Loading...
HomeMy WebLinkAboutContract - 3CRY Lf SEBASTIAN HOME OF PELICAN ISLAND 1225 Main Street Sebastian, FL 32958 (772)388-8214 Phone February 13, 2017 Timothy Rose Contracting 1360 SW Old Dixie Hwy. Vero Beach, FL 32962 RE: Release of Payment & Performance Bond for Coolidge Street Paving— Bond # 6086196 Dear Timothy Rose Contracting: I am releasing payment and performance bonds #6086196 issued by Westfield Insurance Company in the amount of $460,037.00 to the City of Sebastian to Provide Coolidge Street Paving. Sincerely, anette Williams, MMC City Clerk Attachment: Original Bonds #6086196 cc: City Manager City Attorney City Engineer Date Accepted: Project Name & #: an or SEBASTIAN HOME OF PELICAN ISLAND CERTIFICATE OF PROJECT COMPLETION 4/25/15 COOLIDGE STREET PAVING A 1535 Total Project Expenditures: $480.670.60 Project Location: COOLIDGE STREET Contractor: TIMOTHY ROSE CONSTRUCTION Contract Amount: $464.557.00 Pursuant to the above captioned contract and in compliance of same, we the undersigned do hereby certify that this project is complete. Issuance of this certificate releases the contractor from any further responsibility except as stipulated in the contract as is relates to bond performance, payment of subcontractors, release or liens, maintenance and indemnity. All contractual obligations as to warranty, insurance, indemnification and patents, shall remain in full effect for the contractually stipulated period of time. In no way does the issuing of this certificate release the Contractor from all legal obligations as stipulated in Chapter 713 of the Florida Statutes. Therefore, having reviewed the contract and inspected the work, the undersigned to hereby accept the segment as being complete. Project Manager City Manager City Attorney \ City Clerk / Date D779h Date Date / D ------atLo �- �- i5 Date 55� Date CM Of SEBASTWN HOME OF PELICAN ISLAND CERTIFICATE OF PROJECT COMPLETION Date Accepted: 4/25/15 Project Name & #: COOLIDGE STREET PAVING A1535 Total Project Expenditures: $480.670.60 Project Location: COOLIDGE STREET Contractor: TIMOTHY ROSE CONSTRUCTION Contract Amount: $464.557.00 Pursuant to the above captioned contract and in compliance of same, we the undersigned do hereby certify that this project is complete. Issuance of this certificate releases the contractor from any further responsibility except as stipulated in the contract as is relates to bond performance, payment of subcontractors, release or liens, maintenance and indemnity. All contractual obligations as to warranty, insurance, indemnification and patents, shall remain in full effect for the contractually stipulated period of time. In no way does the issuing of this certificate release the Contractor from all legal obligations as stipulated in Chapter 713 of the Florida Statutes. Therefore, having reviewed the contract and inspected the work, the undersigned to hereby accept the segment as being complete. Project Manager Date 2e 9l � Date // Date Dat / Date �- �-i5 Date 51-41115- Date PROJECT ID A1535 COOLIDGE STREET PAVING TOTAL BUDGET: $ 460,037.00 CHECK FY 13 FY 14 FY 15 DATE N PON DESCRIPTION VENDOR AMOUNT AMOUNT AMOUNT TOTALS 09/13113 86234 Permit Modification SJWMD 100 0.00 100.00 06/30113 85964 6970 Design &Specifications Neel -Schaffer 8200 0.00 8,200.00 11113113 86697 7051 Street Design Neel -Schaffer 3,562.50 3,562.50 05/07/14 87781 7051 Drainage Analysis Neel -Schaffer 437.50 437.50 10/07/14 Cc 7297 PVC, Grate Ferguson 1,338.60 1,338.60 10/12/14 88904 7307 Sand Henry Fischer& Sons 1,125.00 1,125.00 10119/14 88997 7311 Sand Henry Fischer & Sons 1,350.00 1,350.00 01109/15 89307 7273 Paving Timothy Rose Construction 327,841.00 327,641.00 02/06115 89760 7273 Paving Timothy Rose Construction 136,716.00 136,716.00 0.00 0.00 0.00 0.00 0.00 8,300.00 4,000.00 468,370.60 480,670.60 CITY OF - -':T ti ,, ., HOME OF PUKAN ISLAND CITY OF SEBASTIAN CHANGE ORDER CHANGE ORDER#: '� 4 PURCHASE ORDER # 7273 CONTRACTOR: Tim Rose Contracting ADDRESS: 1360 SW Dixie Highway Vero Beach, FL 32962 PROJECT NAME: Coolidge Street PROJECT #: A1535 PHONE #: 772-564-7800 CONTRACT NAME: CONTACT DATE: By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: 1. Remove existing asphalt & Install stamped concrete crosswalk 2. Remove & replace curb and add additional concrete 3. Install 2 truncated domes A) Contract Price Prior to this Change Order $ 460,037.00 Net Increase (Decrease) Resulting from this Change Order $ 4,520.00 New Contract Price Including this Change Order $464,557.00 B) Contract Time Prior to the Change Order (Number of Days) days Net Increase (Decrease) Resulting from the Change Order (Number of Days) days New Completion Date Including this Change Order Date: Aoorovals By City of Sebastian in accordance with Code Sec. 2-10 (check one): _X City Manager Authorization — cumulative amount less than 15% of contract price or $15,000 single change order City Council Authorization — cumulative amount exceeds 15% of contract price or $15,000 single change order (meeting date ) CITY OF ST i Date: L 3 /1'✓/ S City NXmiger _ ATTE rL�� Project Manager Finance Directors to budget Sally A. Maio, MMC, City Clerk City Attorney 40(A as to legal Timothy Rose Contracting, Incorporated 1360 SW Old Dixie Highway Suite # 106 Vero Beach, FL 32962 Phone # (772)564-7800 Fax # (772) 564-7888 CHANGE ORDER Date Change Order # 2/5/2015 15-017 Name / Address Project: City Ol'Sebastian Indian River Dr/Coolidge Street Purchasing Division Change Order 2 1225 Main Street Sebastian, FL 32958 Co Approved Yes No Qty Description Unit Price Amount I Remove existing asphalt 4530.00 -LiMMO Install stamped concrete crosswalk Remove & replace curb Add additional concrete Install 2 truncated domes 7—Total $4,520.00 CONSTRUCTION COMMENCEMENT NOTICE Instructions: In accordance with Chapter 62-330.350(1)(d), F.A.C., complete and submit this form at least 48 hours prior to commencement of activity authorized by permit. Permit No. Project Name 42-061-135385-1 Application No, Coolidge Street Improvements Phase ERP Construction of the system authorized by the above referenced Environmental Resource Permit and Application, is expected to commence on October 1 and will have an estimated completion date of February 28 20 , 20 14 15 PLEASE NOTE: If the actual construction commencement date is not known within 30 days of issuance of the permit, District staff should be so notified in writing. As soon as a construction commencement date is known, the permittee shall submit a completed construction commencement notice form. City of Sebastian etmittee's or uthorized Agent's Signature Company Frank Watanabe City Engineer 9/29/14 Print Name Title Date Fwatanabe@cityofsebastian.org 772-388-8228 E-mail Phone Number Form 62-330.360(1) Construction Commencement Notice Incorporated by reference In subsection 62-330.360(1); FAC. (Effective Date) Page 1 of 1 V. Jean Tarbell From: Frank Watanabe Sent: Monday, September 29, 2014 5:22 PM To: 'timwrose7@gmail.com' Cc: Joseph Griffin; Jerry Converse; Jean Tarbell Subject: Notice to Proceed on Coolidge Construction Attachments: doc05856920140929151737.pdf Tim, Per review of your submitted performance bond, you are good to proceed with the construction of the Coolidge Street Improvements. This email will be your official document for a Notice to Proceed as of October 1, 2014 with a 120 working calendars for construction. In addition, attached is the SJRWMD Commencement Notice which was emailed to SJRWMD this afternoon. As noted in our schedule, all work will terminate the days for the Claim Bake of 11/7,8 and 9. Frank Watanabe Community Development Director/City Engineer City of Sebastian (772) 388-8228 1 OP ID: LA CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DDNYYY) vul&41 14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT -1 IFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE -POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERPhone: 772-286-4334 Stuart Insurance, Inc. Phone: 3070 S W Map p Fax: 772-286-9389, Palm City, FL 34990ADDRIESS: Rick Halcomb, CIC, ARM NAM., Rick Halcomb alC No Ext : 772-286-4334 AIC No)* 772-286-9389 rhalcomb stuartinsurance.net PRODUCER CUSTOMER ID #: TIMOR4 INSURER(S) AFFORDING COVERAGE NAIC t! INSURER A : Westfield Insurance 24112 INSURED Timothy Rose Contracting, Inc. INSURER B: 1360 Old Dixie Hwy SW INSURER C: Vero Beach, FL 32962 INSURER D: 06/06114 INSURER E: EACH OCCURRENCE $ 1,000,00 INSURER F • MED EXP (Any one person) $ 6,00 — —' —' - RGV 1Q1W1V IYUIVIOCK: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER PO CY EFF MMIDDNYYY) PO C EXP IMM/DD/YYYY1 LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR X Contractual Liab X CMM6079889 06/06114 06/06115 EACH OCCURRENCE $ 1,000,00 DAMAGE TO PREMISES RENTED occurrence a 100,00 MED EXP (Any one person) $ 6,00 PERSONAL 8 ADV INJURY $ 1,000,000 X Inc[ XCU GENERAL AGGREGATE $ 2,000,00 GEN•L AGGREGATE LIMIT APPLIES PER: POLICYFX JECT PRO- LOC PRODUCTS - COMP/OP AGG $ 2,000,00 $ A AUTOMOBILE LIABILITY X ANY AUTO CMM6079889 06/06/14 06/06/15 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,00 BODILY INJURY (Per person) $ ALL OWNED AUTOS' BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS $ $ A UMBRELLA LIAR EXCESS UAB X OCCUR CLAIMS -MADE CMM6079889 06/06/14 06/06/15 EACH OCCURRENCE S 3,000,00 AGGREGATE $ 3,000,00 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under N ! A WC STATU- I TH- ITORY LIMITS . E.L. EACH ACCIDENT;: $ . E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A Contractors Equip CMM6079889 06/06/14 06/06/15 Rented 50,00 Equipment $1000 de DESCRIPTION OF OPERATIONS 1 LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE: Presidential Streets - Roadway & Drainage Improvements. City of Sebastian is additional insured with respect to general liability. %ago .vim , � .,vwa-.N 1..HfYVCLLA 1 IVN CITSE-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sebastian ACCORDANCE WITH THE POLICY PROVISIONS. 1225 Main Street Sebastian, FL 32958 AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD QiYOF HOME OF PELICAN ISLAND 1225 MAIN STREET • SEBASTIAN, FLORIDA 32958 TELEPHONE: (772) 589-5330 • FAX (772) 589-5570 September 25, 2014 Timothy Rose Contracting, Inc. 1360 SW Old Dixie Highway Suite 106 Vero Beach, FL 32962 Re: Coolidge Street Roadway Improvements and Installation Dear Mr. Rose: This is to advise, that at their Regular City Council Meeting, held on Wednesday, September 24, 2014, members of the Sebastian City Council awarded Timothy Rose Contracting, Inc., Vero Beach, FL., the contract to provide roadway improvements and installation for Coolidge Street, Sebastian, FI., per the plans and specifications submitted, in the amount of $460,037. As part of the bidding requirements, a Payment and Performance bond is required for this project, each in the amount of 100% of the total contract amount. The Construction Services Agreement between the City of Sebastian and Timothy Rose Contracting, Inc., is being forwarded to you under separate cover. Once it is fully executed, please return to my attention. Once we are in receipt of the payment and performance bond and a fully executed Construction Services Agreement, staff will contact you to schedule a pre -construction meeting. In the meantime, if you should need any additional information, please feel free to contact either Public Works Director, Jerry Converse at 772-228-7053 orJean Tarbell, Contract Administration at 772-388- 8203. Sincerely, C Jean M. Tarbell Executive Assistant CONSTRUCTION SERVICES AGREEMENT ARTICLE I - The Contractual Relationship 1.0 EMPLOYMENT OF CONTRACTOR 2.0 AGREEMENT DOCUMENTS. 2.1 INTENT 2.2 ENTIRE AND SOLE AGREEMENT 2.3 AMENDMENTS 2.4 CONSTRUING TERMS 2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY 2.6 TERM 3.0 DEFINITION OF TERMS 3.1 GENERAL 3.2 ACT OF GOD 3.3 ADDENDUM 3.4 AGREEMENT 3.5 A.S.T.M. DESIGNATION 3.6 BID 3.7 BID BOND or PROPOSAL GUARANTEE: 3.8 BIDDER 3.9 CHANGE ORDER 3.10 CONTRACT ADDENDUM 3.11 CONTRACTOR 3.12 DIRECTED, ORDERED, APPROVED & ETC. 3.13 ENGINEER 3.14 GENERAL CONDITIONS 3.15 INSPECTOR 3.16 LABORATORY 3.17 OWNER 3.18 PERFORMANCE AND PAYMENT BONDS: 3.19 PLANS 3.20 PROPOSAL 3.21 SPECIAL CONDITIONS 3.22 SPECIFICATIONS 3.23 SUBCONTRACTOR 3.24 SUPPLEMENTAL AGREEMENT 3.25 SURETY 3.26 WORK 3.27 WORK ORDER Page 1 of 38 ARTICLE II - Performance 4.0 PLANS, SPECIFICATIONS AND RELATED DATA 4.1 INTENT OF PLANS AND SPECIFICATIONS 4.2 CONFLICT 4.3 DISCREPANCIES IN PLANS 4.4 DRAWINGS AND SPECIFICATIONS AT JOB SITE 4.5 DIMENSIONS 4.6 SAMPLING AND TESTING 4.7 SHOP DRAWINGS 4.8 QUALITY OF EQUIPMENT AND MATERIALS 4.9 EQUIPMENT APPROVAL DATA 4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL 5.0 MATERIALS AND WORKMANSHIP 5.1 MATERIALS FURNISHED BY THE CONTRACTOR 5.2 STORAGE OF MATERIALS 5.3 REJECTED WORK AND MATERIAL 5.4 MANUFACTURER'S DIRECTION 5.5 SKILL AND CHARACTER OF WORKMEN 5.6 CUTTING AND PATCHING 5.7 CLEANING UP 5.8 CITY'S OWNERSHIP OF MATERIALS 5.9 GUARANTEE 6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR 6.1 PERSONNEL, EQUIPMENT AND RECORD REQUIREMENTS 6.2 CONTROL POINTS FURNISHED BY THE CITY 6.3 FURNISHING OF STAKE MATERIALS 6.4 LAYOUT OF WORK 6.5 SPECIFIC STAKING REQUIREMENTS 6.6 PAYMENT 6.7 COORDINATION WITH CITY 6.8 LOCATION OF EXISTING UTILITIES AND PIPING 7.0 PROGRESS AND COMPLETION OF WORK 7.1 CONTRACTOR'S OBLIGATIONS 7.2 START OF CONSTRUCTION 7.3 CONTRACT TIME 7.4 SCHEDULE OF COMPLETION 7.5 COORDINATION OF CONSTRUCTION/PRECONSTRUCTION CONFERENCE 7.6 PROPERTY OF OTHERS A. Public Ownership B. Private Ownership 7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES 7.8 CROSSING PUBLIC FACILITIES 7.9 CHANGES IN THE WORK 7.10 EXTENSION OF CONTRACT TIME 7.11 CORRECTION OF WORK 7.12 LIQUIDATED DAMAGES Page 2 of 38 8.0 PUBLIC HEALTH AND SAFETY 8.1 PROTECTION OF PERSONS AND PROPERTY A. Safety Precautions and Programs B. Safety of Persons and Property 8.2 TRAFFIC CONTROL 8.3 ROAD CLOSURE AND DETOURS 8.4 PROVISION OF ACCESS 8.5 WARNING SIGNS AND BARRICADES 8.6 OPEN TRENCHES 8.7 PLACEMENT OF HEAVY EQUIPMENT 8.8 TEMPORARY FACILITIES AND CONTROLS 8.9 SANITARY PROVISION 8.10 WATER SUPPLY 8.11 NOISE CONTROL 8.12 DUST CONTROL 8.13 WATER CONTROL 8.14 POLLUTION, SILTATION AND EROSION CONTROL Page 3 of 38 ARTICLE III - Supervision and Administration 9.0 ENGINEER, CITY, CONTRACTOR RELATIONS 9.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY 9.2 ENGINEER'S DECISION 9.3 SUSPENSION OF WORK 9.4 CONSTRUCTION REVIEW OF WORK 9.5 FIELD TESTS AND PRELIMINARY OPERATION 9.6 EXAMINATION OF COMPLETED WORK 9.7 CONTRACTOR'S SUPERINTENDENT 9.8 CITY'S RIGHT TO CORRECT DEFICIENCIES 9.9 CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK 9.10 RIGHTS OF VARIOUS INTERESTS 9.11 SEPARATE CONTRACTS 9.12 SUBCONTRACTS AND PURCHASE ORDERS 9.13 WORK DURING AN EMERGENCY 9.14 ORAL AGREEMENTS 9.15 NIGHT, SATURDAY AND/OR SUNDAY WORK 9.16 UNAUTHORIZED WORK 9.17 USE OF COMPLETED PORTIONS OF THE WORK 9.18 CONTRACTOR'S RESPONSIBILITY FOR WORK 10.0 MEASUREMENT AND PAYMENT 10.1 DETAILED BREAKDOWN OF CONTRACT 10.2 REQUEST FOR PAYMENT 10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT 10.4 CITY'S RIGHT TO WITHHOLD PAYMENT 10.5 PAYMENT FOR UNCORRECTED WORK 10.6 PAYMENT FOR REJECTED WORK AND MATERIALS 10.7 CHANGES IN THE WORK A. Change Orders B. Claims 10.8 CANCELED ITEMS OF WORK 10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY 10.10 PAYMENT FOR WORK BY THE CITY 10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION A. Termination by City for Cause B. Termination by City Without Cause 10.12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY 10.13 RELEASE OF CLAIMS (INTERIM/FINAL) 10.14 ACCEPTANCE AND FINAL PAYMENT 10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT 11.0 PUBLIC CONTRACT REQUIREMENTS 11.1 COVENANT AGAINST CONTINGENT FEES 11.2 INTEREST OF MEMBERS OF CITY AND OTHERS 11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING 11.4 INTEREST OF CONTRACTOR 11.5 PUBLIC ENTITY CRMIES 11.6 DRUG-FREE WORKPLACE 11.7 COMPLIANCE WITH LAWS Page 4 of 38 11.8 INSURANCE 11.9 BOND 11.10 PERMITS 11.11 LAWS TO BE OBSERVED 12.0 MISCELLANEOUS 12.1 ADDRESSES FOR NOTICES 12.2 WRITTEN NOTICE 12.3 TAXES 12.4 TIME IS OF VITAL IMPORTANCE 12.5 NO WAIVER OF LEGAL RIGHTS 12.6 RIGHT TO WORK PRODUCT 12.7 PUBLIC RECORDS Page 5 of 38 CONSTRUCTION SERVICES AGREEMENT THIS AGREEMENT made this /9 day of , 2014, by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, and ("City") and Timothy Rose Contracting, Inc., 1360 SW Old Dixie Highway, Vero beach, FL 32962 ("Contractor.") authorized to do business in the State of Florida. WHEREAS, the City desires to engage a Florida licensed contractor who has special and unique competence and experience in providing construction services necessary to complete the Project hereunder; and, WHEREAS, the Contractor represents that it has such competence and experience in providing these services; and, WHEREAS, the City in reliance on such representation has selected the Contractor in accordance with its procedure for selection of Contractor; and, WHEREAS, the City and the Contractor desire to reduce to writing their understanding and agreements on such professional services. IT IS, THEREFORE, AGREED as follows: ARTICLE I - The Contractual Relationship 1.0 EMPLOYMENT OF CONTRACTOR The City hereby agrees that it may engage the Contractor and the Contractor hereby agrees to perform professional services for the City in accordance with this Agreement to PROVIDE AND INSTALL "ROADWAY IMPROVEMENTS FOR COOLIDGE STREET" PER PLANS AND SPECIFICATIONS. This Agreement is not an exclusive agreement and the City may employ other contractors, professional or technical personnel to furnish services for the City as the City in its sole discretion finds is in the public interest. The Agreement shall not be construed to create a contractual relationship of any kind between the City and the Subcontractor(s), or, between any person or firm other than the City and Contractor. The Contractor shall not sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or of his right, title of interest therein or his obligations thereunder, or moneys due or to become due under this Contract. 2.0 AGREEMENT DOCUMENTS The Agreement Documents (also called CONTRACT DOCUMENTS) consist of this Agreement, Supplemental Agreement(s), Notice of Invitation to Bid, Instructions for Bidders, Bid Proposal, Bond Forms, Bid Specifications and Scope of Work, Work Orders, Change Orders, Addenda if any, any other documents listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any. 2.1 INTENT The Specifications are an integrated part of the Contract Documents and as such will not stand alone if used independently. The Specifications establish minimum standards of quality for this Project. They do Page 6 of 38 not purport to cover all details entering into the design and construction of materials or equipment. The intent of the Agreement Documents is to set forth requirements of performance, type of equipment and structures, and standards of materials and construction. It is also intended to include all labor and materials, equipment, and transportation necessary for the proper execution of the Work, to require new material and equipment unless otherwise indicated, and to require complete performance of the Work in spite of omission of specific reference to any minor component part and to include all items necessary for the proper execution and completion of the Work by the Contractor. Performance by the Contractor shall be required only to the extent consistent with the Agreement Documents and reasonably inferable from them as being necessary to produce the intended results. 2.2 ENTIRE AND SOLE AGREEMENT Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all other agreements, representations, warranties, statements, promises, and understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth in the Agreement Documents. 2.3 AMENDMENTS The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. 2.4 CONSTRUING TERMS This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 2.5 GOVERNING LAW AND WAIVER OF TRIAL BY JURY This Agreement shall be governed by the laws of the State of Florida, and any venue for any action pursuant to the Agreement Documents shall be in Indian River County, Florida. The parties hereto expressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. 2.6 TERM This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall extend until the Project is complete unless terminated in accordance with the terms hereunder. 3.0 DEFINITION OF TERMS 3.1 GENERAL Whenever the following terms appear in these Agreement Documents, their intent and meaning shall, unless specifically stated otherwise, be interpreted as shown. 3.2 ACT OF GOD Page 7 of 38 The words "Act of God" mean an earthquake, flood, hurricane (or other named tropical event), tornado or other cataclysmic phenomenon of nature. Rain, Wind or other natural phenomenon (including tropical waves and depressions) of normal intensity for the locality shall not be construed as an Act of God. 3.3 ADDENDUM (re: bid documents) A modification of the plans or other contract documents issued by the Owner and distributed to prospective bidders prior to the opening of bids. All Addenda shall be considered as part of the Contract Documents. 3.4 AGREEMENT A written agreement between the Contractor and Owner defining in detail the work to be performed. The words Agreement and Contract, are one and the same. 3.5 A.S.T.M. DESIGNATION Wherever the letters "A.S.T.M." are used in the Specifications, it shall be understood as referring to the American Society for Testing Materials. When reference is made to a certain Designated Number of a specification or test as set out or given by the American Society for Testing Materials, it shall be understood to mean the current, up-to-date standard specification or tentative specification for that particular process, material or test as currently published by that group. 3.6 BID The bid or proposal is the written offer of a Bidder to perform work described by the contract documents when made out and submitted on the prescribed proposal form properly sealed and guaranteed. The bid or proposal shall be considered as part of the Contract Documents. 3.7 BID BOND or PROPOSAL GUARANTEE Bidder shall submit a Bid Bond or Proposal Guarantee in the amount of 5% of the Base Bid, in the form of a Cashier's Check, Unconditional Irrevocable Letter of Credit drawn in favor of the City of Sebastian on a National Bank, or a bond from a surety company duly licensed in the State of Florida. 3.8 BIDDER An individual, partnership, or corporation submitting a proposal for the work contemplated; acting directly or through a duly authorized representative. 3.9 CHANGE ORDER A written order issued to the Contractor by the City covering changes in the plans, specifications, or scope of work when the amount of work changed is not deemed sufficient to require a supplemental agreement, and/or to cover adjustments in the Contract Price or Contract Time. 3.10 CONTRACT ADDENDUM A special written provision modifying or clarifying the terms and conditions of the Contract. The Contract Page 8 of 38 Addendum shall be considered as part of the contract documents. 3.11 CONTRACTOR The word "Contractor" shall mean an individual, partnership, or corporation, and its heirs, executors, administrators, successors and assigns, or the lawful agent of any such individual, firm, partnership, covenant or corporation, or its surety under any contract bond, constituting one of the principals to the Contract and undertaking to perform the work herein. 3.12 DIRECTED, ORDERED, APPROVED & ETC. Wherever in the Agreement Document the words "directed", 'ordered", "approved", "permitted", "acceptable", or words of similar import are used, it shall be understood that the direction, order, approval or acceptance of the Owner is intended unless otherwise stated. 3.13 ENGINEER A Professional Engineer duly licensed and registered in the State of Florida and designated by the City as the Engineer -of -Record. The City may designate a staff member as Engineer who is not licensed. 3.14 GENERAL CONDITIONS The directions, provisions and requirements contained within the Agreement Documents, all describing the general manner of performing the Work including detailed technical requirements relative to labor, material equipment, and methods by which the Work is to be performed and prescribing the relationship between the City and the Contractor. 3.15 INSPECTOR A duly authorized representative of the City assigned to make official inspections of the materials furnished and of the work performed by the Contractor. 3.16 LABORATORY Any licensed and qualified independent laboratory designated by, or acceptable to the City to perform necessary testing of materials for this project. All testing will be the responsibility of the contractor to hire a licensed testing firm to conduct any testing which is included in the price of various bid items. 3.17 OWNER City of Sebastian 3.18 PERFORMANCE AND PAYMENT BONDS Contractor shall submit bonds in the form prescribed by State Law, and generally as shown on sample forms herein, for Performance and Payment. 3.19 PLANS The official, approved engineering plans, including reproduction thereof, showing the location, character, dimensions and details of the work to be done. All shop drawings submitted by the Contractor shall be Page 9 of 38 considered as part of the contract documents. 3.20 PROPOSAL The proposal or bid is the written offer of a Bidder to perform the work described by the Contract Documents when made out and submitted on the prescribed proposal form, properly signed and guaranteed. The proposal or bid shall be considered as part of the contract documents. 3.21 SPECIAL CONDITIONS Special clauses or provisions, supplemental to the Plans, Standard Specifications and other contract documents, setting forth conditions varying from or additional to the Standard Specifications for a specific project. 3.22 SPECIFICATIONS The directions, provisions, and requirements together with all written agreements made or to be made, setting forth or relating to the method and manner of performing the Work, or to the quantities and qualities of materials, labor and equipment to be furnished under the Agreement. 3.23 SUBCONTRACTOR An individual, partnership or corporation supplying labor, equipment or materials under a direct contract with the contractor for work on the project site. Included is the one who supplies materials fabricated or formulated to a special design according to the plans and specifications for the particular project. 3.24 SUPPLEMENTAL AGREEMENT A written understanding, or proposal and acceptance, executed between the City and the Contractor subsequent to execution of the Agreement herein with the written consent of the Contractor's Surety, relating to the work covered by the Agreement and clarifying or furthering the terms thereof. A modification to the Agreement shall be made by Contract Addendum. 3.25 SURETY Surety is a corporation qualified to act as surety under the laws of Florida, who executes the Contractor's Performance and Payment Bonds and is bound with the Contractor for the acceptable performance of the contracted work and for the payment of all debts pertaining thereto. 3.26 WORK, (The) or PROJECT, (The) The public improvement contemplated in the Plans and Specifications, and all actions necessary to construct the same. 3.27 WORK ORDER Work orders are work instructions including specifications and plans that show the location, character, dimensions and details to the work to be done. Work orders are specific instructions, of limited scope, that will be a part of this contract. Work orders shall be considered as part of the contract documents. Any Work Orders considered to be Change Orders of any kind shall be in writing and address, at a Page 10 of 38 minimum, any changes in the scope of work and the related impact on Contract Price / Cost and Time I Schedule. ARTICLE II - Performance 4.0 PLANS, SPECIFICATIONS AND RELATED DATA 4.1 INTENT OF THE SPECIFICATIONS The intent of the Plans, Specifications, Work Orders and other Contract Documents is that the Contractor furnishes all labor and materials, equipment, supervision and transportation necessary for the proper execution of the Work unless specifically noted otherwise. The Contractor shall do all the work shown on the plans and described in the Specifications and other Contract Documents and all incidental work considered necessary to substantially complete the Work ready for use, occupancy, or operation in a manner acceptable to the City. 4.2 CONFLICT In the event of any inconsistency, discrepancy or conflict between the Agreement, the Plans, Specifications, and other Contract Documents, the Agreement shall prevail and govern over all except a subsequently executed Contract Addendum; in the event of an inconsistency, discrepancy or conflict between the Plans and Specifications, the Specifications shall prevail and govern. 4.3 DISCREPANCIES IN PLANS Any discrepancies found between the Plans, the Specifications and site conditions, or any errors or omissions in the Plans and Specifications, shall be immediately reported to the Engineer and City. The City Engineer shall promptly determine the validity and seriousness of the claimed condition and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk. Any correction or errors or omissions in Plans and Specifications may be made by the City Engineer when such correction is necessary for the proper fulfillment of their intention as construed by the City Engineer. Where said correction of errors or omissions, except as provided in the next two (2) paragraphs below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be made under the Paragraph 10.7 CHANGES TN THE WORK below, except where the additional work may be classed under some item of work for which a unit price is included in the proposal. The fact that specific mention of any part of work is omitted in the Specifications, whether intentionally or otherwise, when the same is clearly shown on the Plans, or is usually and customarily required to complete fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for extra compensation, but the said work must be installed or done the same as if called for in the Plans and Specifications. All work indicated on the Plans and not mentioned on the Specifications or vice versa, and all work and material usual and necessary to make the Work complete in all its parts, whether or not they are indicated on the plans or mentioned in the Specifications, shall be furnished and executed the same as if they were called for in both the Plans and Specifications. The Contractor will not be allowed to take advantage of any errors or omissions in the Plans and technical provisions of the Specifications. The Engineer will Page 11 of 38 provide full information when errors or omissions are discovered. 4.4 SPECIFICATIONS AT JOB SITE One (1) complete set of the Plans, Specifications, Work Orders, Addenda, Change Orders, Shop Drawings and samples shall be maintained at the job site, in good order and annotated to show all changes made during the construction process, and shall be available to the Engineer and City at all times. A final copy thereof, along with "as -built" record drawings, operations and maintenance manuals, and data sheets, shall be delivered to the Engineer upon the completion of the Work. 4.5 DIMENSIONS Dimensions and project limits will be field measured in advance of the project with city staff from the projects limits of the angled parking area along Indian River Drive. Where the work of the Contractor is affected by finished dimensions, these shall be verified by the Contractor at site, and he shall assume the responsibility for their use. 4.6 SAMPLING AND TESTING Except as otherwise provided, sampling and testing of all materials, and the laboratory methods and testing equipment, required under the Specifications shall be in accordance with the latest standards or tenets of the American Society for Testing Materials. The testing of samples and materials shall be made at the expense of the Contractor, except where indicated otherwise. The Contractor shall furnish any required samples without charge. The Contractor shall be given sufficient notification of the placing of orders for materials to permit testing. As an exception to the above, when the Contractor represents a material or an item of work as meeting Specifications and under recognized test procedures it fails, any re -testing shall be at the Contractor's expense, billed at the Testing Laboratory's standard rate for individual tests. It is expected that all inspections and testing of materials and equipment will be done locally. If the Contractor desires that inspections for tests be made outside of the local area, all expenses, including per diem for the Engineer or Inspectors, shall be borne by the Contractor. 4.7 SHOP DRAWINGS (if Required) The Contractor shall provide shop drawings, setting schedules, and other drawings as may be necessary for the prosecution of the Work in the shop and in the field as required by the Specifications or Engineer's instructions. Deviations from the Plans and Specifications shall be called to the attention of the City at the time of the first submission of shop drawings and other drawings. The City's approval of any shop drawings shall not release the Contractor from responsibility for errors, corrections of details, or conformance with the Contract. Shop drawings shall be submitted according to the following schedule: (a) Seven (7) copies shall be submitted to the City at least thirty (30) days before the materials indicated thereon are to be needed or earlier if required to prevent delay of work or to comply with subparagraph (b). (b) The City shall, within fourteen (14) days of the submittal of any shop drawings, return three (3) copies to the Contractor marked with any corrections and changes required and noting if the drawings are acceptable as noted, or if resubmittal is required. Page 12 of 38 (c) The Contractor shall then correct the shop drawings to conform to the corrections and changes requested by the City and resubmit six (6) copies to the City. (d) Three (3) copies of Approved Shop Drawings shall be returned to the Contractor by the City. 4.8 OUALITY OF EOUIPMENT AND MATERIALS In order to establish standards of quality, the Specifications may refer to certain products by name and catalog number. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design. The Contractor shall furnish to the City a complete list of his proposed desired substitutions prior to the signing of the Contract, together with such engineering and catalog data as the City may require. Further substitutions may be submitted during the course of work in accordance with Paragraph 4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL below. The Contractor shall abide by the City's judgment when proposed substitution of materials or items or equipment are judged to be unacceptable and shall furnish the specified material or item of equipment in such case. All proposals for substitutions shall be submitted to the City in writing by the Contractor and not by individual trades or material suppliers. The City will advise of approval or disapproval of proposed substitutions in writing within a reasonable time. No substitute materials shall be used unless approved by City in writing. 4.9 EQUIPMENT APPROVAL DATA The Contractor shall furnish one (1) copy of complete catalog data for every manufactured item of equipment and all components to be used in the Work, including specific performance data, material description, rating, capacity, material gauge or thickness, brand name, catalog number and general type. This submission shall be compiled by the Contractor and submitted to the City for review and written approval before any of the equipment is ordered. Each data sheet or catalog in the submission shall be indexed according to specification section and paragraph for easy reference. After written approval is received by the Contractor, submission shall become a part of the Contract and may not be deviated from except upon written approval of the City. Catalog data for equipment approved by the City does not in any case supersede the Contract Documents. The acceptance by the City shall not relieve the Contractor from responsibility for deviations from Plans or Specifications, unless he has called the City's attention, in writing, to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in the items submitted. The Contractor shall check the work described by the catalog data with the Contract Documents for deviations and errors. It shall be the responsibility of the Contractor to insure that items to be furnished fit the space available. He shall make necessary field measurements to ascertain space requirements, including those for connections, and shall order such sizes and shapes of equipment that the field installation shall suit the true intent and meaning of the Plans and Specifications. Page 13 of 38 Where equipment requiring different arrangement of connections from those shown is approved, it shall be the responsibility of the Contractor to install the equipment to operate properly, and in harmony with the intent of the Plans and Specifications, and to make all changes in the Work required by the different arrangement of connections at his own expense. 4.10 SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL After the execution of the Contract Agreement, the substitution of equipment and/or material for that specified will be considered if: (a) The equipment and/or materials proposed for substitution is determined by the City to be equal or superior to that specified in the Contract; (b) Unless determined to be of superior quality, the equipment and/or material proposed for substitution is less expensive than that specified and that such savings to the City, as proposed by the Contractor, are submitted with the request for substitution. If the substitution is approved, the Contract price shall be reduced accordingly; and (c) The equipment and/or material proposed for substitution is readily available and its delivery and use, if approved as a substitution, will not delay the scheduled start and completion of the specified work for which it is intended or the scheduled completion of the entire work to be completed under the contract. No request will be considered unless submitted in writing to the City and approval by the City must also be in writing. To receive consideration, requests for substitutions must be accompanied by documentary proof of the actual difference in cost to the Contractor in the form of quotations to the contractor covering the original equipment and/or material, and also equipment and/or material proposed for substitution or other proof satisfactory to the City. It is the intention that the City shall receive the full benefit of the saving in cost involved in any substitution unless the item is substituted for one designated in the Specifications by specific manufacturer's name and type, in which case one-third of the savings shall accrue to the benefit of the Contractor. In all cases, the burden of proving adequate proof that the equipment and/or material offered for substitution is equal or superior in construction and/or efficiency to that named in the Contract shall rest on the Contractor and the proof will be submitted to the City. Request for substitution of equipment and/or material which the Contractor cannot prove to the satisfaction of the City, at its sole discretion and judgment, to be equal or superior in construction and/or efficiency to that named in the Contract will not be approved. 5.0 MATERIALS AND WORKMANSHIP 5.1 MATERIALS FURNISHED BY THE CONTRACTOR All materials and equipment used in the Work shall meet the requirements of the respective Specifications, and shall not be used until it has been approved in writing by the City. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and additional features of the item are specifically required by the specifications, the additional features specified shall be provided whether or not they are normally included in the standard manufacturer's item listed. Wherever the specifications call for an item of material or equipment by a manufacturer's name and type, and the specified item becomes obsolete and is no longer available, the Contractor shall provide a Page 14 of 38 substitute item of equal or superior quality and performance which is acceptable to the Engineer and City and is currently available, at no increase in Contract price. 5.2 STORAGE OF MATERIALS Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to facilitate prompt inspection. Private property zoned for or adjacent to land zoned for residential uses shall not be utilized for storage purposes without special prior arrangement. 5.3 REJECTED WORK AND MATERIAL Any materials, equipment or work which does not satisfactorily meet the Specifications may be condemned by the Engineer or City by giving a written notice to the Contractor. All condemned materials, equipment or work shall be promptly taken out and replaced. All materials and equipment which do not conform to the requirements of the Contract Documents, are not equal or superior to samples approved by the Engineer and City, or are in any way unsatisfactory or unsuited to the purpose, for which they are intended, shall be rejected. Any defective work whether the result of poor workmanship, use of defective materials, damaged through carelessness or from other cause shall be removed within ten (10) days after written notice is given by the City, and the work shall be re - executed by the Contractor. The fact that the Engineer or the City may have previously overlooked such defective work shall not constitute an acceptance of any part of it. Should the Contractor fail to remove rejected work or materials within ten (10) days after written notice to do so, the City may remove them and may store the materials and equipment. Satisfaction of warranty work after final payment shall be in accordance with Paragraph 10.15. 5.4 MANUFACTURER'S DIRECTION Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer unless herein specified to the contrary. 5.5 SKILL AND CHARACTER OF WORKERS All workers must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any supervisor or worker employed by the Contractor or subcontractors who, in the opinion of the Engineer or the City does not perform his work in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall not be employed again in any portion of the Work without the approval of the City. The Contractor shall at all times be responsible for the conduct and discipline of its employees and/or any subcontractor or persons employed by subcontractors. 5.6 CUTTING AND PATCHING The Contractor shall do all necessary cutting and patching of the Work that may be required to properly receive the work of the various trades or as required by the Plans and Specifications to complete the Work. Contractor shall restore all such cut or patched work as directed by the Engineer or the City. Cutting of existing structures that could endanger the Work, adjacent property, workmen or the public shall not be done unless approved by the Engineer and under Engineer's surveillance. Page 15 of 38 5.7 CLEANING UP The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work. At the completion of the Work, contractor shall remove all rubbish, tools, scaffolding and surplus materials and shall leave the Work "broom clean" or its equivalent, unless more exactly specified, and shall insure that all debris and other unsightly objects are removed and disposed of in a satisfactory manner. At no additional expense to the City, the Contractor will restore to their original conditions or better, as nearly as practicable, those portions of the site not designated for alteration and all such property, structure, utilities, landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld until such clean up and repairs are completed The Work will be considered complete only after all debris and unused material due to or connected with the Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four (24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys due the Contractor. 5.8 CITY'S OWNERSHIP OF MATERIALS Any and all materials, whether structural or natural, found within the limits of the project remain the property of the City unless City ownership is specifically conveyed to the Contractor. All material, equipment and work become the sole property of the City as installed. These provisions shall not be construed as relieving the Contractor from the sole responsibility for all materials and work for which payments have been made, for the restoration of damaged work, or as a waiver of right of the City to require the fulfillment of all the terms of the Contract. M610.11 The Contractor shall warrant all its material and equipment furnished and work performed for a period of one (1) year from the date of final written acceptance of the Work by City. Satisfaction of warranty work after final payment shall be as per Paragraph 10.15. All equipment and material warranties or guarantees shall be drawn in favor of the City and the originals thereof furnished to the Engineer for review and acceptance prior to final payment. Such guarantee shall in no way limit or relieve the Contractor of liability from subsequent claims of beach of contract due to substandard materials or workmanship, nor shall such warranty period shorten the statute of limitations for bringing a breach of contract or other action based upon any such deficiencies. 6.0 CONSTRUCTION STAKING TO BE PERFORMED BY CONTRACTOR 6.1 PERSONNEL, EOUIPMENT AND RECORD REOUIREMENTS Adequate field notes and records shall be available for review by the City and Engineer as the Work progresses and copies shall be available if necessary. Any inspection or checking of the Contractor's field notes or layout work by the City and the acceptance of all or any part thereof, shall not relieve the Contractor the responsibility to achieve the lines, grades and dimensions shown in the Plans and Page 16 of 38 Specifications. Prior to final acceptance of the project, the Contractor shall mark in a permanent manner on the surface of the completed Work all control points shown on the Plans. 6.2 CONTROL POINTS FURNISHED BY THE CITY The City will provide boundary or other control points and bench marks as shown on the Plans as "Contractor's Survey Control Point", if any is provided. The Contractor shall be responsible for all survey control of his work during construction. The Contractor shall preserve all reference points and benchmarks furnished by the City. 6.3 FURNISHING OF STAKE MATERIALS The Contractor shall furnish all stakes, templates and other materials necessary for establishing and maintaining the lines and grades necessary for control and construction of the Work. 6.4 LAYOUT OF WORK Utilizing the control points furnished by the City in accordance with Paragraph 6.2, the Contractor shall establish all horizontal and vertical controls necessary to construct the Work in conformance with the Plans and Specifications. The Work shall include performing all calculations required and setting all stakes needed such as grade stakes, offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for construction of all contract items. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the Project. 6.5 SPECIFIC STAKING REQUIREMENTS Stakes to establish lines and grades shall be set at appropriate intervals to assure that the Project is constructed to meet the lines and grades shown on the Plans. For construction stakes and other control, references shall be set at sufficiently frequent intervals to assure that all components of a structure are constructed in accordance with the lines and grades shown in the Plans. 6.6 PAYMENT The cost of performing layout work as described above shall be included in the contract prices for the various items of work to which it is incidental. 6.7 COORDINATION WITH CITY The City's recorded subdivision plats shall be considered correct. The distance, bearing and curve information provided shall be used by the Contractor's surveyor to establish alignment throughout construction. All surveying activities will be coordinated with the City's surveyor as needed for proper completion of all work on the site. Primary control monuments, originally set by the City, that are disturbed or destroyed during construction Page 17 of 38 shall be accurately replaced by the Contractor's surveyor to the satisfaction of the City's surveyor. 6.8 LOCATION OF EXISTING UTILITIES AND PIPING All existing underground utilities, such as telephone, cable television and electrical cables must be located by the Contractor prior to starting work. The Contractor shall contact the Utilities at least 48 hours prior to commencing any work within the project area. There may be other utilities within the project area. The cost of substantiating the location of utilities shall be borne by the Contractor and included in the bid price. The Contractor shall be responsible for the repair and/or replacement of any damage caused to utilities by Contractor forces during the course of construction. Utilities deemed to require relocation shall be identified by the Contractor prior to commencing work. The Contractor shall notice the City of the conflict and seek direction from the City prior to proceeding with work. Directions from the City may be to proceed despite conflict, place work order on hold and commence work at a different location, or relocate utilities under separate contract with the utility or a change order to be directed by the City. 7.0 PROGRESS AND COMPLETION OF WORK 7.1 CONTRACTOR'S OBLIGATION Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Contract, unless the Contract Documents give other specific instructions concerning these matters. Unless otherwise provided in the Contract Documents, Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Unless otherwise provided in the Contract Documents, Contractor shall pay all sales, use and other similar taxes. Contractor shall enforce strict discipline and good order among Contractor's employees and other persons carrying out the Work. Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. Contractor currently holds and shall maintain at all times during the term of this Contract all required federal, state and local licenses necessary to perform the Work required under the Contract Documents. Contractor shall be responsible to the City for the acts and omissions of Contractor's employees, Subcontractors and their agents and employees, and other persons performing portions of the Work under a contract with Contractor. Contractor shall indemnify, defend and hold City harmless from all claims arising out of or related to its performance of the Work except for acts arising solely from the active negligence of the City. 7.2 START OF CONSTRUCTION The Contractor shall commence work on the date specified in the Notice to Proceed subsequently issued by the City, or as specifically noted in any Contract Addendum. However, in no case shall the Contractor commence work until the City has been furnished and acknowledges receipt of the Contractor's Certificates of Insurance and a properly executed performance and payment bond as required. Page 18 of 38 7.3 CONTRACT TB IE The contractor shall complete, in an acceptable manner, all of the Work in the time stated in the Contract Agreement and any Addenda or Change Orders thereto. The contract time is 180 consecutive calendar days from start of work date. 7.4 SCHEDULE OF COMPLETION The Contractor's schedules are subject to the approval of the City, which shall not be unreasonably withheld, and shall reflect a logical sequence of the various components of work and the anticipated rates of production necessary to complete the Work on or before the completion date. Said schedules shall be submitted within ten (10) days of the execution of the agreement by the City except when requested otherwise and shall be updated and resubmitted to the City on the twenty-fifth (25th) day of every month with the Contractor's pay request. 7.5 COORDINATION OF CONSTRUCTI_ON/PRECONSTRUCTION CONFERENCE The Contractor shall coordinate its work with other contractors, the City, and utilities to assure orderly and expeditious progress of work. The City shall hold a pre -construction conference at Sebastian City Hall at a time and date mutually agreed upon with the Contractor after the Contract has been awarded and fully executed. 7.6 PROPERTY OF OTHERS A. Public Ownership The Contractor shall be responsible for the preservation of all public property, trees, monuments, etc., along and adjacent to the street and/or right-of-way, and shall use every precaution necessary to prevent damage or injury thereto. He shall use suitable precautions to prevent damage to pipes, conduits and other underground structures, and shall protect carefully from disturbance or damage all monuments and property marks until a land surveyor has witnessed or otherwise referenced their location and shall not remove them until so directed by the Engineer in writing. The City shall remove and relocate all traffic control signs as required. B. Private Ownershi Mail and newspaper boxes, sprinkler systems, ornamental shrubs, lawn ornaments, house numbers, fences, etc. may be removed and relocated by the property owners. The City will not remove, relocate, or re -install mail boxes, sprinkler systems, ornamental shrubs, etc. belonging to a private property owner. However, should such items not be removed or relocated by the start of construction, the Contractor shall remove the objects, in a manner which does not damage or injure the objects at no extra cost to the City, which interfere with the construction of the Project and place them on the property owner's front lawn just outside the project limits. Otherwise, the Contractor shall not enter upon private property for any purpose without obtaining permission from the property Owner thereof. Where extensive intrusions upon private property are required for construction, the City and Contractor shall cooperate to obtain Temporary Construction Easements from the landowner. 7.7 PROTECTION OF EXISTING UTILITIES AND FACILITIES Page 19 of 38 All utilities and all structures of any nature, whether below or above ground, that may be affected by the Work but are not required to be disturbed or relocated by the very nature of the project, shall be protected and maintained by the Contractor and shall not be disturbed or damaged by Contractor forces during the progress of the Work; provided that, should the Contractor disturb, disconnect or damage any utility or any structure, all expenses of whatever nature arising from such disturbance or the replacement or repair and testing thereof shall be borne by the Contractor. 7.8 CROSSING PUBLIC FACILITIES When new construction crosses highways, railroads, streets or similar public facilities under the jurisdiction of state, county, city, or other public agency or private entity, the City through the Engineer shall secure written permission prior to the commencement of construction of such crossing. The Contractor will be required to furnish evidence of compliance with conditions of the permit from the proper authority before final acceptance of the Work by City. Road closures are governed by Paragraph 8.3. 7.9 CHANGES IN THE WORK The City may order changes in the Work through additions, deletions or modifications without invalidating the Contract; however, any change in the scope of work or substitution of materials shall require the written approval of the City. Compensation and time of completion affected by the change shall be adjusted at the time of ordering such change. New and unforeseen items of work found to be necessary and which cannot be covered by any item or combination of items for which there is a contract price shall be classed as changes in the Work. The Contractor shall do such changes in the Work and furnish such materials, labor and equipment as may be required for the proper completion of construction of the work contemplated. In the absence of such written order, no claim for changes in the Work shall be considered. Changes in the Work shall be performed in accordance with the Specifications where applicable and work not covered by the specifications or special provisions shall be done in accordance with specifications issued for this purpose. Changes in the Work required in an emergency to protect life and property shall be performed by the Contractor as required. 7.10 EXTENSION OF CONTRACT TIME No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be given for such delay. A delay beyond the Contractor's control occasioned by an "Act of God" may entitle the Contractor to an extension of time in which to complete the Work as determined by the City provided, however, the Contractor shall immediately give written notice to the City of the cause of such delay. "Rain day" extensions shall be granted upon written request of the Contractor to the City's Project Manager when said Project Manager determines that weather conditions make it counterproductive to work on said days. "Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain day" extensions granted shall be processed as a Change Order with each pay submittal. In the event that the City suspends the Work as provided in Paragraph 9.3, the Contractor shall be granted an extension of time to complete the Work for as many calendar days as the Work was suspended; except, however, that the Contractor will not be granted an extension of time to complete the Work if the suspension was caused by a fault of the Contractor. Page 20 of 38 7.11 CORRECTION OF WORK Contractor shall, at no cost to the City, promptly correct Work failing to conform to requirements of the Contract Documents, whether observed before or after completion of the Work and whether or not fabricated, installed or completed, and shall correct any Work found to be not in accordance with the requirements of the Contract Documents within a period of one (1) year from the date of completion of the Work or by the terms of an applicable special warranty required by the Contract Documents. The provisions of this Paragraph apply to the Work done by Subcontractors as well as to the Work done by direct employees of Contractor. Nothing contained in this Paragraph shall be construed to establish a period of limitation with respect to other obligations which Contractor might have under the Contract Documents. Establishment of the time period of one (1) year as described in Subparagraph 7.11(a) above relates only to the specific obligation of Contractor to correct the Work, and has no effect on the time within which the obligations of the Contract Documents may be enforced, nor to the time within which proceedings may be commenced to establish Contractor's liability with respect to Contractor's remaining contractual obligations. 7.12 LIOUIDATED DAMAGES In the event Contractor violates or fails to perform any provision of the Contract Documents, then the City may elect to receive, and Contractor agrees to pay, liquidated damages in the amount of one hundred dollars ($100) per day beyond the agreed completion date. Inspection of the Work by the City and the subsequent issuance of a notice by the City indicating substantial completion will be the date used to signify work completion. If completion is beyond the schedule agreed upon, liquidated damages may be imposed by the City on the Contractor and will be withheld from payment. It is expressly acknowledged by Contractor that said payment shall not be interpreted nor construed as a penalty but is in fact a good faith attempt to fix damages which the City will suffer in the event Contractor fails to perform as required hereunder or violates any provision of the Contract Documents. 8.0 PUBLIC HEALTH AND SAFETY 8.1 PROTECTION OF PERSONS AND PROPERTY The Contractor shall submit, for the City's approval, a project safety and security plan which describes the Contractor's plans and procedures to protect the safety and property of property owners, residents, and passers-by. The plan shall describe measures and precautions to be taken during working hours and non- working hours. A. Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety and Health Act and the laws of the State of Florida. This Contract requires that the Contractor and any and all subcontractors hired by the Contractor comply with all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a failure to perform. The Contractor agrees to reimburse the City for any fines and/or court costs arising from penalties charged to the City for violations of OSHA committed by the Contractor or Page 21 of 38 any and all subcontractors. B. Safetv of Persons and Proue The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be affected thereby; all the work materials and equipment to be incorporated therein, whether in storage on or off the project site, under the care, custody or control of the Contractor or any of his subcontractors; and other property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall be held fully responsible for such safety and protection until final written acceptance of the Work. Fire hydrants on or adjacent to the Work shall be kept accessible to fire fighting equipment at all times. Temporary provisions shall be made by the Contractor to insure the proper functioning of all swales, gutters, sewer inlets, drainage ditches and irrigation ditches, which shall not be obstructed except as approved by the City. The Contractor acknowledges that, in executing the Project, it will operate machinery and equipment that may be dangerous to the adjacent property owners and the general public. The Contractor will be required to conduct excavations for the Project that may be hazardous to person and property. The Contractor shall develop and implement a job safety and security plan that will adequately protect all property and the general public. Contractor shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the City or an adjacent property. 8.2 TRAFFIC CONTROL All safety precautions, traffic control, and warning devices necessary to protect the public and workmen from hazards within the right-of-way shall be in strict accordance with SECTION 102, MAINTENANCE OF TRAFFIC, in the Florida Dept. of Transportation (FDOT) Std. The State of Florida Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations Specifications for Road and Bridge Construction, latest edition shall be used as minimum standards, as applicable. Further, the Contractor shall carry on the Work in a manner that will cause the least possible obstruction and interruption in traffic, and the least inconvenience to the general public and the residents in the vicinity of the work. 8.3 ROAD CLOSURE AND DETOURS Local traffic shall be maintained within the limits of the Project for the duration of the construction period. Closing to through travel of more than two (2) consecutive blocks, including the cross street intersected will not be permitted without specific authorization of the City. No road or street shall be closed to the public except with the permission of the City and proper governmental authority. When closing of roads is permitted, it shall require forty-eight (48) hours notification to the City. Traffic detours shall be pre -approved prior to closing. "Street Closed to through Traffic" signs and "Detour" routes shall be indicated and maintained by the Contractor when the job is located in a public or private street. Page 22 of 38 8.4 PROVISION OF ACCESS Where traffic must cross open trenches, the contractor shall provide adequate ingress and egress to dwellings, business facilities, utilities and service. Temporary provisions shall be made by the Contractor to insure the use of sidewalks. The Contractor shall provide suitable crossings at street intersections and driveways, and supply such aid as may be required for pedestrians and motorists, including delivery vehicles, to safely negotiate the construction areas. On completion of Work within any area, the Contractor shall remove all debris, excess materials, barricades and temporary Work leaving walkways and roads in said area clear of obstructions. 8.5 WARNING SIGNS AND BARRICADES The Contractor shall provide adequate signs, barricades, warning lights and flagmen, as required, and all such other necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be protected at night by regulatory signal lights which shall be kept in operation from sunset to sunrise. Barricades shall be of substantial construction and shall be reflective to increase their visibility at night. Suitable warning signs shall be so placed and illuminated at night as to show in advance where construction, barricades or detours exist. Unless so designated in the Bid Documents, no direct payment for this work will be made, but the cost of providing, erecting and maintaining such protection devices, including guards, watchmen and/or flagmen as required shall be considered as included and paid for in the various contract prices of the Work. Warning signs and barricades shall be in conformance with the State of Florida, Manual of Traffic Control and Safe Practices for Street and Highway Construction, Maintenance and Utility Operations, latest edition. The Contractor shall provide and maintain adequate barricades, construction signs, torches, flashers, guards and flagmen as required in pedestrian and vehicular traffic areas. Regulations of local authorities shall be compiled with. Advance warning signs are required on all streets where work is being conducted. Lane closures shall be signed and barricaded or coned as indicated in aforementioned FDOT Index. Flagmen may be required where traffic and length of lane closure warrant them. Where such a plan is needed, Contractor shall submit and obtain approval of their traffic control plan by the City. 8.6 OPEN TRENCHES The Contractor shall fully comply with Florida Statutes and OSHA regulations with regard to open trenches during construction. The Contractor shall be place construction hazard fencing along any open trenches during the construction work -day, and shall leave no open trenches or excavations over -night unless properly fenced and with the specific approval of the Engineer or the City. 8.7 PLACEMENT OF HEAVY EQUIPMENT The Contractor shall not leave construction equipment parked in front of or on a residential lot overnight or on weekends. At the close of work each day, the equipment shall be driven to and stored in a designated area so that the equipment will not become an "attractive nuisance" to neighborhood children. All equipment left unattended during the course of working day, such as during lunch hours or work breaks, shall not be left in a condition or location which would create a safety hazard to the general public. All keys shall be removed from the machines during those times. Page 23 of 38 8.8 TEMPORARY FACILITIES AND CONTROLS The Contractor shall provide controls for sanitary facilities, environmental protection and safety controls on site acceptable to the Florida Department of Health and Rehabilitative Services, Department of Environmental Protection, and St. Johns River Water Management District. 8.9 SANITARY PROVISION The Contractor shall provide and maintain such sanitary accommodations adequate for the use of his employees and those of his subcontractors, and as may be necessary to comply with the requirements and regulations of the local and state departments of health. Such facilities shall be made available when the first employees arrive on site of the Work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the Work in suitable numbers and at such points and in such manner as may be required or approved. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. The City shall have the right to inspect such facilities at all times to determine whether or not they are being properly and adequately maintained. Following the period of necessity for such accommodations, they and all evidence affixed thereto shall be removed. 8.10 WATER AND ELECTRIC SUPPLY The Contractor shall make all necessary applications and arrangements, and pay all fees and charges for water and electrical service necessary for the proper completion of the Project up to the time of final acceptance. The Contractor shall provide and pay for any temporary piping and connections. 8.11 NOISE CONTROL The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment, and shall submit a plan to the Engineer for review prior to initiation and implementation of the plan. 8.12 DUST CONTROL The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by moving construction equipment, high winds or any other cause, and shall submit a plan to the Engineer for review prior to initiation and implementation of the plan. 8.13 WATER CONTROL The Contractor shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer for review prior to initiation and implementation of the plan. Prior approval shall be obtained from the proper authorities for the use of public or private lands or facilities for such disposal. 8.14 POLLUTION, SILTATION AND EROSION CONTROL The Contractor shall provide for and take sufficient precautions to prevent pollution of private and public lands, reservoirs, ponds, rivers, streams, creeks, etc., by the disposal of surplus materials in the forms of solids, liquids or gases including, but not limited to, fuels, oils bitumen, calcium chloride or other harmful Page 24 of 38 materials. Contractor shall conduct and schedule Work operations so as to avoid or otherwise minimize pollution or silting of streams, lakes and reservoirs and to avoid interference with movement of migratory fish where there is a high potential for erosion and subsequent water pollution. Erosion control features shall be constructed concurrently with other work and at the earliest practicable time. The Contractor shall prepare a detailed description of Contractor's plan for Erosion and Turbidity Control, including location of erosion control and turbidity control devices, marked on a plan set as needed for clarity. The erosion and turbidity control shall meet the requirements of the St. John's River Water Management District and the applicable City's NPDES program for control of discharge of Total Suspended Matter, and shall prevent water and wind erosion of open excavations and swales. ARTICLE III - Supervision and Administration 9.0 ENGINEER, CITY, CONTRACTOR RELATIONS 9.1 ENGINEER'S RESPONSIBILITY AND AUTHORITY All work done shall be subject to the construction review of the Engineer and City. Any and all technical questions which may arise as to the quality and acceptability of materials furnished, work performed, or work to be performed, interpretation of Plans and Specifications and all technical questions as to the acceptable fulfillment of the Contract on the part of the Contractor shall be referred to the Engineer who will resolve such questions. 9.2 ENGINEER'S DECISION All claims of a technical nature of the City or Contractor shall be presented to the Engineer for resolution. 9.3 SUSPENSION OF WORK The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed necessary and for whatever cause, to include but not be limited to, unsuitable weather or such other conditions as are considered unfavorable for prosecution of the Work, failure on the part of the Contractor to carry out the provisions of the Contract or to supply materials meeting the requirements of the Specifications, or the action of a governmental agency, by serving written notice of suspension to the Contractor. In the event that the Engineer shall become aware of any condition which may be cause for suspension of the Work, the Engineer shall immediately advise the City of such condition. The Contractor shall not suspend operations under the provisions of this Paragraph without the City's permission. 9.4 CONSTRUCTION REVIEW OF WORK All materials and each part or detail of the Work shall be subject at all times to construction review by the Engineer and the City. The Engineer and the City may appoint inspectors. The Contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship, and the Page 25 of 38 diligent execution of the Contract. Such construction review may include mill, plant, or shop inspection, and any material furnished under the Specifications is subject to such inspection. The Engineer and the City shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts or omissions of the Contractor. 9.5 FIELD TESTS AND PRELIMINARY OPERATION The Contractor shall perform the work of placing in operation all equipment installed under this Contract, except as specifically noted hereinafter. The Contractor shall make adjustments necessary for proper operation. The Contractor shall provide construction labor required for preliminary operation of the equipment installed under this Contract. The Contractor shall notify the City when work is considered to be complete, in operating condition, and ready for inspection and tests. Further inspection requirements may be designated in the Technical Specifications. The City will conduct tests it deems necessary to determine if the Work functions properly. Arrangements for testing laboratory services will be made by the City. Payment for testing to show compliance with specified requirements will be paid for by the City. The cost of retesting when materials and workmanship fail to meet specified requirements will be deducted from moneys due the Contractor. 9.6 EXAMINATION OF COMPLETED WORK The City may request an examination of completed work of the Contractor at any time before acceptance by the City of the Work and shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the Work to the standard required by the Specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed shall be paid for as extra work, but should the work so exposed or examined prove unacceptable, the uncovering, removing and replacing shall be at the Contractor's expense. 9.7 CONTRACTOR'S SUPERINTENDENT A qualified superintendent, who is acceptable to the City, shall be maintained on the project and give sufficient supervision to the Work until its completion. The superintendent shall have full authority to act on behalf of the Contractor, and all communications given to the superintendent shall be considered given to the Contractor. In general, such communications shall be confirmed in writing and always upon written request from the Contractor. 9.8 CITY'S RIGHT TO CORRECT DEFICIENCIES Upon failure of the contractor to perform the work in accordance with the Contract Documents, including any requirements with respect to the Schedule of Completion, and after five (5) days written notice to the Contractor, the City may, without prejudice to any other remedy he may have, correct such deficiencies. The Contractor shall be charged all costs incurred to correct deficiencies. Page 26 of 38 9.9 CITY'S RIGHT TO TERMINATE CONTRACT AND COMPLETE WORK In the event of any default by the Contractor, the City shall have the right to immediately terminate the Contract upon issuance of written notice of termination to the Contractor stating the cause for such action. This Agreement may be terminated by the City without cause provided at least thirty (30) days written notice of such termination shall be given to the Contractor. In the event of termination, the City may take possession of the Work and of all materials, tools and equipment thereon and may finish the Work by whatever method and means it may select. It shall be considered a default by the Contractor whenever Contractor shall: (a) Declare bankruptcy, become insolvent or assign his assets for the benefit of his creditors. (b) Disregard or violate the provisions of the Contract Documents or City's written instructions, or fail to prosecute the Work according to the agreed schedule of completion including extensions thereof. (c) Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or fail to make prompt payment for same. 9.10 RIGHTS OF VARIOUS INTERESTS Wherever work being done by the City's forces or by other contractors is contiguous to work covered by the Contract, the respective rights of the various interests involved shall be established by the City, to secure the completion of the various portions of the Work in general harmony. 9.11 SEPARATE CONTRACTS The City may let other contracts in connection with the Work of the Contractor. The Contractor shall cooperate with other Contractors with regard to storage of materials and execution of their work. It shall be the Contractor's responsibility to inspect all work by other contractors affecting Contractor's work and to report to the City any irregularities that will not permit completion of work in a satisfactory manner. Contractor's failure to notify the City of such irregularities shall indicate the work of other contractors has been satisfactorily completed to receive related work. It shall be the responsibility of the Contractor to inspect the completed work in place and report to the Engineer immediately any difference between completed work by others and the Plans. 9.12 SUBCONTRACTS AND PURCHASE ORDERS Prior to signing the Contract or at the time specified by the City, the Contractor shall submit in writing to the City the names of the subcontractors proposed for the Work. Subcontractors may not be changed except at the request or with the approval of the City. The Contractor is responsible to the City for the acts and omissions of its subcontractors and their direct or indirect employees, to the same extent as he is responsible for the acts and omissions of its employees. The Contract Documents shall not be construed as creating a contractual relation between any subcontractors and the City. The Contractor shall bind every subcontractor by the terms of the Contract Documents. For convenience of reference and to facilitate the letting of contracts and subcontracts, the Specifications Page 27 of 38 are separated into title sections. Such separations shall not, however, operate to make the Engineer or City an arbiter to establish limits to the contracts between the Contractor and subcontractors. 9.13 WORK DURING AN EMERGENCY The Contractor shall perform any work and shall furnish and install materials and equipment necessary during an emergency endangering life or property. In all cases, Contractor shall notify the Engineer and City of the emergency as soon as practicable, but shall not wait for instructions before proceeding to properly protect both life and property. 9.14 ORAL AGREEMENTS No oral order, objection, claim or notice by any party to the others shall affect or modify any of the terms or obligations contained in any of the Contract Documents, and none of the provisions of the Contract Documents shall be held to be waived or modified by reason of any act whatsoever, other than by a definitely agreed waiver or modification thereof in writing, and no evidence shall be introduced in any proceeding of any other waiver or modification. 9.15 NIGHT. SATURDAY AND/OR SUNDAY WORK No night or Saturday and Sunday work will be permitted, except in case of emergency, or with prior approval from City, and then only to such extent as is absolutely necessary to protect life or property. This clause shall not pertain to crews organized to perform restoration work which needs no verifying inspection, maintenance work on equipment, or to operate and maintain special equipment such as dewatering pumps which may be required to work 24 hours per day. All such night, Saturday and/or Sunday work must be authorized by the City. 9.16 UNAUTHORIZED WORK Work done without lines and grades having been established, work done without proper inspection, or any changes made or extra work done without written authority will be done at the Contractor's risk and will be considered unauthorized, and, at the option of the City, may not be measured and paid for. 9.17 USE OF COMPLETED PORTIONS OF THE WORK The City shall have the right to use, occupy, or place into operation any portion of the Work that has been completed sufficiently to permit safe use, occupancy, or operation, as determined by the Engineer. If such use, occupancy, or operation increases the cost of or delays the Work, the Contractor shall be entitled to extra compensation, or an extension of time, or both, as determined by the Engineer. However, if Contractor has failed to complete the Work in accordance with the time requirements of the Agreement, no compensation (including set -offs to liquidated damages) shall be allowed for such use or occupancy. 9.18 CONTRACTOR'S RESPONSIBILITY FOR WORK Until acceptance of the Work by the City, it shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City, before its completion and acceptance. Page 28 of 38 10.0 MEASUREMENT AND PAYMENT 10.1 DETAILED BREAKDOWN OF CONTRACT Except in cases where unit prices form the basis for payment under the Contract, the Contractor shall submit a complete breakdown of the contract amount showing the value assigned to each part of the Work, including an allowance for profit and overhead within ten (10) days of the execution of the Contract by the parties. Upon approval of the breakdown of the contract amount by the Engineer and the City, it shall be used as the basis for all requests for payment. 10.2 REQUEST FOR PAYMENT The Contractor may submit to the City not more than once each month a request for payment for work completed. Where applicable, the Contractor may choose to submit a request for payment at the substantial completion of each work order. The City may elect to provide its own form for the Contractor to submit progress payment requests. The standard form provided by the City, or a form presented by the Contractor having received prior approval from the City, can be used for the submittal of a progress payment. The Contractor shall furnish the Engineer and the City all reasonable facilities required for obtaining the necessary information relative to the progress and execution of the Work. In addition to each month's invoice, an updated project schedule shall be submitted. Each request for payment shall be computed from the work completed to date on all items listed in the detailed breakdown of the contract amount less previous payments and back charges. Progress payments on account of Unit Price Work will be based on the number of units completed at the time the payment request was dated by the Contractor. If payment is requested on the basis of materials and equipment not incorporated in the project but delivered and suitably stored at the site or at another location agreed to in writing, the payment request shall also be accompanied by a bill of sale, invoice or other documentation warranty that the City has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, all of which shall be satisfactory to the City. No payments shall be made for materials stored on site without approval of the City. An amount of 10% of each monthly pay request shall be retained until final completion and written acceptance of the Work by the City. Payment of the retainage shall be included in the Contractor's final pay request in accordance with Paragraph 10.14. Any deviation in the release or partial release of the 10% retainage shall be at the sole discretion of the City, but in no case earlier than completion of the Engineer's "punch list inspection". Any request for payment shall be accompanied by claim releases for work done or materials furnished in accordance with Paragraph 10.13. Prior to submission of any request for payment by the Contractor, the Engineer shall review the request for payment to determine the following: (a) That the work covered by the request for payment has been completed in accordance with the intent of the Plans and Specifications. (b) That the quantities of work have been completed as stated in the request for payment, Page 29 of 38 whether for a unit price contract or for payment on a lump -sum contract. 10.3 CITY'S ACTION ON A REQUEST FOR PAYMENT Within thirty (30) days from the date of receipt of a request for payment the City shall do one of the following: (a) Approve and pay the request for payment as submitted. (b) Approve and pay such other amount of the request for payment in accordance with Paragraph 10.4 as the City shall decide is due the Contractor, informing the Contractor in writing of the reasons for paying the amended amount. (c) Disapprove the request for payment in accordance with Paragraph 10.4 informing the Contractor in writing of the reasons for withholding payment. 10.4 CITY'S RIGHT TO WITHHOLD PAYMENT OF A REQUEST FOR PAYMENT The City may withhold payment in whole or in part on a request for payment to the extent necessary for any of the following reasons: (a) Work not performed but included in the request for payment, or the contract Price has been reduced by written change order, (b) Work covered by the request for payment which is not in accordance with the Plans, Specifications and generally accepted construction practices, including if, in the opinion of the City, there is sufficient evidence that the Work has not been satisfactorily completed, or based upon tests and/or inspections the work is defective or has been damaged requiring correction or replacement. (c) In the event of a filing of a claim or lien, or information received by City of a potential filing of a claim or lien against the Contractor or City. (d) Failure of the Contractor to make payments to subcontractors, material suppliers or labor. (e) Damage to another contractor. (f) The City has had to correct a defect in the Work, or there are other items entitling the City to a set-off against the amount recommended. (g) Default of any of the provisions of the Contract Documents. 10.5 PAYMENT FOR UNCORRECTED WORK Should the City direct, in writing, the Contractor not to correct work that has been damaged or that was not performed in accordance with the Contract Documents, an equitable deduction from the contract amount shall be made to compensate the City for the uncorrected work. Page 30 of 38 10.6 PAYMENT FOR REJECTED WORK AND MATERIALS The removal of work and materials rejected under Paragraph 5.3 and the re-execution of work by the Contractor shall be at the expense of the Contractor and the Contractor shall pay the cost of replacing the destroyed or damaged work of other contractors by the removal of the rejected work or materials and the subsequent re-execution of that work. In the event that City incurs expenses related thereto, Contractor shall pay for the same within thirty (30) days after written notice to pay is given by the City. If the Contractor does not pay the expenses of such removal, after ten (10) days written notice being given by the City of its intent to sell the materials, the City may sell the materials and shall pay to the Contractor the net proceeds there from after deducting all the costs and expenses that are incurred by the City. If the proceeds do not cover the expenses incurred by the City, such additional amounts may be set-off against any payments due Contractor. 10.7 CHANGES IN THE WORK A. Change Orders If conditions require a change in the scope of work or additional work varying from the original Plans or Specifications, such change shall be effected by the Contractor when the City issues a written Change Order. The Change Order shall set forth in complete detail the nature of the change, the change in the compensation to be paid the Contractor and whether it is an addition or a reduction of the original total contract cost. Should additional or supplemental drawings be required, they will be furnished by the Engineer. All Change Orders shall address the impact of the change on both Contract Price / Cost and Contract Time / Schedule. Compensation to be paid to the Contractor for accomplishing the work of a Change Order shall be established in one of the following ways: (a) By lump sum proposed by the Contractor and accepted by the City. (b) By unit prices established and agreed to. (c) By unit prices established for additional kinds of work. (d) By other methods as may be mutually agreed upon. (e) By force account wherein the Contractor provides the labor and materials at Contractor's direct cost plus 15% for overhead and profit. When the force account method is used, the Contractor shall provide full and complete records of all costs for review by the City. B. Claims Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for work not covered herein, or in Supplemental Agreement, the Contractor shall notify the City in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given and the City is not afforded by the Contractor a method acceptable to the City for keeping strict account of actual cost, then the Contractor hereby waives its request for such extra compensation. The City is not obligated to pay the Contractor if the City is not Page 31 of 38 notified as described above. The Contractor may refuse to perform additional work requested by the City until an appropriate agreement is executed by the parties. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall not in any way be construed as proving the validity of the claim. 10.8 CANCELED ITEMS OF WORK The City shall have the right to cancel those portions of the contract relating to the construction of any item provided therein. Such cancellation, when ordered by the City in writing, shall entitle the Contractor to the payment of a fair and equitable amount covering all costs incurred by Contractor pertaining to the canceled items before the date of cancellation or suspension of the Work. The Contractor shall be allowed a profit percentage on the materials used and on construction work actually done, at the same rates as provided for "Changes in the Work", but no allowance will be made for anticipated profits. Acceptable materials ordered by the Contractor or delivered on the site before the date of such cancellation or suspension shall be purchased from the Contractor by the City at actual cost and shall thereupon become the property of the City. 10.9 PAYMENT FOR WORK SUSPENDED BY THE CITY If the Work or any part thereof shall be suspended by the City as provided in Paragraph 9.3, the Contractor will then be entitled to payment for all work done except as provided in Paragraph 10.4. 10.10 PAYMENT FOR WORK BY THE CITY The cost of the work performed by the City removing construction materials, equipment, tools and supplies in accordance with Paragraph 5.7 and in correcting deficiencies in accordance with Paragraph 9.8 shall be paid by the Contractor. 10.11 PAYMENT FOR WORK BY CITY FOLLOWING TERMINATION OF CONTRACT A. Termination by City for Cause Upon termination of the contract by the City for cause, including abandonment or termination by Contractor, the City may enter into an agreement with others for the completion of the Work under this Agreement and the Contractor shall be held harmless for the work of others. No further payments shall be due the Contractor until the Work is completed and accepted by the City. If the unpaid balance of the contract amount shall exceed the cost of completing the Work including all overhead costs, Contractor shall be paid up to the amount of the excess balance on a quantum meruit basis for the work done prior to termination. If the cost of completing the Work shall exceed the unpaid balance, the Contractor or its Surety shall pay the difference to the City. The cost incurred by the City as herein provided shall include the cost of the replacement contractor and other expenses incurred by the City through the Contractor's default. In either event, all work done, tracings, plans, specifications, maps, computer programs and data prepared by the Contractor under this Agreement shall be considered property of the City. B. Termination by City Without Cause In the event the City without cause abandons, terminates or suspends this Agreement, the Contractor shall be compensated for services rendered up to the time of such termination on a quantum meruit basis and any work done or documents generated by the Contractor shall remain the property of the City. Page 32 of 38 10. 12 TERMINATION OF CONTRACTOR'S RESPONSIBILITY The Contract will be considered complete when all work has been finished, the final construction review is made by the Engineer, and the project accepted in writing by the City. 10.13 RELEASE OF CLAIMS (INTERIM/FINAL The Contractor shall deliver, with each request for payment, a completed Affidavit and Release of Claim on a form supplied by the City. Also, from each supplier or subcontractor who has notified the City of his right to file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid, potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must be attached to each request for payment. If the completed forms are not supplied with the request for payment, the City will notify Contractor of the outstanding claims of record and, if said completed form(s) are not supplied within thirty (30) days, the City shall make joint payments to the Contractor and outstanding claimants. 10.14 ACCEPTANCE AND FINAL PAYMENT When it is determined, as a result of a joint inspection of the Work by the Contractor, City, and Engineer that the Work has been completed in accordance with the terms of the Contract Documents, the Engineer shall certify completion of the Work to the City. At that time, the Contractor may submit the Contractor's final request for payment. The Contractor's final request for payment shall be the contract amount plus all approved written additions less all approved written deductions and less previous payments made. As a condition for Final payment, a Contractor's Final Affidavit must be received by the City along with his Final Payment Request and any as -built drawings which may be required. The Contractor shall furnish full and fmal releases of Claim for labor, materials and equipment incurred in connection with the Work, following which the City will release the Contractor except as to the conditions of the performance bond, any legal rights of the City, required guarantees and satisfaction of all warranty work, and shall authorize payment of the Contractor's final request for payment. 10.15 SATISFACTION OF WARRANTY WORK AFTER FINAL PAYMENT The making of the final payment by the City to the Contractor shall not relieve the Contractor of responsibility for faulty materials or workmanship. The City shall promptly give notice of faulty materials and workmanship and the Contractor shall promptly replace any such defects discovered within one (1) year from the date of final written acceptance of the Work by the City. 11.0 PUBLIC CONTRACT REOUIREMENTS 11.1 COVENANT AGAINST CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. Page 33 of 38 11.2 INTEREST OF MEMBERS OF CITY AND OTHERS No officers, members or employees of the City and no member of its governing body, and no other public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project, shall participate in any decision relating to this Agreement which affects such person's personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. 11.3 CERTIFICATION OF RESTRICTIONS ON LOBBYING The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor to any person for influencing or attempting to influence any officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the Contractor to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with this Agreement, the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in accordance with its instructions. 11.4 INTEREST OF CONTRACTOR The Contractor covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which shall conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts with its duties as the City's Contractor without the prior written consent of the City during the term of this Agreement. Any work where the Contractor can reasonably anticipate that it may be called to testify as a witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 11.5 PUBLIC ENTITY CRIMES The Contractor shall file the attached sworn statement which is entitled PUBLIC ENTITY CRIMES, stating whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public entity crime subsequent to July 1, 1989, in accordance with the provisions of said statute. 11.6 DRUG-FREE WORKPLACE The Agreement documents also include the "Drug -Free Workplace Form" which is in accordance with Florida Statute 287.089 and must be signed and instituted. 11.7 COMPLIANCE WITH LAWS Page 34 of 38 Contractor shall comply with all applicable federal laws that in any way regulate or impact the Work, including, but not limited to, The Clean Air Act (42 USC §7506(c)), The Endangered Species Act (16 USC §1531, et seq.), Executive Order No. 11593, Executive Order No. 11988, Executive Order No. 11990, The Fish and Wildlife Coordination Act (PL 85-624), The Safe Water Drinking Act Section 1424(e) (PL 93-523, as amended), The Wild and Scenic Rivers Act (PL 90-542, as amended), The Demonstration Cities and Metropolitan Development Act of 1966 (PL 89-754), Section 306 of The Clean Air Act, Section 508 of The Clean Water Act, Executive Order No. 11738, The Civil Rights Act of 1964 (PL 88-352), The Age Discrimination Act (PL 94-135), Section 13 of The Federal Water Pollution Control Act (PL 92-500), Executive Order No. 11246, Executive Order No. 11625, Executive Order No. 12138, Executive Order No. 12549, The Davis Bacon Act (40 USC §276), the Occupational Safety and Health Act and applicable regulations, and the Americans with Disabilities Act (PL 101-336). 11.8 INSURANCE The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain said insurance during the life of this agreement: (a) Workers' Compensation - Contractor shall purchase workers' compensation insurance as required by law. (b) _Commercial General Liability - Contractor shall purchase Commercial General Liability insurance with a combined single limit of at least $1,000,000. (c) Commercial Auto Liability - Contractor shall purchase Commercial Auto Liability insurance with a combined single limit of at least $1,000,000. Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations under Paragraph 9.18 for the Work paid for by the City but not yet accepted. The insurance company selected shall be A+ or better per the Best's Key Rating Guide. The Contractor and the insurance company(s) shall agree to furnish the City thirty (30) days written notice of their intent to cancel or terminate said insurance. It is the full responsibility of the contractor to insure that all sub- contractors have full insurance coverage as stated above. The Contractor shall not commence the Work under this contract until Contractor has obtained all the insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required has been so obtained and approved by the City. The Contractor shall carry and maintain until acceptance of the Work, insurance as specified herein and in such form as shall protect Contractor and any subcontractor performing work under this Contract, or the City, from all claims and liability for damages for bodily injury, including accidental death, under this Contract, whether by Contractor or by any subcontractor or by any one directly or indirectly employed by either of them. The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance, naming the City as an additional insured party, prior to the start of construction as provided in the Contract. 11.9 BOND The Contractor shall provide Bonds in the form prescribed by State Law, and generally as shown in these Page 35 of 38 Documents, for Performance and Payment, each in the amount of 100% of the total contract amount 11.10 PERMITS All City and St. John's River Water Management District permits and other permits necessary for the prosecution of the Work shall be secured by the City, except for Contractor's licenses and registrations, and dewatering permits that may be required by St. Johns River Water Management District (SJRWMD). Contractor shall secure a building permit if required by the City's Building Official. 11.11 LAWS TO BE OBSERVED The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, permit requirements and regulations in any manner affecting the conduct of the Work, and all such orders and decrees as enacted by bodies or tribunals having any jurisdiction or authority over the Work, and shall indemnify and save harmless the City and Engineer against any expense, claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, permit requirements, order or decree, whether by Contractor or its employees. The failure of the Contractor to adhere to any known law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. The Contractor shall keep fully informed of all existing and pending state and national laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the Work, or in any way affecting the conduct of tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Plans, Specifications, or Contract for this work in relation to any such law, ordinance, regulations, order or decree, Contractor shall forthwith report the same to the Engineer and City in writing. Contractor shall at all times himself observe and comply with and cause all its agents, subcontractors and employees to observe and comply with decrees; and shall protect and indemnify the City and Engineer, their officers, employees and agents against any expense, claim or liability arising from or based upon violation of any such law, ordinance, regulations, orders or decree, whether by Contractor or its employees. All building construction work alterations, repairs or mechanical installations and appliances connected therewith shall comply with the applicable building rules and regulations, restrictions and reservations of record, local ordinances and such other statutory provisions pertaining to this class of work. 12.0 MISCELLANEOUS 12.1 ADDRESSES FOR NOTICES All notices given under or in connection with any of the Contract Documents shall be delivered in person or by telegraph or email (confirmed) or registered or certified mail to the parties at the address as either party may by notice designate. 12.2 WRITTEN NOTICE Written notice shall be considered as served when delivered to the designated representative of the Contractor and receipt acknowledged or sent by registered mail to the individual, firm, or corporation to the business address stated in Bid Proposal. Change of Address: It shall be the duty of each party to advise the other parties to the Contract as to any changes in his business address until completion of the Contract. Page 36 of 38 12.3 TAXES Contractor shall pay all sales or other taxes of any type which may be incurred in connection with the Work hereunder, and shall reimburse the City for any such taxes paid by the City. 12.4 TIME IS OF VITAL IMPORTANCE It is agreed and understood that time is of vital importance with respect to the completion date for the Work and all other provisions of the Contract Documents. 12.5 NO WAIVER OF LEGAL RIGHTS Neither the payment for, nor acceptance of the whole or any part of the Work by the City or representatives of the City, nor any extension of time, nor the withholding of payments, nor any possession taken by the City, nor the termination of employment of the Contractor shall operate as a waiver of any portion of the Contract or any power therein reserved or any right therein reserved or any right therein provided, nor shall the waiver by the City of any of the Contractor's obligations or duties under this Agreement constitute a waiver of any other obligation or duty of the Contractor under this Agreement. 12.6 RIGHT TO WORK PRODUCT No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject to copyright by the Contractor, in the United States or in any other country. The City or its assigns shall have the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps, computer programs and data prepared or obtained under this Agreement shall remain the property of the City. Any use of any plans and specifications by the City except the use reasonably contemplated by the City at the time the City entered this Agreement will be at the City's risk and Contractor, its officers, directors and employees, will be held harmless from such use. 12.7 PUBLIC RECORDS FORM Contract Name: Construction Services Agreement between the City of Sebastian and Timothy Rose Contracting Inc. Project Description: Coolidge Street Roadway Improvements. In accordance with the requirements of Chapter 119 Florida statutes, as amended, the contract between the City of Sebastian and the Contractor shall require the contractor to: a) Comply with the public records law of the State of Florida, as the same may be amended from time to time. b) Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform services, and C) Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law, and Page 37 of 38 e) Meet all requirements of retaining public records and transfer, at no cost, to the City all public records in possession of the contractor upon termination of the contact and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. Authorized Signature: Date: Print y�l/Lt �o��- Title: 401-e,5 t I 1 A Company/Firm: j ikz IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTE ; Sally X -.-Mai o MMC Approved as to Form and Content for: Reliance by the City of Sebastian Only Robert A. Ginsburg, City Atto ey THE CITY OF SEBASTIAN By: Name: Joseph Griffin Title: City Manager -------------------------------------------------------CONTRACTOR------------------------------------------------------------- Signed, sealed and delivered In the presence of: 0"0101 ftn7WV3A;w t _ Page 38 of 38 BY: Name: %f/✓t �.L� Title: /e --S Technical Specifications Section...................................................................................................................................... Page O1. Maintenance of Traffic...........................................................................................................1 02. Demolition.............................................................................................................................. 5 03. Site Preparation....................................................................................................................... 7 04. Clearing and Grubbing............................................................................................................ 8 05. Dewatering (During Construction)......................................................................................... 9 06. Excavation, Trenching, Backfilling and Embankment......................................................... 10 07. Finish Grading..................................................................................................................... 15 08. Landscaping, Seeding, Mulching and Sodding.................................................................... 16 09. Pavement Removal and Replacement................................................................................... 19 010. Reinforced Concrete Pipe For Gravity Service.................................................................. 20 011. Drainage Structures and Piping.......................................................................................... 23 012. Cast In -Place and Poured Concrete..................................................................................... 28 013. Concrete.............................................................................................................................. 37 014. Precast Concrete Structures................................................................................................ 41 015. Street Lighting Wiring Systems.......................................................................................... 45 016. Prevention, Control and Abatement of Erosion and Water Pollution ................................. 46 017. Superpave Asphalt Concrete (Section 334 FDOT).............................................................. 52 018. Full Depth Reclamation Cement Treated Base.................................................................... 77 TS i SECTION 01 MAINTENANCE OF TRAFFIC PART 1 - GENERAL 1.0 SUMMARY A. Maintain traffic within the limits of the project (Coolidge Street) for the duration of the construction period, including any temporary suspensions of the work. Construct and maintain traffic detours during construction. Furnish, install and maintain traffic control and safety devices during construction. Furnish and install work zone pavement markings for maintenance of traffic in construction areas. Provide any other special requirements for safe and expeditious movement of traffic specified on the plans. Maintenance of Traffic (MOT) shall include all facilities, devices and operations as required for safety and convenience of the public within the work zone. B. Any traffic lane closures and detours will require a traffic control plan signed by a Florida Professional Engineer. Traffic control plans will be submitted to the city for review approval at least one week before the start of construction. C. Do not maintain traffic over those portions of the project where no work is to be accomplished or where construction operation will not affect existing roads. Do not obstruct or create a hazard to any traffic during the performance of the work and repair any damage to the existing pavement open to traffic. Do not block driveways of access into residential or commercial properties. PART 2 - PRODUCTS MATERIALS A. All products will meet the following FDOT specification requirements: Bituminous Adhesive, Work Zone Pavement markings, Paint and Temporary Removable Tape. 2.0 TRAFFIC CONTROL DEVICES A. Use only the materials meeting the requirements of FDOT specifications of the design standards (latest version) and Manual of Uniform Traffic Control Devises (MUTCD) latest version. 2.1 TRAFFIC CONTROL STANDARDS A. FDOT Design standards are the minimum standards for the use in the development of all traffic control plans. The MUTCD part VI is the minimum national standard for traffic control for roadway construction, maintenance and utility operations. Follow the basic principles and minimum standards contained in these documents for the design, application, installation, maintenance and removal of all traffic control devices, warning devices and barriers which are necessary to protect the public and workers form hazards within the project limits. 2.2 MAINTENANCE OF ROADWAY A. Maintain all lanes that are being used for maintenance of traffic, including those on detours and temporary construction access, under all weather conditions. Keep the lanes reasonably free of dust, potholes and rutting. Provide the lanes with the drainage facilities necessary to maintain a smooth riding surface under all weather conditions. 2.3 NUMBER OF TRAFFIC LANES A. Maintain one lane of traffic in each direction of travel for Coolidge Street. Maintain two lanes of traffic in each direction at existing four lanes (US 1, if needed for intersection work) cross roads, where necessary to avoid undue traffic congestion. Construct each lane used for maintenance of traffic as least as wide as the traffic lanes existing in the area before commencement of construction. Do not allow traffic control and warning devices to encroach onto travel lanes used for MOT. B. The Engineer may allow the Contractor to restrict traffic to one-way operation for short -periods of time provided that the Contractor employs adequate means of traffic control and does not unreasonable delay traffic. When a construction activity requires restricting traffic to one-way operations, locate the flaggers within view of each other when possible. When visual contact between flaggers is not possible, equip them with 2 -way radios, official, or pilot vehicle(s), or use a portable traffic signal. 2.4 FLAGGERS A. Provide trained flaggers in accordance with Section 105 FDOT standards (latest version) or MUTCD Part VI (latest version). 2.5 TEMPORARY TRAFFIC CONTROL DEVICES A. Install and maintain adequate traffic control devices, warning devices and barriers to protect the traveling public and workers, and to safeguard the work area. Erect the required traffic control devices, warning devices and barriers to prevent any hazardous conditions and in conjunction with any necessary traffic re-routing or detours. B. Notify the Engineer of any schedule operations which will affect traffic patterns or safety, sufficiently in advance of commencing such operation to permit the Engineers review and approval of the traffic control plan for the proposed installation of traffic control devices and warning devices and barriers. C. Keep traffic control devices, warning devices, safety devices and barriers in the correct position, properly directed, clearly visible and clean at all times. Immediately repair, replace or clean damaged, defaced or dirty devices or barriers. PART 3 - EXECUTION 3.0 GENRAL TRAFFIC CONTROL SPECIFICATIONS A. Construction area signs for temporary traffic control shall be furnished, installed, maintained, and removed when no longer required in conformance with the provisions in the supplemental specifications. B. Use only when stationary mounted construction area signs are used. Attention is directed to the contractor to provide and furnish all required traffic control devices and signs per the design traffic management plan. C. Construction Project Information Signs shall be used and provided by the contractor. Attention is directed in the supplemental specifications regarding the number and type of construction project information signs to be furnished, erected, maintained, and removed and disposed of. D. Unless otherwise shown on the plans or specified in these special provisions, the color of construction area warning and guide signs shall have black legend and border on orange background. E. Use only when construction area signs are fluorescent orange in color. Orange background on construction area signs shall be fluorescent orange. F. Repair to construction area sign panels will not be allowed, except when approved by the Engineer. At nighttime under vehicular headlight illumination, sign panels that exhibit irregular luminance, shadowing or dark blotches shall be immediately replaced at the Contractor's expense. G. The Contractor shall notify the Engineer for operators of subsurface installations at least 5 working days, but not more than 14 calendar days, prior to commencing excavation for construction area sign posts. 2 H. Excavations required to install construction area signs shall be performed by hand methods without the use of power equipment, except that power equipment may be used if it is determined there are no utility facilities in the area of the proposed post holes. The post hole diameter, if backfilled with Portland cement concrete, shall be at least 4 inches greater than the longer dimension of the post cross section. I. Construction area signs placed within 15 feet from the edge of the travel way shall be mounted on stationary mounted sign supports as specified in these supplemental specifications. The Contractor shall maintain accurate information on construction area signs. Signs that are no longer required shall be immediately covered or removed. Signs that convey inaccurate information shall be immediately replaced or the information shall be corrected. Covers shall be replaced when they no longer cover the signs properly. The Contractor shall immediately restore to the original position and location any sign that is displaced or overturned, from any cause, during the progress of work. K. The full width of the traveled way shall be open for use by public traffic when construction operations are not actively in progress. L. The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays, Special Days, designated legal holidays; after 3:00 p.m. on Fridays and the day preceding designated legal holidays; and when construction operations are not actively in progress.4 M. Work that interferes with public traffic shall be limited to the hours when lane closures are allowed. N. Under one-way reversing traffic control operations, public traffic may be stopped in one direction for periods not to exceed 10 minutes. O. On days that lane closures are not allowed, one lane may be closed to maintain the seal coat surface as required in Standard Specifications. Lane closures to maintain the seal coat surface shall be restricted to daylight hours when public traffic will be least inconvenienced and delayed, as determined by the Engineer. P. The City shall be notified at least 5 business days before work begins. The Contractor shall cooperate with The City to handle traffic through the work area and shall make arrangements to keep the work area clear of parked vehicle. Q. During the pavement placement, the road may be closed and public traffic stopped for periods not to exceed one day. Detour signs will need to be placed to redirect traffic. R. When work vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with fluorescent orange traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25 -foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. S. The Contractor shall immediately restore to the original position and location a traffic cone or delineator that is displaced or overturned, during the progress of work. T. A minimum of one paved traffic lane, not less than 10 feet wide, shall be open for use by public traffic in each direction of travel. U. The Engineer may approve deviations if there is no significant increase in the cost to the project and if the work can be expedited and better serve the public traffic. V. Designated legal holidays are: January 1 st, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11 th, Thanksgiving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When November 11 th falls on a Saturday, the preceding Friday shall be a designated legal holiday. END OF SECTION - 01 SECTION 42 DEMOLITION PART 1 — GENERAL 1.1 DESCRIPTION OF WORK A. Demolition includes the complete removal of pavement on (Coolidge Street) and other materials and the removal and disposal of demolished materials, including but not limited to fencing, trees, shrubs, driveway, headwalls, pipes and other materials shown on the plans and specified to be removed. 1.2 QUALITY ASSURANCE A. Accomplish all demolition work so there is no injury to any persons and no damage to adjacent structures or property. All demolition methods shall be in full compliance with municipal, county, state, and federal ordinances. Demolition work shall comply with the requirements of the Occupational Safety and Health Administration (OSHA). B. The Contractor shall comply with all municipal, county, state, and federal ordinances regarding the disposal of rubble, scrap metal, and refuse. C. Demolition procedures shall provide for safe conduct of the work, protection of property which is to remain undisturbed, and coordination with other work in progress. 1.3 JOB CONDITIONS A. Condition of Structures: 1. The Engineer and Owner assumes no responsibility for the actual condition ofarea to be demolished. The Contractor shall field verify the conditions to be encountered in the work to be performed. B. Explosives: 1. The use of explosives will not be permitted. C. Traffic: 1. Conduct demolition operations and the removal of debris to ensure minimum interference with roads, streets, walks and other adjacent occupied or used facilities. D. Protections: 1. Ensure the safe passage of persons around the area of demolition. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. E. Damages: 1. Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Engineer and to the City. PART 2 - PRODUCTS (NOT USED) PART 3 — EXECUTION 3.1 DEMOLITION A. Pollution Controls: 1. Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations, as directed by the Engineer. Return adjacent areas to condition existing prior to the start of the work. 4. Demolish concrete in small sections. 5. All demolished materials will be removed from the site by the contractor at no additional cost to the project. 3.2 DISPOSAL OF DEMOLISHED MATERIALS A. General: 1. Remove from the site debris, rubbish, and other materials resulting from demolition operations. 2. Burning of materials removed from demolished structures will not be permitted on the site. B. Removal: I . Transport materials removed from demolished structures and dispose of off the site. END OF SECTION - 02 SECTION 03 SITE PREPARATION PART l - GENERAL 1.1 SCOPE OF WORK A. The work consists of furnishing all labor, material and equipment necessary for the removal of all vegetation, demolition materials and unsuitable materials from all areas of the site as required for the new construction. 1.2 DESCRIPTION OF WORK A. The Contractor shall clear and grub all the area within the limits of construction and as required to complete the work. The width of the area to be cleared shall be accepted by the Engineer prior to the beginning of any clearing. All site preparation shall be done in accordance with local clearing, landscape and tree ordinances. Site preparation includes drying the existing ditch prior to construction. 1.3 JOB CONDITIONS A. Traffic: Conduct site clearing operations to ensure minimum interference with roads and other adjacent facilities. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. B. Protection of Existing Improvements: Provide protection necessary to prevent damage to existing improvements indicated to remain in place. Protect improvements on adjoining properties. 2. Restore damaged improvements to their original condition, as acceptable to parties having jurisdiction. 3. Coordination of Utility relocations prior to start of construction. PART 2 — EXECUTION 2.1 GENERAL A. Remove trees, shrubs, grass and other vegetation, improvements, or obstructions interfering with the construction of the site improvements as shown on the plans. Remove such items elsewhere on site or premises as specifically indicated or as necessary to create a clean, usable, and buildable site free from items such as debris, dead trees, and stumps. Removal includes digging out stumps and roots and clearing out area for pipe adjustment. The vroiect removal will include the existing pavement driveways, sidewalk material, drainage structures and removal of existing pipes. 2.2 CLEARING AND GRUBBING A. Where required clear site of trees, shrubs and other vegetation. Completely remove stumps, roots and other debris. 2. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. 2.3 DISPOSAL OF WASTE MATERIALS A. Burning on Owner's Property: Burning will not be permitted unless specifically accepted by the Owner and the Engineer. B. Removal from Owner's Property: Remove waste materials, unsuitable spoil materials, and excess top soil from Owner's property and dispose of at an accepted site in a legal manner. END OF SECTION - 03 7 SECTION 04 CLEARING AND GRUBBING PART 1 - GENERAL 1.1 DESCRIPTION A. Work under this section of the specifications consists of clearing and grubbing for the construction as shown on the plans, and the disposal of materials and debris resulting from the clearing and grubbing operations. The area of construction shall be cleared as required, subject to the approval of the Engineer. The extent of clearing shall be minimized to the width required for installation of the work. The Contractor is expected to visit the site of the work and determine the extent of the clearing and grubbing necessary for construction operations. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 CLEARING A. Clearing only consists of the removal of all trees, living or dead, stumps, down timber, brush, rubbish and all other objectionable debris, from the area to be cleared. Trees, stumps and brush may be cut off flush with the surrounding ground surface or removed with a bulldozer at the option of the Contractor. Should selective clearing be desired, the Engineer will select and mark, or otherwise designate, the trees or ornamentals to remain standing. 3.2 CLEARING AND GRUBBING A. On areas specified to be cleared and grubbed, all trees, stumps, down timber, brush and other objects standing on or protruding from the ground shall be removed. All roots shall be grubbed and removed a minimum of 18 inches below the surface of the ground. Holes caused by grubbing operations shall be filled to the level of adjacent ground. 3.3 DISPOSAL A. All material and debris resulting from clearing, or clearing and grubbing, operations shall be disposed of in a manner approved by the Engineer. It shall be the responsibility of the Contractor to obtain any permits for hauling and disposal in the areas where such permits are required and he shall be responsible for any and all damage to surrounding property or areas caused by his hauling operations. 3.4 CLEANUP A. In accordance with the GENERAL CONDITIONS. END OF SECTION - 04 SECTION 05 DEWATERING (DURING CONSTRUCTION) PART 1 — GENERAL 1.1 DESCRIPTION A. Scope of Work: The work to be performed under this Section shall include the design and installation of temporary well point systems until completion of construction to remove subsurface waters from structures and piping as necessary. The Contractor shall be responsible for all permitting activities, including permit fees, associated with obtaining applicable permits from the SJRWMD having jurisdiction over the installation and operation of the dewatering systems. 1.2 QUALITY ASSURANCE A. Qualifications: The temporary dewatering system shall be designed by a firm who regularly engages in the design of dewatering systems and who is fully experienced, reputable and qualified in the design of such dewatering systems. 1. Standards: The dewatering of any excavation areas and the disposal of water during construction shall be in strict accordance with all local and state government rules and regulations. PART 2 — PRODUCTS 2.1 GENERAL A. The equipment specified herein shall be standard dewatering equipment of proven ability as designed and manufactured by firms having experience in the design and production of such equipment. The equipment furnished shall be designed, constructed and installed in accordance with the best practices and methods. PART 3 — EXECUTION 3.1 MINMZING NOISE DISTURBANCES A. All dewatering pumping units shall be enclosed with noise attenuation barricades and equipped with exhaust mufflers. The dewatering pumps shall be boxed or barricaded such as to prevent or minimize disturbances to nearby residential dwellings. END OF SECTION - 05 SECTION 06 EXCAVATION, TRENCHING. BACKFILLING AND EMBANKMENT PART I — GENERAL 1.1 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to perform all excavation, removal of unsuitable material, backfill, fill and grading required to complete the work shown on the Drawings and specified herein. The work shall include, but not necessarily be limited to, all roadway excavation and drainage trenching; all backfilling; embankment and grading; disposal of waste and surplus materials; and all related work such as sheeting, bracing and dewatering. B. The Contractor shall examine the site and review the available test borings data prior to submitting his proposal, taking into consideration all conditions that may affect his work. The Owner and Engineer will not assume responsibility for variations of subsurface conditions. 1.2 RELATED WORK A. Section - Site Preparation B. Section - Dewatering 1.3 APPLICABLE PUBLICATIONS: A. American Association of State Highway and Transportation Officials (AASHTO) Standards: • M145-82 - The Classification of Soils and Soil Aggregate Mixtures for Highway Construction Purposes. • T180-74 - Moisture -Density Relations of Soils Using a 10-1b. (4.54 kg) Rammer and an 18 -inch (457 mm) Drop. • T 191-61 - Density of Soil In -Place by the Sand -Cone Method. (R 1982) B. Florida Department of Transportation; "Standard Specifications for Road and Bridge Construction", (FDOT) latest edition. C. ASTM D2487: "Unified Classification System." 1.4 DEFINITIONS: A. Common Fill: Common fill shall consist of any material classified as SW, SW -SM, or SW - SC under the Unified Classification System (ASTM D2487) which does not contain stones larger than 2 inches in any dimension and which has no more than 12 percent of its material by weight passing the No. 200 sieve. B. Unsatisfactory Materials: Unsatisfactory materials shall be materials that do not comply with the requirements for common fill. Unsatisfactory materials include, but are not limited to, those materials containing roots and other organic matter, trash, debris, and stones larger than 2 inches, and materials classified in AASHTO M145 as groups A-2-6, A-2-7, A-4, A-5, A-6, and A-7. Unsatisfactory materials also include man-made fills, refuse, or backfills from previous construction. C. Select Common Fill: Select common fill shall meet the requirements for common fill specified above with the exception that select common fill shall not have more than 5 percent of its material by weight passing the No. 200 sieve. Also, the maximum allowable aggregate size for select common fill shall be 1 1/2 inches, or in pipe installations, the maximum size recommended by the pipe manufacturer, whichever is smaller. 10 D. Degree of compaction: Degree of compaction shall be expressed as a percentage of the maximum density obtained by the test procedure presented in AASHTO T180. Field verification will be obtained by the test procedure presented in AASHTO T191. The term "maximum density" shall mean the maximum density determined under AASHTO T180. 1.5 PROTECTION A. Prior to commencing excavation or dewatering, the Contractor shall take precautions to ensure that existing structures, which may be subject to settlement or distress resulting from excavation or dewatering are protected. Such precautions shall include establishing reference elevation markings on structures which are adjacent to new work and monitoring them to ascertain evidence of settlement or distress throughout construction. If settlement or' distress becomes evident, modifications to the excavation, dewatering or protection procedures shall be made to prevent additional settlement or distress and any damage caused to the structure shall be repaired at the Contractor's expense. B. The Contractor shall furnish, put in place, and maintain such sheeting and bracing as may be required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper construction, and to protect adjacent structures and other facilities from undermining or other damage. The stability of all excavated faces shall be maintained in compliance with the Occupational Safety and Health Administration's excavation safety standards, 29 C.F.R. S. 1926.650 Subpart P until final acceptance of the work. The Contractor shall also comply with all applicable requirements of the Florida "Trench Safety Act" (90- 96, Laws of Florida). C. The Contractor shall, at all times during construction, provide and maintain proper equipment and facilities to remove all water entering excavations, and shall keep such excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until the fills, structures or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural levels. Dewatering shall be conducted in such a manner as to preserve the undisturbed bearing capacity and composition of the subgrade soils at the proposed bottom of the excavation. Grading shall be done as may be necessary to prevent surface water from flowing into the excavation, and any water accumulating therein shall be removed so that the stability of the bottom and sides of the excavations is maintained. 1.6 SUBMITTALS A. Submit to the Engineer for review, the proposed methods of construction, including dewatering, excavation, bedding, filling, compaction, and backfilling for the various portions of the work. Review shall be for informational purposes only. The Contractor shall remain responsible for the adequacy and safety of the methods. 1.7 SOIL TESTING A. The Contractor shall refer to the plans for the soil testing. B. The Engineer may order the excavation down to any depth of backfilled material which has not been tested and have a test performed. The Contractor shall excavate for the test and backfill after the test at no additional cost to the Engineer and/or Owner. The Contractor shall re -excavate to the depth required and re -compact any areas found to be improperly backfilled. PART 2 — PRODUCTS 2.1 MATERIALS A. Only common fill or select common fill, as defined above, may be used as backfill unless otherwise directed by the Engineer. 11 PART 3 - EXECUTION 3.1 EXCAVATION A. Excavation of every description and of whatever substance encountered shall be performed to the lines and grades indicated. During excavation, material satisfactory for backfilling shall be stockpiled in an orderly manner at a distance from the banks of the excavation, or trench, sufficient to avoid overloading and to prevent slides or cave-ins. Adequate drainage shall be provided for the stockpiles and surrounding areas and measures shall be taken to prevent contamination with unsatisfactory excavated material or other material that may destroy the quality and fitness of the suitable stockpiled material. Should any stockpiled material become so contaminated as to be unsatisfactory, such material shall be removed and replaced with satisfactory on-site or imported material from accepted sources at the Contractor's expense. Excavated material not required or not satisfactory for backfill shall be removed from the site. B. Rock excavation shall be understood to mean ledge rock. Rock excavation shall be made to the widths and depths directed by the Engineer in the field. Removal of existing concrete foundations shall also be considered rock excavation. Boulder excavation shall be understood to mean only boulders in any kind of excavation exceeding I cubic yard in volume which can be excavated without resorting to blasting. Where rock or boulders are encountered, they shall be uncovered, but not excavated, until directed by the Resident Project Representative. No blasting shall be allowed on the project. C. All roots 1-1/2 inches and greater in diameter shall be removed for a depth of 18 inches below the bottom of a cut. The excavation shall then be backfilled up to a specified grade in the manner specified. D. Excavation shall be made to the grades on the plans and to such widths as will give suitable room for construction of the structures, for bracing and supporting, pumping and draining. The bottom of the excavations shall be rendered firm and dry and in all respects acceptable to the Engineer. If, in the opinion of the Engineer, the material encountered at the required subgrade elevation, is unsuitable for foundations, it shall be removed to such depth and width and be replaced with suitable materials as directed by the Engineer. A thin seal slab of lean concrete may be placed at the base of the completed excavation. E. Any underlying lines, conduits, evidence of previous work, or natural condition discovered during the excavation that may affect the integrity of any foundation shall immediately be brought to the attention of the Engineer. F. An imaginary 45 degree line extending downward and outward from the bottom comer of any existing foundation shall not intersect any intended excavation for adjacent foundations or utilities, unless authorized by the Engineer. 3.2 TRENCHING A. The trench shall be excavated as recommended by the manufacturer of the pipe to be installed and as shown on Drawings. Trench walls below and above the top of the pipe shall be sloped, or made vertical, as shown on the Drawings. B. The bottoms of trenches shall be accurately graded to provide uniform bearing and support for the bottom half of each section of the pipe. Bell holes shall be excavated to the necessary size at each joint or coupling to eliminate point bearing. The trench bottom shall be free 12 from unyielding material. Where unyielding material is encountered in the bottom of the trench, such material shall be removed 4 inches below the required grade and replaced with select common fill. C. Where unstable material is encountered in the bottom of the trench, such material shall be removed to the depth directed and replaced to the proper grade with select common fill. D. Unless otherwise specified or indicated on the Contract drawings, pipe trenches shall be of a depth to provide a minimum cover of 3 feet from the existing ground surface, or from the indicated finished grade, whichever is lower, to the top of the pipe. The pipe shall be buried a minimum of 3 feet from the top of the pipe to the existing grade or 3 feet below the adjoining road surface grade, whichever is greater. 3.3 DEMUCKING A. The Contractor shall remove all muck in areas designated or noted on the Drawings. The muck shall be excavated to the depth required for complete removal, and disposed of at an accepted dump site in accordance with all applicable rules and regulations. The Contractor shall notify the Engineer if muck is encountered on the site. 3.4 BACKFILLING A. Backfill material shall consist of common fill or select common fill as defined herein and as shown on the Drawings. Backfill shall be placed in layers not exceeding 6 inches loose thickness for compaction by hand operated machine compactors, and 12 inches loose thickness for other than hand -operated machines, unless otherwise specified. Each layer shall be compacted to at least 95 percent of the maximum dry density as determined by AASHTO T180 for cohesion less soils unless otherwise specified. The bottoms of all excavations shall be compacted to at least 95 percent of the maximum density prior to backfill. B. Trench Backfilling: For trenches, unyielding material removed from the bottom of the trench and unsuitable or unstable material removed from the trench shall be replaced with common fill or select common fill as shown on the Drawings. Replacement materials and backfill materials shall be placed in layers not exceeding 6 inches loose thickness from the bottom of the trench to 12 inches above the top of pipe and in layers not exceeding 12 inches loose thickness thereafter. In unpaved areas, each layer of replacement material, or backfill material, shall be compacted to at least 95 percent of maximum density. In paved areas, each layer of replacement material, or backfill material, shall be compacted to at least 95 percent of maximum density. C. For paved areas backfill shall be placed up to the elevation indicated and compacted to not less than 98 percent maximum dry density as determined by AASHTO T180 in not more than twelve -inch lifts. Water flooding or jetting methods of compaction will not be permitted. D. For Turfed and Seeded Areas and Miscellaneous Areas; Backfill shall be deposited in layers of a maximum of 12 inch loose thickness, and compacted to 95 percent maximum dry density asdetermined by AASHTO T180. Compaction by water flooding or jetting will not be permitted. This requirement shall also apply to all other areas not specifically designated above. E. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface or subgrade, or layer of soil material. Prevent free water from appearing on surface during or subsequent to compaction operations. 13 Remove and replace, or scarify and air-dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction, but is otherwise satisfactory, may be stockpiled or spread and allowed to dry until moisture is reduced to a satisfactory value. F. Contractor shall be responsible to provide for all soil compaction tests needed to compact fill materials per specification. 3.5 SURPLUS MATERIAL A. Excavated material or borrow fill to be used in construction shall be neatly piled so as to inconvenience, as little as possible, the public and adjoining property owners until used or otherwise disposed of. Suitable excavated material may be used for fill embankments, trench backfill or backfill on the different parts of the work as required. Surplus fill shall become the property of the Contractor, and shall be removed and disposed of by him off the site. . B. The Contractor shall remove and dispose of all pieces ofrock (ledge) and boulders which are not suitable for use in other parts of the work. Rock disposed of by hauling away to spoil areas is to be replaced by accepted surplus excavation obtained elsewhere in the work insofar as it is available. Any deficiency in the backfill material shall be made up with satisfactory material provided by the Contractor at no additional cost to the Owner. Rock may be used in embankment fill only with approval of the Engineer. 3.6 GRADING A. Grading shall be performed at all places that are indicated on the Contract Drawings, to the lines, grades, and elevations shown and otherwise as directed by the Engineer and shall.be performed in such a manner that the requirements for formation of embankments can be followed. During the process of grading, the subgrade shall be maintained in such condition that it will be well -drained at all times. B. In cuts, all loose or protruding rocks on the back slopes shall be removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as directed by the Engineer. C. The right is reserved to make minor adjustments or revisions in lines or grade, if found necessary, as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction END OF SECTION - 06 14 SECTION 07 FINISH GRADING PART 1 - GENERAL 1.1 WORK INCLUDED A. Finish grading shall be performed after placement of fill areas and excavation in cut areas has been performed to rough grades. B. Finish grade sub -base material compacted, tested before stabilized base. C. Roadway excavation to receive stabilizing base course materials for paving parking and sidewalks. D. Adjust elevation of Irrigation Valve Boxes, Pull Boxes, Meter Boxes and Sprinkler Heads to meet proposed finish grades on coordination with utilities, as needed. E. Place, finish grade and compact top soil. 1.2 RELATED WORK A. Section - Site Preparation 1.3 PROTECTION A. Prevent damage to existing fencing, trees, landscaping, natural features, bench marks, pavement and utility lines. Correct damage at no cost to the City. END OF SECTION - 07 15 SECTION 08 LANDSCAPING, SEEDING & SODDING PART 1 - GENERAL 1.1 INTENT Contractor shall provide all items, articles, materials, operations and methods listed, mentioned or indicated on Plans and herein, including but not limited to all labor, materials, equipment and incidentals necessary and required for their completion. 1.2 SCOPE A. Work under this section shall include all labor, materials, accessories, services and equipment necessary to complete all landscape work as required, as indicated on Construction Plans or as specified herein. This section applies to all landscape work including sodding and seeding. B. Bidders shall personally examine site and fully acquaint themselves with all of the existing conditions so that no misunderstandings may arise afterwards as to the character or intent of the Work to be done; likewise, in order to advise and acquaint themselves with the precautions to be taken in order to avoid injury to persons or property of another. No additional compensation will be granted because of any unusual difficulties which may be encountered in the execution or maintenance of any portion of the Work. C. The City reserves the right to adjust the number and location of any of the designated type and species of plants to be used at any of the locations shown, in order to provide for any unanticipated effects which might become apparent after other phases of the project have been substantially completed, or for other causes. 1.3 QUALITY ASSURANCE A. The landscape Work shall be accomplished by a single Contractor experienced and specializing in landscape improvements. The Contractor shall provide at least one person, acceptable to all parties involved on the job, who shall be present at all times during the execution of the Work, and who shall be thoroughly familiar with the type of materials being installed and experienced in the recommended methods of installation, and who shall direct all Work performed. B. The Contractor shall provide the sources for all plant materials to be used on the project. The Contractor shall contact the City to arrange a time to mutually inspect plants to be used on the project.. Expenses occurred by the City for inspections required subsequent to the initial prearranged inspections shall be the responsibility of the Contractor. Whether the City exercises his opinion to inspect plants or not, all plants used on the project must meet the minimum specifications outlined in the Contract Documents. C. Sod producer shall be a company specializing in sod production and harvesting with a minimum of five years of experience. Sod installer shall be a company approved by the sod producer. 1.4 MATERIALS A. Suitable Soil in all Excavated Areas 1. Soil used in all excavated areas, whether it is existing, moved on-site or imported, shall he a natural, fertile, friable, brown soil possessing characteristics representative of a well -drained area in Central Florida. The minimum permeability for the soil shall be 2 inches per hour through saturated soil. Generally, this soil will not contain more than 10% fines through a 200 sieve. Soil containing muck or poorly drained soils shall not be used, or if existing, shall be removed and replaced with suitable soil. 2. Soil used for planting shall be free from sticks, roots, stones, or other extraneous material detrimental or injurious to plants Particular care shall be taken to remove pieces of mortar, cement, wood and other similar remains of construction from all planting areas. 16 3. At the Contractor's expense, soil amendments shall be added to any soil used for planting in planting beds and plant pits in the amount and manner prescribed by a soil analysis to obtain a pH of 5.5 to 6.3. Results from soil analysis and a list of the prescribed amendments shall be presented to the Owner or Owner's Representative prior to being incorporated into the soil. B. This Contract is subject to the rules and regulations of Grades and Standards for Nursery Plants as published by the Division of Plant Industry, Florida Department of Agriculture and Consumer Services, current edition. Sod is subject to requirements of ASPA (American Sod Producers Association) — Guideline specification to sodding. C. Related Materials: 1. Dolometic Limestone - Approved product, designated for agricultural use. 2. Aluminum Sulfate - Manufacturer's standard commercial grade. 3. Fertilizer — Commercial formulation 8-8-8. Fertilizer shall comply with the state fertilizer laws. Nitrogen shall not be less than 40% from organic sources. Inorganic chemical nitrogen shall not be derived from the sodium form of nitrate. Fertilizers shall be delivered to the site in unopened original containers, each bearing the manufacturer's guaranteed analysis. Any fertilizer that is caked or otherwise damaged shall be rejected. 4. Mulch - Mulch shall be mini pine bark nuggets grade `B" or equal. Mulch shall be clean, fresh, and free of foreign materials 5. Water - Water shall conform to the requirements of D.O.T. Section 983. 1.5 INSTALLATION A. Delivery: 1. The Contractor shall notify the City Engineer of delivery schedule in advance so plant material may be inspected upon arrival at the job site. 2. The Contractor shall remove unacceptable plant material immediately from the job site. 3. Deliver sod with legible identification labels. Representative examples of each species shall be clearly labeled. Previously sealed plant samples will be delivered with seals intact. 4. Fertilizer shall be delivered to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and conformance of State laws. In lieu of containers, fertilizer may be furnished in bulk and a certificate indicating the above information shall accompany each delivery. 5. Pesticide and herbicide materials shall be delivered to the site in the original unopened containers. Containers that do not have a legible label that identifies the Environmental Protection Agency registration number and the manufacturer's registered uses will be rejected. B. Disposal of Surplus Materials and Debris: Surplus excavated materials from plant holes shall be disposed of by scattering, or otherwise as might be directed. All debris and other objectionable material shall be removed from the site and disposed of in an appropriate and legal manner. The entire area shall be cleaned up and left in neat condition at the end of each day. C. Sodding: 1. The Contractor shall be responsible for providing and installing sod type(s) as specified. In addition, responsibility shall include the repair of grade and reestablishment of lawn areas disturbed by this Contractor's construction or staging activities. Grading and lawn reestablishment shall be to the satisfaction of the City or Representative and shall be sodded with the same type of grass as the grass surrounding the disturbed areas. 2. Slopes shall be sodded by beginning at the bottom and laying sod in rows across the slope. Sod on slopes 17 steeper than 2:1 shall be held in place with wooden pegs. 3. Soil shall be moistened just prior to laying sod. 4. Sod blocks shall be placed in rows butting each other firmly against the last. Joints in the successive rows shall be staggered. Avoid stretching sod as cracks will develop. Cracks shall be filled with topsoil. 5. As soon as the sodding process is complete, areas shall be irrigated by uniform application of one-half inch (1/2") of water. No more than sixty (60) minutes should elapse from the time sod and seed is placed until it has been irrigated. D. Maintenance: Maintenance Period: Maintenance by the Contractor shall commence after each plant is planted and the maintenance period shall continue after the Punch List items from the Substantial Completion inspection have been completed to the satisfaction of the City until Final Acceptance as determined by the City. Plant Materials: Sod shall be maintained at a Florida No. 1 grade throughout the maintenance period by, but not limited to: a. Hand watering if needed in non -irrigated areas, Protection Against Damage: Contractor shall provide protection against mechanical damage and protection from vehicles, including posting of approved warning signs and barricades as might be necessary. He shall repair, restore or replace any plants or planting areas that might become damaged as a result of any negligence by him in complying with these requirements. E. Daily Site Clean Up: The Contractor shall at all times during the performance ofhis Work to keep the entire site free from accumulations of waste materials caused by his employees or Work. All adjacent surfaces, roads, walks, curbs, etc., shall be clean of any of the products of his Work. This Contractor shall be held responsible for all damage that is caused by his Work of employees. Patching and replacing of damaged Work shall be accomplished by an appropriate Contractor as directed by the City or City's Representative and the cost of same will be paid by this Contractor. At the end of each day's Work, the Contractor shall remove all construction equipment and debris, unless otherwise approved in writing by the City or City's Representative. 1.6 GUARANTEE REPLACEMENT AND COMPENSATION A. Guarantee Period: All new sod shall be guaranteed for twelve (12) months from the date of Substantial Completion as determine by the City or City's Representative. All new trees and plants shall be alive and in satisfactory growth and health for each specific kind of plant and shall be the same grade as specified according to GSNP at the end of the guaranteed period. B. Replacement: At any time during the guarantee period any sod required under this Contract that is dead or showing indication of probable non -survival or lack of health and vigor, or which does not exhibit the characteristics and conditions such as to still qualify for the minimum grade as originally specified and, as determined by the City or City's Representative will not recover and be within grade by the end ofthe guarantee period shall be promptly replaced. END OF SECTION - 08 18 SECTION 09 PAVEMENT REMOVAL AND REPLACEMENT PART 1 — GENERAL 1.1 DESCRIPTION A. Work included under this Section consists of cutting, removing, protecting, and replacing existing asphalt pavements of the various types encountered; sheet driveways, sidewalks, curb, and combination curb and gutter where encountered and broken into. All pavement removal and replacement will meet the standard requirements by FDOT Standards and the City of Sebastian. PART 2 — PRODUCTS 2.1 GENERAL A. Materials of construction shall be as specified in these contract documents and as specified by the local authority having jurisdiction. PART 3 — EXECUTION 3.1 PAVEMENT REMOVAL A. Pavements, including all surface courses and base courses, where shown to be open cut on the plans, shall be removed to a line back from each edge of the trench or other excavation. Pavements shall be saw cut straight, clean, and square with a power saw, or other tools and equipment, suitable for the work. All pavements to be replaced shall match, in every respect, the type and surface of existing pavement and materials, or shall be superior to existing pavement and materials. 3.2 PAVEMENT REPLACEMENT A. Existing stabilization shall be replaced as a "Type B" designated stabilization, and shall be replaced in accordance with Section 160 of the FDOT Standard Specifications for Road and Bridge Construction, latest edition. B. Base course, where removed or disturbed, shall be replaced in accordance with the FDOT Standard Specifications for Road and Bridge Construction, latest edition, and supplements and special provisions thereto. Newly installed base course is to match existing base course materials and thickness, except where indicated on the Plans or as specified elsewhere herein. Prime coat shall be applied to all base encountered and all newly installed bases. Prime coat shall be applied as specified in Section 334 of the FDOT Standard Specifications for Road and Bridge Construction, latest edition, and supplements and special provisions thereto. C. All areas where pavement was removed or disturbed shall be resurfaced with a minimum 1-'/s" thick, Section 334 - Superpave Asphalt Concrete Type SP -9.5 asphaltic concrete, and shall be applied as specified in Section 334 of the FDOT Standard Specifications for Road and Bridge Construction, latest edition, and supplements and special provisions there to. 3.3 PROTECTION OF EXISTING IMPROVEMENTS A. The Contractor shall be responsible for the protection of all pavements, sidewalks, and other improvements within the work area. All damage to such improvements, as a result of the Contractor's operations, beyond the limits of the work of pavement replacement as described herein, shall be repaired by the Contractor at his expense. END OF SECTION - 09 19 SECTION 010 REINFORCED CONCRETE PIPE FOR GRAVITY SERVICE PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. This section covers materials and methods of installation of Reinforced Concrete Pipe (RCP) for non- pressure gravity storm water drainage. 1.2 HANDLING AND STORAGE A. Pipe, fittings, and accessories shall be loaded and unloaded by lifting with hoists or skidding in order to avoid shock or damage. Under no circumstances shall such material be dropped. Pipe handled on skidways shall not be rolled or skidded against pipe on the ground. Slings, hooks or pipe tongs shall be padded and used in such a manner as to prevent damage to the exterior surface or internal lining of the pipes. B. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings, and other appurtenances shall be kept free from dirt or foreign matter at all times. C. Gaskets for joints shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first -in, first -out basis. D. Inspection: 1. Pipe and appurtenances shall be inspected at the point of delivery. Material found to be defective due to manufacture or damage in shipment shall be rejected. Tests as specified in the applicable material standard may be performed to ensure conformance with the standard. PART 2 - PRODUCTS 2.1 ROUNDED PIPE A. Pipe shall be cast vibrated, machine -made or flat bed concrete pipe that is designed, manufactured, cured, tested and marked in accordance with the requirements of ASTM Designation C-76. Pipe shall be equivalent to Class III, unless otherwise noted on plans, and Wall B or C of the proper strength for the depth of cover required. Pipe shall be manufactured in lengths no longer than 16 -feet nor shorter than 8 - feet, except that shorter lengths as required at closures or junctions of structures will be permitted. Pipe with elliptical reinforcing shall be adequately marked to prevent improper placement in the trench. Lift holes or eyes may be provided in each pipe for the purpose of handling. B. Joints shall be of either a bell and spigot or double spigot and sleeve design using round rubber gaskets. The joint shall be so designed and fabricated that when the pipe is laid it shall be self -centering, and when the joint completed, the gasket will be enclosed on all four surfaces. The gasket shall not be required to support the weight of the pipe, but shall keep the joint tight under all normal conditions of service, including expansion, contraction and earth settlement. C. Joints and gaskets shall conform to the requirements of ASTM C443. 2.2 ELLIPTICAL PIPE (If Needed) A. Pipe shall be cast vibrated, machine made or flat bed elliptically shaped concrete pipe designed, manufactured, cured, tested and marked in accordance with ASTM C507. 20 B. Pipe shall be of the proper strength for the depth of cover involved and shall be manufactured in lengths not longer than 16 -feet nor shorter than 8 -feet, except that shorter lengths as required at closures or junctions with structures will be permitted. C. Pipe designed for placement with the major axis horizontal shall be designated as "Vertical Elliptical" and shall be so marked. D. Joints for elliptical pipe shall be cold adhesive, pre -formed plastic gaskets conforming to Standard Specifications for Road and Bridge Construction of Florida Department of Transportation, Section 942, paragraph 942-2. 2.3 EXTERNAL CONCRETE JOINT WRAP A. All concrete pipe joints shall be wrapped with an approved external elastomeric based concrete joint wrap product. PART 3 - EXECUTION 3.1 UNDERGROUND STRUCTURES AND CONFLICTS A. Prior to excavation, investigation shall be made to the extent necessary to determine the location of existing underground structures and conflicts. Care shall be exercised to avoid damage to existing structures. When obstructions that are not shown on the drawings are encountered during the progress of work and interfere so that an alteration of the plans is required, the Engineer will alter the drawings or order a deviation in line and grade or arrange for removal, relocation, or reconstruction of the obstructions. When crossing existing pipelines or other structure, alignment and grade shall be adjusted as necessary, with the approval of the Engineer to provide clearance as required by federal, state or local regulations or as deemed necessary by the Engineer to prevent future damage or contamination of either structure. 3.2 ALIGNMENT AND GRADE A. The pipelines shall be laid and maintained to the lines and grades established by the drawings and specifications, with manholes, service connections, fittings, and appurtenances at the required locations unless otherwise approved by the Engineer. 3.3 TRENCH CONSTRUCTION A. The trench shall be excavated to the required alignment, depth, and width. Trench preparation shall proceed in advance of pipe installation for only as far as necessary to allow proper pipe installation. The width of the trench at the top of the pipe shall be ample to permit the pipe to be laid and joined properly and allow the backfill to be placed as specified. Trenches shall be of such extra width, when required, to permit the placement of timber supports, sheeting, bracing and appurtenances. B. Holes for the bells shall be provided at each joint but shall not be larger than necessary for joint assembly and assurance that the pipe barrel will lie flat on the trench bottom. Other than noted previously, the trench bottom shall be true and even in order to provide support for the full length of the pipe barrel, except that slight depression may be provided to allow withdrawal of pipe slings or other lifting tackle. C. When excavation of rock is encountered, all rock shall be removed to provide a clearance of at least 6 - inches below and on each side of all pipe for pipe sizes 24 -inches or smaller, and 9 -inches for pipe sizes 30 -inches and larger. When excavation is completed, a bed of sand, crushed stone, or earth that is free from stones, large clods shall be placed on the bottom of the trench to the previously mentioned depths, leveled, and tamped. These clearances and bedding procedures shall also be observed for pieces of concrete or masonry and other debris or subterranean structures, such as masonry walls, piers, or 21 foundations that may be encountered during excavation. This installation procedure shall be followed when gravel formation containing loose boulders greater than 8 -inches in diameter are encountered. In all cases, the specified clearances shall be maintained between the bottom of all pipe and appurtenances and any part, projection, or point or rock, boulder, or stones of sufficient size and placement which, in the opinion of the Engineer could cause a fulcrum point. D. Should the trench pass over a sewer or other previous excavation, the trench bottom shall be sufficiently compacted to provide support equal to that of the native soil or conform to other regulatory requirements in a manner that will prevent damage to the existing installation. E. When the subgrade is found to be unstable or to include ashes, cinders, refuse, organic material, or other unsuitable material, such material shall be removed, to a minimum of at least 3 -inches, or to the depth ordered by the Engineer and replaced under the directions of the Engineer with clean, stable backfill material. The bedding shall be consolidated and leveled in order that the pipe may be installed as specified. F. When the bottom of the trench or the subgrade is found to consist of material that is unstable to such a degree that, in the judgment of the Engineer, it cannot be removed, a foundation for the pipe and/or appurtenance shall be constructed using piling, timber, concrete, or other materials at the direction of the Engineer. G. Pipe cutting for the insertion of fittings, or closure pieces shall be done in neat, workmanlike manner without creating damage to the pipe or lining. END OF SECTION - 010 22 SECTION 011 DRAINAGE STRUCTURES AND PIPING PART 1 — GENERAL 1.0 DESCRIPTION OF WORK A. The extent of drainage structures and piping is shown on the drawings. B. Related Work Specified Elsewhere: Section - Earthwork. Section - Trenching, Backfilling and Compacting. Section — Reinforced Concrete Pipe 1.1 SUBMITTALS A. Submit shop drawings of mitered ends, headwall box structures, baffle box and pipes. B. Submit cut sheets (shop drawings) 2 weeks in advance of any pipe ashe excavation for ENGINEER approval. 1.2 QUALITY ASSURANCE A. All material shall be new and unused. B. Materials' quality, manufacturing process and finished sections are subject to inspection and approval by ENGINEER or other City representative. Inspection may be made at place of manufacture, at work site following delivery, or both. C. Materials will be examined for compliance with ASTM standards, this Section and approved manufacturer's drawings. Additional inspection criteria shall include: appearance, dimensions(s), blisters, cracks and soundness. D. Materials shall be rejected for failure to meet any requirements specified herein. Rejection may occur at place of manufacture, at work site, or following installation. Mark for identification rejected materials and remove from work site immediately. Rejected materials shall be replaced at no cost to city. E. Repair minor damage to precast concrete sections by approved method, if repair is authorized by ENGINEER. PART 2 — PRODUCTS 2.0 GENERAL A. Reference to a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials/equipment shall be the end products of one manufacturer in order to provide standardization for appearance, operation, maintenance, spare parts and manufacturer's service. C. Provide lifting lugs or holes in each precast section for proper handling. 2.1 PRECAST CONCRETE MANHOLE/JUNCTION BOX/BAFFLE BOX A. Precast concrete manhole, junction box and baffle box base sections, riser sections, transition top sections, flat slab tops and grade rings shall conform to ASTM C478 and shall be in accordance with FDOT standards. 23 I . Top section shall be a flat slab where cover over top of pipe is 4 -ft or less. Top section shall be a plastic lined flat slab where manhole riser sections are to be plastic lined. 2. Base, riser and transition top sections shall have tongue and groove joints. 3. Sections shall be cured by an approved method. 4. Precast concrete sections shall be shipped after concrete has attained 3000 psi compressive strength. 5. Design precast concrete base, riser, transition top, flat slab top and grade ring for a minimum H-20 loading plus earth load. Calculate earth load with a unit weight of 130 pcf. 6. Mark date of manufacture, name and trademark of manufacturer on the inside of each precast section. 7. Construct and install precast concrete base as shown on the Drawings and specified in FDOT standards. 8. Provide integrally cast knock -out panels in precast concrete manhole sections at locations, and with sizes shown on Drawings. Knock -out panels shall have no steel reinforcing. 9. Nutrient Baffle Boxes (2) will be supplied by the manufacturer and delivered on site for contractor to place as shown on the plans. 2.2 PRECAST CONCRETE STRUCTURES A. Refer to FDOT Drainage Structure Standards for inside dimensions, headroom requirements and minimum thickness of concrete — Type Box `D'. B. Manufacturer shall notify ENGINEER at least 5 working days prior to placing concrete during manufacturing process. ENGINEER may inspect reinforcing steel placement prior to placing concrete. C. Structural design calculations and Plans shall be prepared and stamped by a professional engineer registered in Florida. D. Design Criteria 1. Precast concrete a. Minimum compressive strength shall be 5,000 psi at 28 days. b. Maximum water -to -cement ratio shall be 0.40 by weight. c. Minimum cement content shall be 600 lbs of cement per cubic yard of concrete. 2. Manufactured products a. Conform to ACT 318 and ACI 350R. b. Analyze walls and slabs using accepted engineering principals. c. When "fy" exceeds 40,000 psi, "z" (ACI 318) shall not exceed 95,000 psi. "fs" shall not exceed 50 percent of "fy". d. Design products to support their own weight, weight of soil at 120 pcf, and a live load equal to AASHTO HS -20 applied to top slab. e. Cast base slab and walls together to form a monolithic base section. f. Design structure walls for a water pressure of 90 psf. Originate pressure diagram at finished ground surface. Include lateral pressure from vehicles in accordance with AASHTO. g. Consider discontinuities in structure produced by openings and joints. Provide additional reinforcing around openings. Frame openings to carry full design loads to support walls. h. Prevent flotation, with ground water level at finished ground surface, by dead weight of structure and soil load above structure. Do not consider skin friction, soil friction, or weight of equipment in structure. i. Locate horizontal wall joints 18 -in minimum from horizontal centerline of wall openings. j. Design structure with a minimum number of joints. Maximum number of structure sections, including top slab, shall be four. k. Provide lifting hooks for top slab. 24 1. Locate access openings, wall sleeves and pipe penetrations as shown on Drawings. m. Wall sleeves shall be provided by the precast concrete manufacturer. 2.3 JOINTING PRECAST MANHOLE SECTIONS AND STRUCTURES A. Seal tongue and groove joints of precast manhole and structure sections with either rubber O-ring gasket or preformed flexible joint sealant. O-ring gasket shall conform to ASTM C443. Preformed flexible joint sealant shall be Kent Seal No.2 by Hamilton -Kent; Ram-Nek by K. T. Snyder Company or equal. B. Completed joint shall withstand 15 psi internal water pressure without leakage or displacement of gasket or sealant. 2.4 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be in accordance with FDOT Standard Index No. 201 for the type of manhole or inlet required. Covers shall have 2" raised letter identification: "Storm water" cast into top. 2.5 PIPE CONNECTIONS TO MANHOLE A. Connect pipe to manhole in the following ways: 1. Grout in place - Precast manhole section shall have a formed, tapered circular opening larger than the pipe outside diameter. Grout shall be non -shrink and waterproof equal to Hallemite, Waterplug or Embeco. Plastic pipe shall have a waterstop gasket secured to pipe with a stainless steel clamp. 2. Flexible sleeve - Integrally cast sleeve in precast manhole section or install sleeve in a formed or cored opening. Fasten pipe in sleeve with stainless steel clamp(s). Coat stainless steel clamp(s) with bituminous material to protect from corrosion. 2.6 PIPING (RCP, HDPE, ADS) A.. Reinforced Concrete Pipe (RCP) 1. RCP pipe shall comply with the requirements of ASTM Designation C-76, as specified in Section 02611, Reinforced Concrete Pipe for Gravity Service. B. High Density Polyethylene Pipe (HDPE/ADS) 1. HDPE pipe shall be smooth interior walled corrugated polyethylene pipe conforming to AASHTO M 294 and minimum cell classification 335420C as specified in ASTM D 3350. Subject to compliance with requirements, HDPE manufacturers include, but are not limited to, the following: a. Advanced Drainage Systems (ADS), Inc. PART 3 — EXECUTION 3.0 INSTALLATION A. Manhole, Inlet Structures and Baffle Box Installation. 1. Manhole and structure shall be constructed to the dimensions shown on the Drawings and as specified in FDOT standards. Protect all work against flooding and flotation. Construct cast -in-place bases in accordance with the requirements of Division 3 and the details shown on the Drawings. 2. Place manhole base on a bed of 12 -in screened gravel as shown on the Drawings. Set manhole base grade so that a maximum grade adjustment of 8 -in is required to bring the manhole frame and cover to final grade. a. Use precast concrete grade rings or brick and non -shrink mortar to adjust manhole frame and cover to final grade. 3. Set precast concrete barrel sections and structures plumb with a 1/4 -in maximum out of plumb tolerance allowed. Seal joints of precast barrel sections with either a rubber O-ring set in a recess or 25 preformed flexible joint sealant in sufficient quantity to fill 75 percent of the joint cavity. Fill the outside and inside joint with non -shrink mortar and finished flush with the adjoining surfaces. Caulk the inside of any leaking barrel section joint with lead wool or non -shrink grout to the satisfaction of the ENGINEER. 4. Allow joints to set for 14 hours before backfilling unless a shorter period is specifically approved by the ENGINEER. 5. Plug holes in the concrete barrel sections required for handling with a non -shrinking grout or non - shrinking grout in combination with concrete plugs. Finish flush on the inside. 6. Cut holes in precast sections to accommodate pipes prior to setting manhole sections in place to prevent jarring which may loosen the mortar joints. 7. Backfill carefully and evenly around manhole sections. B. Manhole Pipe Connections. 1. Construct manhole pipe connections, including pipe stubs, as specified above. Close or seal pipe stubs for future connections with a gasketed watertight plug. C. Setting Manhole Frame and Cover. 1. Set manhole covers and frames in a full mortar bed. Utilize bricks or precast concrete grade rings, a maximum of 8 -in thick, to assure frame and cover are set to the finished grade. Set manhole frame and cover to final grade prior to placement of permanent paving. 3.1 LEAKAGE TESTS A. Test each manhole for leakage. ENGINEER shall observe each test. Perform exfiltration test as described below: B. Assemble manhole in place; fill and point all lifting holes and exterior joints within 6 -ft of the ground surface with an approved non -shrinking mortar. Test prior to placing the shelf and invert and before filling and pointing the horizontal joints below 6 -ft of depth. Lower ground water table below bottom of the manhole for the duration of the test. Plug all pipes and other openings into the manhole and brace to prevent blow out. C. Fill manhole with water to the top of the cone section. If the excavation has not been backfilled and no water is observed moving down the surface of the manhole, the manhole is satisfactorily water -tight. If the test, as described above is unsatisfactory as determined by the ENGINEER, or if the manhole excavation has been backfilled, continue the test. A period of time may be permitted to allow for absorption. Following this period, refill manhole to the top of the cone, if necessary and allow at least 8 hours to pass. At the end of the test period, refill the manhole to the top of the cone again, measuring the volume of water added. Extrapolate the refill amount to a 24-hour leakage rate. The leakage for each manhole shall not exceed one gallon per vertical foot for a 24-hour period. If the manhole fails this requirement, but the leakage does not exceed three gallons per vertical foot per day, repairs by approved methods may be made as directed by the ENGINEER. If leakage due to a defective section of joint exceeds three gallons per vertical foot per day, the manhole shall be rejected. Uncover the rejected manhole as necessary and to disassemble, reconstruct or replace it as directed by the ENGINEER. Retest the manhole and, if satisfactory, fill and paint the interior joints. D. Leakage Tests for Structures 1. The ENGINEER will visually inspect structure(s) for possible leaks before backfilling of structures is allowed. Seal all joints to the satisfaction of the ENGINEER. 2. The ENGINEER may require an exfiltration test as described for manholes on any structure for which he/she deems the test appropriate. 26 3.2 CLEANING A. Thoroughly clean all new manholes of all silt, debris and foreign matter of any kind, prior to final inspections. END OF SECTION - 011 27 SECTION 012 CAST IN-PLACE AND POURED CONCRETE PART 1 - GENERAL 1.1 WORK INCLUDED (ifused by Contractor instead ofnrecast concrete structures) A. The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work, or as herein specified. B. Composition: Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. 1.2 SUBMITTALS A. All materials specified shall be certified by the producer or manufacturer that the furnished material meets the specific requirements of the specifications. Concrete mix designs shall be submitted for approval prior to placement. PART 2 - MATERIALS AND EQUIPMENT 2.1 PORTLAND CEMENT Shall comply with the standard specifications for Portland Cement, A.S.T.M. designation C-150, Type II, or Type III (high -early), where indicated on drawings. 2.2 CONCRETE AGGREGATE Shall conform to standard specifications for concrete aggregate, A.S.T.M. Designation C-33. Maximum size of aggregate shall not exceed one-fifth of the narrowest dimension between reinforcing bars. A. Fine Aggregate. Fine aggregate shall be clean, hard, strong, durable, uncoated particles of natural sand known as Lake Wales, Interlachen, or approved equal. The source, composition, quality and gradation of the fine aggregate shall be subject aid the approval of the Engineer. Samples of the sand shall be furnished, together with certified copies of the gradation and analysis from the recognized testing laboratory. 1. The weight of extraneous or deleterious substances shall not exceed the following percentages. Loss by Decantation 3% Shale 1 % Clay Lumps 1 % Coal and Lignite 1% 2. The fine aggregate shall be reasonable well graded from coarse to fine and when tested by means of laboratory sieves shall meet the following requirements in percent of total weight: Total Retained On Percent Retained No. 4 Sieve 0- 5 No. 10 Sieve 3- 30 No. 30 Sieve 30- 70 No. 50 Sieve 65- 95 No. 100 Sieve 95-100 Deficiencies in the percentages of the fine aggregates passing the No. 50 and No. 100 Sieves may be remedied by the addition of pozzolanic or cementitious materials excepting Portland cement. Such materials must meet the approval of the Engineer. B. Coarse Aggregate 28 1. Coarse aggregate shall consist of hard, tough, durable components, free from adherent coatings and vegetable matter, and shall not contain soft, friable, thin or elongated particles in quantities considered deleterious by the Engineer. Coarse aggregate shall be properly graded form fine to coarse to produce concrete of desired strength, density, and workability. The source, composition, quality and gradation of the coarse aggregate shall be subject to the approval of the Engineers. Samples of the coarse aggregate shall be furnished together with certified copies of the gradation and analysis from a recognized testing laboratory. 2. All coarse aggregate shall be washed and shall be free from disintegrated pieces, salt, alkali, vegetable matter and adherent coatings. The total percentage of all deleterious substances shall not exceed 5 percent by weight. The substances designated shall not be presented in excess of the following amounts. Loss by Decantation 1% Clay Lumps or Other Soluble Materials 1/4% Soft Fragments 5% 3. Where the cover over reinforcing is 2 inches or more, the maximum size of aggregate shall be 1 1/2 inches. Where the cover over reinforcing is less than 2 inches, the maximum size of aggregate shall be 3/4 inch. The maximum size of aggregate shall not exceed one-fifth of the narrowest dimension between forms nor three-fourths of the minimum clear spacing between reinforcing bars. The grading of the coarse aggregate in the concrete shall be within the following limits. Percent Passing Maximum Size Square Mesh Screen 97-100% 1/2 Maximum Size Square Mesh Screen 40- 70% No. 4 Sieve 0- 6% 2.3 WATER Water shall be clean and free from oil, acids, alkalis, organic materials or other injurious substances. 2.4 REINFORCEMENT A. Reinforcing Bars: ASTM A615, Grade 60, deformed bars of USA manufacture. B. Welded Wire Fabric: ASTM A185, gauges, spacing and dimensions as indicated. C. Metal Bar Supports: CRSI MSP -1, Chapter 3, Class 2, Type B, Stainless Steel Protected Bar Supports, or otherwise approved by the Engineer. Use concrete supports for reinforcement in concrete placed on grade. D. Tie Wire: 16 gauge minimum, black, soft annealed. E. Coupler Splice Devices: Cadweld tensions couplers, capable of developing the ultimate strength of the bar as manufactured by Erico Products, Incorporated, Solon, Ohio, or equal. 2.5 FORM WORK A. Lumber: Douglas Fir or Larch, No. 2 grade, seasoned and surfaced on four sides. B. Plywood: Plyform, Class 1, BB -Exterior type, mill oiled and edge sealed, with thickness not less than 3/4 inch. 29 C. Medium Density Overlay (MDO) Plywood Forms: PS -1, B -B High Density Concrete Form Overlay, Class I, unoiled. 1. Butt form panels, make contact surface fully flush and seal butting holes with sponge form tape. Chamfer edges of beams and ceilings. 2. Where MDO plywood is used to form beams, do not use MDO plywood that has been patched or damaged. D. Drip Forms: Varnished ponderosa pine or equally rigid non -staining plastic, 1/2 inch wide on each leg. 2.6 ADMIXTURES: A. Air Entraining Admixture: ASTM C260. B. Water Reducing and Retarding Admixture: 1. Concrete Without Superplasticizer: a. Water Reducing Admixtures: ASTM C494, Type A, equal to Eucon WR -75 by the Euclid Company, Pozzolith 200 N by Master Builders, Plastocrete 161 by Sika Chemical Corporation, and containing no calcium chloride. b. Water Reducing and Retarding Admixtures: ASTM C494, Type D, equal to Eucon Retarder -75 by the Euclid Company, Pozzolith 100 XR by Master Builders, Plastiment by Sika Chemical Corporation, and containing no calcium chloride. c. Accelerating Admixtures: ASTM C494, Type C or E, equal to Accelguard 80 by the Euclid Company, Darex Set Accelerator by W.R. Grace, and containing no calcium chloride. PART 3 - EXECUTION 3.1 PROPORTIONING A. The proportions of aggregate to cement shall be such as to produce a thoroughly plastic mixture which will work readily into the corners and angles of the forms and around the reinforcement but without permitting the materials to segregate or excess free water to collect on the surface. The percentage of sand shall not be less than thirty (30) no more than fifty (50) percent of the total weight of the aggregate. B. The total content, including the surface water contained in the aggregate, shall not exceed 5.7 gallons per sack of cement. The slump shall not exceed four (4) inches. Air -entraining admixture shall be Darex AEA as manufactured by the Dewey and Almy Chemical Company. C. The amount of air entrained in the freshly mixed concrete shall not be less than three (3) percent nor more than six (6) percent. The minimum cement content in sacks per cubic yard of concrete shall not be less than six (6) sacks per cubic yard for Class "A" concrete. D. Concrete materials shall be accurately measured by weight. Measurement of materials for ready -mixed concrete shall conform to the "Standard Specifications for Ready -Mixed Concrete", (A.S.T.M designation C-94). 1. Class "A" concrete for all structures shall have minimum compressive Strength of 4000 psi at 28 days. 2. Class "B" concrete for sidewalks shall have minimum compressive strength of 3000 psi at 28 days. 3. All concrete shall be Class "A" unless otherwise shown on the drawings. 30 3.2 MIXING AND PLACING A. Concrete shall be mixed conveyed and deposited in accordance with the "A.C.I. Building Code" (A.C.I.318). B. Prior to placing any concrete, the Contractor shall submit for the Engineer's approval a design mix, calculated by a recognized testing laboratory, and using the approved aggregates to produce a workable mix of the desired strength, together with certified copies of 7 days and 28 day tests of cylinders taken from concrete made according to the design mix. The mixes shall be designed to secure concrete having a minimum compressive strength at age 28 days. C. Ready -mixed concrete delivered shall be accompanied by delivery tickets showing the following. 1. Date and time leaving plant Additives(if any) 2. Type of cement and weight Site arrival time 3. Quantity of Water and time added Site leaving time D. Concrete 1. Ready -mixed concrete shall be used. All mixing requirements specified herein shall be enforced, and the Owner's laboratory representative and the Engineer shall have free access to the mixing plant at all times. 2. Except for materials and/or procedures otherwise specified herein, ready -mixed concrete shall be mixed and delivered in accordance with the requirements of ASTM C94. 3. No water shall be added to the concrete after it leaves the plant except where part of the design water was purposely omitted at the plant, and then only as approved by the Engineer. E. Mixer Speed 1. Neither the speed of any mixer nor the quantity of material loaded into any mixer shall exceed the recommendations of the manufacturer. 2. Excessive over -mixing, required addition of water to preserve the required consistency, shall be cause of rejection of the batch. 3. Concrete shall not remain in a transit mixer or agitator truck more than 90 minutes after the water has been introduced, and not for more than 45 minutes if any approved retarding agent is not used. 4. Minimum mixing time shall be 50 revolutions of drum at rated speed. F. Measurement 1. Equipment necessary to determine and control the actual amounts of all materials entering the concrete shall be provided by the concrete manufacturer. 2. All materials shall be measured by weight, except that water may be measured by volume calculated at 8-1/3 pounds per gallon. One bag of cement will be considered as 94 pounds in weight. G. Mixes 1. Mix Design: Conform to ACI 318, Section 4.3. Submit data on consecutive tests and standard deviation. 2. Maximum Water -Cement Ratio: .37 (lbs/lb) - Concrete with superplasticizer .45 (lbs/lb) - Class A concrete without superplasticizer .55 (lbs/lb) - Class B concrete without superplasticizer .65 (lbsAb) - Class C concrete without superplasticizer 31 3. Air Content: 5 percent plus or minus 1.5 percent (Class A and B). 4. Slump: 4 inches plus or minus 1 inch for Class A and B without superplasticizer. 7 inches plus or minus 1 inch for Class A and B with superplasticizer. 8 inches plus or minus 1 inch for tremie concrete or as specified by details. H. Placing Concrete. 1. All concrete shall be placed in clean, damp forms that are not hot to the touch. 2. To prevent segregation, concrete shall be deposited as nearly as practicable in final position and not allowed to drop freely more than necessary and in no case more than five feet, except in an approved funnel or tremie. All concrete shall be placed during daylight unless otherwise authorized at least four hours in advance. Where the reinforcing steel above the top of the concrete being placed becomes coated with laitance or partially set-up concrete, all such concrete shall be removed from the reinforcing steel prior to placing concrete around the bars. 3. Concrete shall be packed carefully and tightly around pipe and other items to secure maximum adhesion. 4. Concrete shall be placed in layers not over 12 inches deep before compacting. Concrete shall be compacted by internal vibrating equipment supplemented by spading and hand -rodding between reinforcing steel and form to eliminate air bubbles and honeycomb. Vibrators shall not be used to more the concrete laterally inside the forms. Duration of vibration shall be limited to the time necessary to provide satisfactory consolidation without causing segregation, not less than five and more than 15 seconds per square foot of exposed top surface. The vibrator shall be constantly relocated and shall be placed in each specific spot only once for each layer. The Contractor shall take steps to assure that sufficient personnel are available to devote full time to operating vibrator, spading and rodding. 5. Wall concrete shall be placed in layers as indicated above, with the first lift preceded by a 1 -inch minimum layer of 1:2-1/2 cement -sand grout, with a 6 -inch to 8 -inch slump, placed on existing concrete not more than 20 minutes before concrete placement. The surface of previously placed hardened concrete shall be clean and wet before grouting, or shall be treated with a bonding agent as required. Puddles of water in horizontal recessed keys shall be avoided by the use of drain recesses to outside edge of concrete. Concrete in walls and deep beams shall be placed in lifts not to exceed three layers at 12 inches each for the full length of the pour before proceeding higher. The placing of concrete shall not be delayed more than 20 minutes between layers or lifts. 3.3 CURING AND PROTECTION A. Curing: 1. Immediately after surface defects have been repaired, apply a spray coat of curing compound to all exposed surfaces, including slabs, walls, beams and columns in accordance with the manufacturer's recommendations. Protect exposed steel keyways and other embedded items from the curing compound. Water cure, as specified in paragraph B hereunder, all concrete surfaces that are to be exposed to wastewater, surfaces that are to coated with a coal tar epoxy system, and concrete floors requiring a bond for special finishes. 2. Do not apply compound during periods of rainfall. Should the film become damaged from any cause within the required curing period, immediately repair the damaged portions with additional compound. Upon removal of forms, immediately coat the newly exposed surfaces to provide a curing treatment equal to that provided for the surface. 3. Curing and Sealing Compound: Use clear compound conforming to Federal Specification TT -C -800A, 30% solids content minimum, having test data from an independent laboratory indicating a maximum moisture loss of 0.030 grams per sq. cm. when applied at a coverage rate of 32 300 sq. ft per gallon, and equal to Super Floor Coat or Super Pliocure by The Euclid Chemical Company or Masterseal 66 by Master Builders. Furnish manufacturer's certification as required. 4. Apply specified clear curing and sealing compound to all horizontal areas so noted on the Drawings or in the Specifications. Apply immediately after final finishing. Apply this compound to non-structural construction joints of slabs on grade to act as a bond breaker prior to placement of adjacent concrete. B. Water Curing Method: Cure all concrete that is to be water cured by either the wet burlap method, by continuous fogging or by covering the waterproof sheet. 1. Wet Burlap Method: Cover concrete surface with a double thickness of burlap, cotton mats, or other approved materials, kept thoroughly saturated with water. Keep the forms wet until removed and upon removal, start the curing specified herein immediately. Cure the concrete for a period of 7 days for normal Portland cement or 4 days for high early strength cement. Do not submerge concrete poured in the dry until it has attained sufficient strength to adequately sustain the stress involved and do not subject it to flowing water across its surface until it has cured 4 days. 2. Continuous Fogging: Perform continuous fogging by fogging with a nozzle which so atomizes the flow of water that a mist, and not a spray, is formed. Fog the concrete surface regularly without allowing any part of the surface to become dry. Take all necessary precautions to prevent erosion of the concrete surface by water. 3. Covering the Waterproof Sheets: Keep the entire area to be cured continuously wet by fogging, as specified in the fogging paragraph above, for at least 18 hours and then immediately cover the waterproof curing sheet conforming to ASTM C171, waterproof paper and polyethylene film, free of holes or tears. Keep sheet fully fat, without wrinkles or air bubbles, held down tautly at all edges. Do not use this method on slabs which will be exposed to view. 3.4 PLACING REINFORCEMENT A. All reinforcement shall be detailed, fabricated and erected in accordance with the A.C.I. "Manual of Standard Practice for Detailing Reinforced Concrete Structure", (A.C.I. 315), including bar supports and spacers. At splices all reinforcing bars shall be lapped a minimum of twenty-four (24) bar diameters but not less than twelve (12) inches. B. The reinforcing shall be fabricated to the shapes and dimensions shown and shall be placed where indicated on the drawing. Before placing, all reinforced steel shall be thoroughly cleaned of rust, mill scale or coatings, which would reduce or destroy the bond. Reinforcing bars shall conform to the requirements of the latest editions of the A.C.I. Code and the CRSI Manuals. C. Wire mesh, unless otherwise shown on the drawings or specified, shall be 6" x 6" No. 10 woven or electrically welded wire fabric conforming to the requirements of ASTM Designation A185, latest revision. D. Space chairs and bolsters in accordance with ACI 315 and 318 using height to furnish cover over reinforcing required. Chairs with plastic feet or stainless steel shall be used in all beams and elevated slabs. Chairs for other concrete adjacent to or on the ground may be pieces of concrete block or concrete brick compressed into subgrade with the rebars bearing directly on the pointed edge of the masonry supports, or chairs set on precast concrete pads compressed into the subgrade. E. When placed in the forms, reinforcement shall be clean and free of all loose rust, scale, dust, dirt, paint, oil or other foreign material, and shall be accurately and securely positioned both laterally and vertically before placing concrete. 33 F. The rebars shall be fastened together at every intersection or at intervals not greater than 24 bar diameters by wire ties or by some alternate method acceptable to the Engineer. In areas where large bars are closer together, the wire ties may be spaced not more than 30 bar diameter apart, rather than as specified above. 3.5 FORMS A. Installation and erection shall be in accordance with ACI 347 and specified hereinafter. B. Forms shall conform to shape, lines and dimensions of numbers indicated, and shall be sufficiently tight to prevent leakage of mortar. They shall not deflect under dead load weight of construction as a liquid or of construction load. Forms shall be properly braced or tied together so as to maintain position and shape within specified tolerances. Construct forms so that they can be removed steadily... - without hammering or prying against the concrete. Forms for exposed concrete shall be carefully made and accurately placed to obtain correct shape and line. C. Forms shall be of wood, metal, or other approved materials. Metal forms shall be of a type and manufacture acceptable to the Engineer. Plywood, fiberboard, or absorptive type form linings may be used where appropriate. Sectional forms shall produce a uniform surface and shall be assembled in a modular pattern. Pours will not be scheduled until all erection and bracing is complete. Walers, ties and braces shall be required for all forms. Chamfer strips made from nominal dimensional 1" x 1" lumber cut on the diagonal shall be installed at the top of the forms on all exposed edges of walls, slabs, beams and other structures above grade. D. Drip edge shall be made from wood quarter round and installed where shown. Extruded plastic fillets shall be used where detailed. Circular structures shall be formed with special care, and attention to the appearance of the finished structure. Random location of fillers, non -modular sections, and excessive deviations from true circular segments shall be cause for rejection of the forms. E. The Contractor shall be fully responsible for the adequacy of form work in its entirety. Forms shall support required loads and shall maintain their dimensional and surface correctness to produce members required drawings. F. Slots, chases, recesses or other openings as shown on the drawings or as needed for the work of any other trades shall be boxed out. G. Box out for all temporary openings and build forms to seal them up when and as required. H. After sealing and immediately before the placing of reinforcing, faces of all forms in contact with the concrete shall receive a thorough coating of the liquid form releasing agent, applied in compliance with the Manufacturer's instructions. I. Reused forms shall be thoroughly cleaned out of dirt, debris, concrete and foreign matter. Forms shall not be reused if they have developed defects which would affect their tightness and strength or desired surface finish. Used forms shall not be used for architectural concrete. J. Forms shall be removed in a manner that will prevent injury to concrete. Supporting forms or shoring shall not be removed until the members have acquired sufficient strength to support their weight and any load thereon. K. Removal shall be in sequence as approved by the Engineer. Unless test cylinders warrant another procedure, the forms shall not be removed from members prior to the time listed in the schedule hereinafter unless otherwise directed. 34 L. Bonding To Existing Surfaces: Clean existing concrete surfaces that are to have new concrete bonded thereto of all grease, oil, dust, dirt and loose particles and coat with an epoxy bonding agent just prior to placing of the new concrete. Apply the bonding agent as recommended by the manufacturer and allow the agent to become tacky before the new concrete is placed. Do not allow the bonding agent to overlap or be spilled on the surfaces to be exposed after the work is completed. 3.6 FORM REMOVAL A. Maintain formwork in place for the following structural conditions until the concrete has attained the minimum percentage of indicated design compressive strength or for the period of time specified in the following table. Note: Time periods in the table include all days except those in which the temperature falls below 40 degrees F. 3.7 CONCRETE FRNISHINGS A. Repair of Surface Defects: 1. General: Repair surface defects, including tie holes immediately after form removal. Dampen the area to be patched and an area at least 6 inches wide surrounding it to prevent absorption of water from the patching mortar. Notify the Engineer prior to commencing operations. 2. Removal of Defective Concrete: Remove all honeycombed and other defective concrete down to sound concrete. Cut edges perpendicular to the surface or slightly under cut. Sand blast surfaces to receive repair. 3. Bonding Grout: Thoroughly dampen surfaces to be patched and apply a coat of bonding grout consisting of one part cement to one part fine sand passing a No. 30 sieve and having the consistency of thick cream. 4. Placing Patching Mortar: After the bonding grout begins to lose its water sheen, apply a premixed patching mortar, thoroughly consolidating it into place and striking it off so as to leave the patch slightly higher than the surrounding surface. Leave mortar undisturbed for one hour to permit initial shrinkage and then finally finish. 5. Tie Holes: After being cleaned and thoroughly dampened, fill the tie holes solid with patching mortar. B. Floated Finish: After concrete has been placed, consolidated, struck off and leveled, do not work the surface further until water sheen has disappeared and the surface has hardened sufficiently to permit floating. During the first floating, check the planeness of the slab with a 10 foot straightedge applied at no less than two angles. Cut down all high spots and fill all low spots to produce a surface having the required tolerance. Then refloat the slab to a uniform sandy texture. C. Light Broomed Finish: After floating, power trowel slabs to receive a light broomed finish to produce a smooth surface, relatively free of defects. Before the surface sets, pass a soft broom drag over the surface to produce a surface uniform in texture and appearance. D. Troweled Finish: After floating, power trowel slabs to receive a troweled finish to produce a smooth surface, relatively free of defects. Hand trowel after the surface has hardened sufficiently. When a ringing sound is produced as the trowel is moved over the surfaces, perform final troweling by hand to produce a surface which is thoroughly consolidated, free from trowel marks, uniform in texture and appearance and plane to a tolerance of 1/8 inch of 10 feet as determined by a 10 foot straightedge placed anywhere on the slab in any direction. E. Hardener Finish: Where indicated to receive a troweled hardener finish, water cure slabs without application of curing and sealing agent. When slab is at least 20 days old and thoroughly dry, apply the 35 hardener in accordance with the manufacturer's recommendations. Where dry -shake hardener or slip resistant finish is required, apply the hardener or slip -resistant product prior to complete curing and finishing, in accordance with the requirements and recommendations of the product manufacturer. F. Saw Cut Joints: Cut joints that are to be saw cut not sooner than 2 hours after the concrete is poured and not later than 8 hours after the pour. 3.8 TESTS A. Compressive strength tests shall be made by breaking standard 6 -inch diameter by 12 -inch high test specimens prepared', cured and broken in accordance with the American Society for Testing Materials Methods C-31 and C-34, latest revision. Four specimen test cylinders shall be taken from each pour of five (5) cubic yards or more. One additional test shall be taken from each thirty (30) cubic yards or fraction thereof in each pour in excess of thirty (30) cubic yards. B. Test specimens shall be taken from manhole bottom pours of less than five (5) cubic yards as directed by the Engineer. Test specimens shall be taken in the presence of the Engineer. One cylinder from each pour shall be broken at seven (7) days, the remainder at twenty-eight (28) days. Additional test cylinders maybe ordered for determining the characteristics of a new design mix or changes in equipment or methods, and under adverse weather or curing conditions. C. Slump test shall be made in accordance with ASTM C143, latest revision, and shall be made with each load and at time of cylinders. D. The Contractor shall supply all cylinder molds, slump cones, tools and labor for preparing specimen, and shall provide clean, moist sand or burlap for curing. Cylinder shall not be shipped to the testing laboratory until the third day following preparation, and shall be protected from accidental damage at all times. E. The test cylinders shall be tested in a recognized commercial testing laboratory at the expense of the Contractor. 3.9 EXPANSION JOINTS, CONSTRUCTION JOINTS AND WATER SPOTS A. Expansion Joins shall be places as indicated on the drawings. Joint materials for surfaces exposed to water and sewage shall conform to ASTM D175, Preformed Joint Filler, non -extruding and resilient (bituminous type), thickness as shown on the drawings. Joint materials for isolation joints, slab -on -grade joints and wall joints not exposed to water and sewage shall conform to ASTM D994, preformed expansion joint filler for concrete (bituminous type), thickness as shown on the drawings. B. Construction Joins shall be located in accordance with a schedule of pours which shall be prepared and submitted by the Contractor. Vertical construction joints shall be held to the minimum number consistent with good standard practice. C. Water Stops. Material for water stops shall be 9 -inch PVC multi -rib center -bulb type for expansion joints, and 1/4" x 4" and 1/8" x 4" structural steel sheets for construction joints. PVC joint material shall be as manufactured by The Burke Company, or approved equal. END OF SECTION - 012 36 SECTION 013 CONCRETE PART 1 — GENERAL 1.1 DESCRIPTION OF WORK A. Work consists of the forming, mixing, placing and curing concrete for use in small box structures, sidewalk, and curb replacement. B.. Concrete work shall also include the foundation for the sb-eet/pedestrian lights which will be constructed per the requirements from the pole manufacture and city building requirements. 1.2 QUALITY ASSURANCE A. Concrete may be standard design and product of commercial ready -mix or transit -mix supplier conforming to the following requirements: Cement Content Minimum 28 -day Strength Class per cubic yard Ob. per sq. in.) Structural 6.25 bags or 600 pounds 4000 Non -Structural 5.75 bags or 560 pounds 3000 B. Job mixes of small quantities shall conform to the same requirements 1.3 SUBMITTALS A. Compressive strength tests, when required by the Engineer, shall be made by breaking standard 6 -inch diameter by 12 -inch high test specimens prepared, cured and broken in accordance with the ASTM C31 and C39. Three specimen test cylinders shall be taken from each concrete pour of three cubic yards. One additional test cylinder shall be taken for quantities up to one truck load. Test specimens shall be taken in the presence of the Engineer. One cylinder from each pour shall be broken at seven days, the remainder at twenty-eight days. Additional test cylinders may be ordered for determining the characteristics of a new design mix or changes in equipment or methods, and under adverse weather or curing conditions. B. Slump test shall be made in accordance with ASTM C143, and shall be made whenever directed by the Engineer. C. Responsibility for Tests and Reports: 1. The Contractor shall supply all cylinder molds, slump cones, tools and labor for preparing specimens, and shall provide clean, moist sand or burlap for curing. Cylinders shall be shipped to the testing laboratory until the third day following preparation, and shall be protected from accidental damage at all times. 2. The test cylinders shall be tested in a recognized commercial testing laboratory. 1.4 DELIVERY AND STORAGE A. Ready -mixed concrete delivered shall be accompanied by delivery tickets showing the following: Date and time leaving plant Type of cement and weight Quantity of water and time added Additive (if any) B. Bulk or bagged cement or bagged concrete mix shall be stored off the ground in a sheltered area. PART 2 — PRODUCTS 37 2.1 CEMENT A. Portland cement shall conform to the latest revision of Federal and/or ASTM Specifications enumerated below: 1. For general concrete construction, ASTM C150, Type 1. 2. Type Il (meeting ASTM C150) cement shall be used in all areas where the concrete will be subjected to a hydrogen sulfide environment (i.e., direct contact with groundwater). 2.2 AGGREGATES A. Fine Aggregate: 1. Fine aggregate shall bd clean, hard, strong, durable, uncoated particles of natural sand. 2. The fine aggregate shall be reasonably well graded from coarse to fine. B. Coarse Aggregate: 1. Coarse aggregate shall be washed and consist of hard, tough, durable components, free from adherent coatings, salt, alkali, vegetable matter, and shall no contain an excessive number of soft, friable, thin or elongated particles. Coarse aggregate shall be properly grades from fine to coarse to produce concrete of the desired strength, density, and workability. 2. Where the cover over reinforcing is two inches or more, the maximum size of aggregate shall be 1-1/2 inches. Where the cover over reinforcing is less than two inches, the maximum size of aggregate shall be 3/4 -inch. The maximum size of aggregate shall not exceed one-fifth of the narrowest dimension between forms nor three-fourths of the minimum clear spacing between reinforcing bars. 2.3 BAGGED CONCRETE MIX A. For very small amounts of concrete a premixed sand, gravel and cement in 40 lb. (1/3 cu. ft.) or 80 lb. (2/3 cu. ft.) bags may be used. The Engineer must give approval for its use. 2.4 ADMIXTURES A. The design mix may be based upon the use of such admixtures as the designer may select to improve the workability, plasticity or rate of curing of the concrete. 2.5 MIXING WATER A. The water used in mixing concrete shall be fresh, clean and free from injurious amounts of oil, acid, alkali, or organic matter. B. Water from any source other than a municipal water supply shall be shown by test to comply with Florida State Department of Transportation requirements for mixing water. 2.6 STEEL BAR AND WIRE FABRIC REINFORCEMENT A. The reinforcing shall be fabricated to the proper shapes and dimensions. Before placing, all reinforcements shall be thoroughly cleaned of rust, mill scale and/or coatings. B. Reinforcing bars shall conform to the requirements of ASTM A615, Grade 60 including hoops and stirrups. C. Reinforcing steel shall be detailed, fabricated and placed according to the methods and standards recommended in the "Manual of Standard Practice for Detailing Reinforced Concrete Structures" of the American Concrete Institute. D. Splices in reinforcing mats shall be staggered. Horizontal mats shall be supported on metal chairs with all sills or pads below subgrade. Spacers shall be provided for wall and column steel and shall be removed as the concrete is placed. 38 E. Wire fabric, unless otherwise shown or specified, shall be 6 -inches by 6 -inches by W I A x W I A woven or electrically welded wire fabric conforming to the requirements of ASTM A185. PART 3 - EXECUTION 3.1 FORMS A. Material: 1. Forms shall be of wood, metal, or other approved materials, shall be built true to line and grade, mortar -tight, adequately braced and supported, and sufficiently rigid to prevent displacement or sagging. Metal forms shall be of a type and manufacture acceptable to the Engineer. Plywood, fiberboard, or absorptive type form linings may be used where appropriate. 2. Form work shall be constructed conforming to ACI 347 Chapter 2. Joints of sectional forms shall be located in a modular manner with as few fillers as possible. Voids in plywood and joints between form modules used for concrete exposed to view or hydraulic action shall be filled with silicone sealant and shall be tool smooth. Profile items such reglets and anchors shall be securely fastened with flush mechanical fasteners. 3. Pours shall not be scheduled until all erection and bracing of form work has been completed. 3.2 CONCRETE PLACING A. Concrete shall not be placed until forms and reinforcing have been inspected. B. Concrete shall be placed with the aid of mechanical vibrating equipment supplemented by hand forking or spading. Vibration shall be transmitted directly to the concrete and not through the forms. The duration of vibration at any location in the fors shall be held to the minimum necessary to produce through consolidation. C. Concrete shall be compacted and worked in an approved manner into all corners and angles of the forms and around reinforcement and embedded fixtures in such a manner as to prevent segregation of the coarse aggregate. D. Before depositing new concrete on or against concrete which has set, the existing surfaces shall be cleaned of all laitance, foreign matter and loose particles, and slushed with a neat cement grout. Grout for horizontal construction joints shall be of cement and fine aggregate in the same proportions as in the concrete to be placed, and shall be from 1l2- to 1 -inch thickness. E. The concrete shall be placed by suitable equipment as nearly as possible to its final location and without any segregation of the aggregate. Free vertical drop shall not exceed three feet. 3.3 CONCRETE CURING A. Water for curing shall be clear and entirely free from any elements which might cause staining or discoloration. B. Concrete shall be kept wet by covering with water, water saturated covering, or by alternate methods which will keep all surfaces continuously wet, for a period of seven days. C. Where wood forms are left in place during curing, they shall be kept wet at all times. 3.4 WEATHER PROTECTION A. No concrete shall be mixed or placed when the air temperature in the shade and away from artificial heat is as low as 40 degrees F., and falling. Concrete may be mixed and placed when the air temperature in the 39 shade and away from artificial heat is 35 degrees Fahrenheit, and rising. B. Fresh concrete shall be protected from rain, flowing water and mechanical injury 3.5 CONCRETE FINISHING A. Slabs, Walks and Driveway Pavements shall be brought to a true and even finish by power or hand - floating. The surface shall be floated to a true, smooth finish. Troweling shall be the minimum to obtain a smooth, dense surface and shall not be done until the mortar has hardened sufficiently to prevent excess fine material from being worked to the surface. All walk and pavement surfaces, shall, immediately after troweling, be lightly broomed. The brooming shall be sufficient to mark the surface without appreciably disturbing the troweled finish. END OF SECTION - 013 40 SECTION 014 PRECAST CONCRETE STRUCTURES PART 1 - GENERAL 1.1 SCOPE OF WORK A. The Contractor shall furnish all materials, labor and equipment to construct manholes and all other precast concrete structures as shown on the Plans for drainage junction boxes and baffle box structures. B. The forms, dimensions, concrete, and construction methods shall be approved by the Engineer in advance of construction. 1.2 RELATED WORK A. Section Drainage Structure and Piping B. Section Cast -In -Place Concrete 1.3 SUBMITTALS A. The Contractor shall submit to the Engineer, as provided in the General Conditions, shop drawings, showing all details of construction, reinforcing and joints. The shop drawings shall include structural design calculations for all slabs and walls which do not have reinforcement detailed on the Drawings. The design calculations shall demonstrate compliance with the specified standards and shall be signed and sealed by a professional engineer licensed in the State of Florida. B. Submit manufacturer's data on joint mastic, gaskets, castings and grout material to be used 1.4 INSPECTION A. The quality of all materials, the process of manufacture and the finished sections shall be subject to inspections and approval by the Engineer or other representatives of the Owner. Such inspection may be made at the place of manufacture or at the site after delivery or at both places, and the sections shall be subject to rejection at any time due to failure to meet any of the Specification requirements; even though sample sections may have been accepted as satisfactory at the place of manufacture. Sections rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if authorized by the Engineer, or removed and replaced entirely at the Contractor's expense. B. At the time of inspection, the sections will be carefully examined for compliance with the ASTM designations specified below, these Specifications, and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, dimension, "scratch -strength", blisters, cracks, roughness, soundness, etc. The surface shall be dense and close -textured. C. Imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at the end of seven days and 5,000 psi at the end of 28 days, when tested in three-inch by six-inch cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. 41 PART 2 - PRODUCTS 2.1 PRECAST CONCRETE SECTIONS A. Circular precast concrete manholes, junction box and other circular precast concrete structures shall conform to specifications for Precast Reinforced Concrete Manhole Sections, ASTM Designation C-478, except as otherwise specified below or as shown on the Drawings. Details of precast sections shown on the Plans are per FDOT Standards for drainage structures. The method of construction shall also conform to the following additional requirements: 1. Concrete shall be in accordance with Section 14 of these specification. 2. Barrel sections shall have tongue and groove joints. Joints shall be sealed with cold adhesive preformed plastic gaskets conforming to FDOT Article 942-2. Gaskets shall be set in double rows on the tongue and in the groove prior to setting the next section. Gaskets shall be K.T. Snyder Ram-Nek, Conceal CS 102 or an approved equal. 3. Type II cement shall be used except as otherwise approved. 4. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. Each section must be inspected and stamped by an accredited testing laboratory. 5. Sections shall be cured by an approved method for at least 28 days prior to painting and shall not be shipped until at least two days after having been painted. 6. Precast concrete slabs over top sections of manholes and other structures shall be capable of supporting the over -burden plus a live load equivalent to AASHTO H-20 loading. 7. Precast concrete top slabs shall be used for manholes where cover over the top of the piping is less than four feet. Lift rings or non -penetrating lift holes shall be provided for handling precast manhole sections. Non -penetrating lift holes shall be filled with non -shrink grout after installation of the manhole sections. 8. Concrete surfaces shall have form oil, curing compounds, dust, dirt and other interfering materials removed by brush sand blasting and shall be fully cured prior to the application of any coatings. 9. Interior surfaces of manholes shall be coated with a Sauereisen lining system. The Sauereisen lining shall consist of one layer of Sauersiesen Underlayment F-120 and one layer, applied at a minimum thickness of 1/8" of Sauereisen Corrosion Clad Polymer Lining No. 210. 10. Exterior surfaces of manholes shall have a protective coal tar epoxy coating with a minimum dry film thickness of 9 mils. Coatings shall be applied in two (2) applications by the manhole manufacturer in strict accordance with the paint manufacturer's recommendations. Coal tar epoxy shall be Kop-Coat Bitumastic 300M or an approved equal. B. Rectangular precast concrete structures shall comply with ASTM C-913-79 and ASTM C-890-78. Rectangular precast concrete structures, including top slabs, walls and bottom slabs shall be designed to support an AASHTO H-20 loading plus all other soil and hydrostatic loads. Signed, sealed design calculations demonstrating compliance with these specifications shall be submitted as required under Paragraph 1.03. The method of construction shall also conform to the following additional requirements: 1. Concrete shall be in accordance with Section 14. 42 2. Sections shall have tongue and groove joints. Joints shall be sealed with cold adhesive preformed plastic gaskets conforming to FDOT Article 942-2. Gaskets shall be set in double rows on the tongue and in the groove prior to setting the next section. Gaskets shall be K.T. Snyder Ram- Nek, Conceal CS102 or an approved equal. 3. Type II cement shall be used except as otherwise approved. 4. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. Each section must be inspected and stamped by an accredited testing laboratory. 5. Sections shall be cured by an approved method for at least 28 days prior to painting and shall not be shipped until at least two days after having been painted. 6. Lift rings or non -penetrating lift holes shall be provided for handling precast sections. Non- penetrating lift holes shall be filled with non -shrink grout after installation of the structure. 7. Concrete surfaces shall have form oil, curing compounds, dust, dirt and other interfering materials removed by brush sand blasting and shall be fully cured prior to the application of any coatings. 8. Interior and exterior surfaces of all precast rectangular structures shall have a protective coal tar epoxy coating with a minimum dry film thickness of 18 mils. Coatings shall be applied in two (2) applications by the structure manufacturer in strict accordance with the paint manufacturer's recommendations. Each coat shall have a minimum dry film thickness of 9 mils. Coal tar epoxy shall be Kop-Coat 300-M or an approved equal. 2.2 CASTINGS A. Gray iron castings for manhole frames, covers, adjustment rings and other items shall conform to the ASTM Designation A 48, Class 30. Castings shall be true to patter in form and dimensions and free of pouring faults and other defects which would impair their strength, or otherwise make them unfit for the service intended. The seating surfaces between frames and covers shall be machined to fit true. No plugging or filling will be allowed. Lifting or "pick" holes shall be provided, but shall not penetrate the cover. Casting patterns shall conform to those shown or indicated on the Drawings. All manhole frames and covers shall be traffic bearing to meet AASHTO H-20 loadings. Frames shall be suitable for the future addition of a cast iron ring for upward adjustment of top elevation. Manhole frames and covers shall be U.S. Foundry Model USF #225 -AS, Vulcan Model V1357 or an approved equal. Air release valve vault frames and covers shall be U.S. Foundry Model USF #7665 or an approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. All manholes and other precast structures shall be set in the dry. B. Manholes and other precast structures shall be constructed to the dimensions as shown on the Drawings and as specified herein. C. Precast bases shall be poured monolithically with the first riser section. D. Precast concrete structure sections shall be set so as to be in vertical and with sections in true alignment with a half-inch maximum tolerance to be allowed per five feet of section. E. Holes in the sections required for handling or other purposes shall be plugged with a non -shrinking grout or by grout in combination with concrete plugs. 43 F. Where holes must be cut in the precast sections to accommodate pipes, cutting shall be done prior to setting them in place to prevent subsequent jarring which may loosen the mortar joints. G. Manhole flow channels shall be as shown on the Drawings, with smooth and carefully shaped bottoms, build up sides and benching constructed using cement and brick with no voids. Channels shall conform to the dimensions of the adjacent pipes and provide changes in size, grade and alignment evenly. Cement shall be Portland Cement Type II only. H. Castings shall be fully bedded in mortar with adjustment brick courses placed between the frame and manhole. Bricking shall include a minimum of two (2) and a maximum four (4) courses. Mortar shall conform to ASTM C-270, type M, and the bricks shall be clay and conform to ASTM C-216, grade SW, size 3" (w) x 8" (1) x 2" (h). I. Top of manhole castings located in pavement, shouldered areas, and sidewalks shall be set flush with grade. Top of manhole castings located outside these areas shall be placed two inches above grade. J. Special care shall be taken to assure that the openings through which pipes enter the structure are provided with watertight connections. For ductile iron and PVC pipe, connections shall conform with ASTM C 923, "Standard Specifications for Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes." For concrete pipe, connections shall be made with non -shrink, non-metallic grout. K. All newly constructed manholes shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind, and shall be free from such accumulations at the time of final inspection. L. No visible leakage in the manhole or at pipe connections will be permitted. All manholes shall be inspected by the Owner prior to acceptance. All manholes failing to meet the Specification shall be reconstructed or replaced by the Contractor to comply with these Specifications. Pressure grouting of manholes for repair shall not be accepted. END OF SECTION - 014 UJI SECTION 015 STREET LIGHT WIRING SYSTEMS PARTI-GENERAL 1.1 DESCRIPTION A. Make all final electrical connections to all lighting equipment shown on drawings or required for a complete and operation of the lighting system. B. All final electrical connections shall be made in strict compliance with NPFA-70 National Electrical Code latest Edition. C. All electrical wiring shall be installed per the manufacturer requirements for the new field light poles. D. Install Street/Pedestrian Lights as shown on the plans. 1.2 RELATED SECTIONS — Construction Specification Institute (CSI) A. Section 16010, General Requirements. B. Section 16020, Codes and Standards. C. Section 16111, Conduit and Fittings. D. Section 16120, Wire and Cable. E. Section 16130, Boxes. PART 2 - PRODUCTS Lighting products will be submitted to the city as cut sheet for approval of specifications. PART 3 - EXECUTION 3.1 INSTRUCTIONS A. All wiring and cabling shall be installed in underground PVC conduit (schedule 40) where and as shown on the drawings and in accordance with the manufacturer specifications. B. Electrical connections shall be as follows: 1. All splices shall be in the pull boxes 2. Run branch circuits as indicated on the drawings and make hardwired connections to all devices. 3. Run all conduits and wiring for all control systems specified on this project. 4. Run circuits from panel boards to and make final electrical connections. S. New lighting poles shall be grounded per manufacturer requirements. END OF SECTION - 015 45 MOT SECTION 016 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION 104-1 DESCRIPTION. Construct and maintain temporary erosion control features or, where practical, construct and maintain permanent erosion control features as shown in the plans or as may be directed by the Engineer. 104-2 GENERAL. Coordinate the installation of temporary erosion control features with the construction of the permanent erosion control features to the extent necessary to ensure economical, effective, and continuous control of erosion and water pollution throughout the life of the Contract. Due to unanticipated conditions, the Engineer may direct the use of control features or methods other than those included in the original Contract. In such event, the Department will pay for this additional work as unforeseeable work. 104-3 CONTROL OF CONTRACTOR'S OPERATIONS WHICH MAY RESULT IN WATER POLLUTION Prevent pollution of streams, canals, lakes, reservoirs, and other water impoundments with fuels, oils, bitumens, calcium chloride, or other harmful materials. Also, conduct and schedule operations to avoid or otherwise minimize pollution or siltation of such water impoundments, and to avoid interference with movement of migratory fish. Do not dump any residue from dust collectors or washers into any live stream. Restrict construction operations in rivers, streams, lakes, tidal waters, reservoirs, canals, and other water impoundments to those areas where it is necessary to perform filling or excavation to accomplish the work shown in the plans and to those areas which must be entered to construct temporary or permanent structures. As soon as conditions permit, promptly clear rivers, streams, and impoundments of all obstructions placed therein or caused by construction operations. Do not frequently ford live streams with construction equipment. Wherever an appreciable number of stream crossings are necessary at any one location, use a temporary bridge or other structure. Except as necessary for construction, do not deposit excavated material in rivers, streams, canals, or impoundments, or in a position close enough thereto, to be washed away by high water or runoff. Where pumps are used to remove highly turbid waters from enclosed construction areas such as cofferdams or forms, treat the water by one or more of the following methods prior to discharge into State waters: pumping into grassed swales or appropriate vegetated areas or sediment basins, or confined by an appropriate enclosure such as turbidity barriers when other methods are not considered appropriate. Do not disturb lands or waters outside the limits of construction as staked, except as authorized by the Engineer. Obtain the Engineer's approval for the location of, and method of operation in, borrow pits, material pits, and disposal areas famished for waste material from the project (other than commercially operated sources) such that erosion during and after completion of the work will not result in probability of detrimental siltation or water pollution. 104-4 MATERIALS FOR TEMPORARY EROSION CONTROL. The Engineer will not require testing of materials used in construction of temporary erosion control features other than as provided for geotextile fabric in 985-3 unless such material is to be incorporated into the completed project. When no testing is required, the Engineer will base acceptance on visual inspection. The Contractor may use new or used materials for the construction of temporary silt fence, staked 46 turbidity barriers, and floating turbidity barrier not to be incorporated into the completed project, subject to the approval of the Engineer. 104-5 PRECONSTRUCTION CONFERENCE. Prepare the Storm Water Pollution Prevention Plan (SWPPP) and have the NOI on record with FDEP. The Contractor will be responsible to have the SWPPP on-site at all times and must adhere to the guidelines to the SWPPP. The SWPPP will include the erosion control plan and all additional measures that will be employed to dispose of, control, or prevent the discharge of solid, hazardous, and sanitary wastes to waters of the U.S. Include procedures to control off-site tracking of soil by vehicles and construction equipment and a procedure for cleanup and reporting of non -storm water discharges, such as contaminated groundwater or accidental spills. The Department will review and approve the Contractor's part of the SWPPP, including required signed certification statements, before soil disturbing activities begin. Failure to sign any required documents or certification statements will be considered a default of the Contract. Any earth disturbing activities performed without the required signed documents or certification statements may be considered a violation of the Clean Water Act by the EPA. The erosion control plan shall describe, but not be limited to, the following items or activities: 1. For each phase of construction operations or activities, supply the following information: (A) Locations of all erosion control devices (B) Types of all erosion control devices (C) Estimated time erosion control devices will be in operation (D) Monitoring schedules for maintenance of erosion control devices (E) Methods of maintaining erosion control devices (F) Containment or removal methods for pollutants or hazardous wastes 2. The name and telephone number of the person responsible for monitoring and maintaining the erosion control devices. 3. Submit for approval the erosion control plans meeting paragraphs 3A, 3B, or 3C below: (A) Projects permitted by the St. Johns River Water Management District, require the following: Submit a copy of the erosion control plan to the Engineer for review and to the appropriate Water Management District Office for review and approval. Include the WMD permit number on all submitted data or correspondence. The Contractor may schedule a meeting with the appropriate WMD Office to discuss his erosion control plan in detail, to expedite the review and approval process. Advise the Engineer of the time and place of any meetings scheduled with WMD. Do not begin construction activities until the erosion control plan receives written approval from both WMD and the Engineer. (B) Projects permitted by the St. Johns River Water Management District or the St. Johns River Water Management District, require the following: Obtain the Engineer's approval of the erosion control plan. Do not begin construction activities until the erosion control plan receives written approval from the Engineer. (C) Projects authorized by permitting agencies other than the Water Management Districts or projects for which no permits are required require the following: The Engineer will review and approve the Contractor's erosion control plan. Do not begin construction activities until the erosion control plan receives written approval from the Engineer. Comply with the approved erosion control plan. 47 104-6 CONSTRUCTION REQUIREMENTS. 104-6.1 Limitation of Exposure of Erodible Earth: The Engineer may limit the surface areas of unprotected erodible earth exposed by the construction operation and may direct the Contractor to provide erosion or pollution control measures to prevent contamination of any river, stream, lake, tidal waters, reservoir, canal, or other water impoundments or to prevent detrimental effects on property outside the project right-of-way or damage to the project. Limit the area in which excavation and filling operations are being performed so that it does not exceed the capacity to keep the finish grading, grassing, sodding, and other such permanent erosion control measures current in accordance with the accepted schedule. Do not allow the surface area of erodible earth that clearing and grubbing operations or excavation and 2 2 filling operations expose to exceed 750,000 ft [70,000 m ] without specific prior approval by the Engineer. This limitation applies separately to clearing and grubbing operations and excavation and filling operations. The Engineer may increase or decrease the amount of surface area the Contractor may expose at any one time. 104-6.2 Incorporation of Erosion Control Features: Incorporate permanent erosion control features into the project at the earliest practical time. Use approved temporary erosion control features to correct conditions that develop during construction which were not foreseen at the time of design, to control erosion prior to the time it is practical to construct permanent control features, or to provide immediate temporary control of erosion that develops during normal construction operations, which are not associated with permanent erosion control features on the project. The Engineer may authorize temporary erosion control features when Topsoil is specified in the Contract and the limited availability of that material from the grading operations will prevent scheduled progress of the work or damage the permanent erosion control features. 104-6.3 Scheduling of Successive Operations: Schedule operations such that the area of unprotected erodible earth exposed at any one time is not larger than the minimum area necessary for efficient construction operations, and the duration of exposure of uncompleted construction to the elements is as short as practicable. Schedule and perform clearing and grubbing so that grading operations can follow immediately thereafter. Schedule and perform grading operations so that permanent erosion control features can follow immediately thereafter if conditions on the project permit. 104-6.4 Details for Temporary Erosion Control Features: 104-6.4.1 General: Use temporary erosion and water pollution control features that consist of, but are not limited to, temporary grassing, temporary sodding, temporary mulching, sandbagging, slope drains, sediment basins, sediment checks, berms, baled hay or straw, floating turbidity barrier, staked turbidity barrier and silt fence. For design details for some of these items, refer to the Water Quality Section of the Design Standards. 104-6.4.2 Temporary Grassing: The Engineer may designate certain areas of grassing constructed in accordance with Section 570 as temporary erosion control features. The Engineer may direct the Contractor to omit permanent type grass seed from grassing and the reduce the specified rate of spread for fertilizer used in conjunction with grassing operations when such work is designated as a temporary erosion control feature. 48 104-6.4.3 Temporary Sod: Furnish and place sod in accordance with Section 575 within areas designated by the Engineer to temporarily control erosion. If the Engineer determines that the sod will be of a temporary nature, he may not require fertilizer and lime. Keep the sod in a moist condition in order to ensure growth. The Department will pay for all required watering under Item No. 570-9 [2570-9]. 104-6.4.4 Temporary Mulching: Furnish and apply a 2 to 4 inch [50 to 100 mm] thick blanket of straw or hay mulch to designated areas, then mix or force the mulch into the top 2 inches [50 mm] of the soil in order to temporarily control erosion. Use only undecayed straw or hay which can readily be. cut into the soil and which otherwise complies with 981-3. The Contractor may substitute other measures for temporary erosion control, such as hydromulching, chemical adhesive soil stabilizers, etc., for mulching with straw or hay, if approved by the Engineer. When beginning permanent grassing operations, plow under temporary mulch materials in conjunction with preparation of the ground. 104-6.4.5 Sandbagging: Furnish and place sandbags in configurations to control erosion and siltation. 104-6.4.6 Slope Drains: Construct slope drains in accordance with the details shown in the plans, the Design Standards, or as may be approved as suitable to adequately perform the intended function. 104-6.4.7 Sediment Basins: Construct sediment basins in accordance with the details shown in the plans, the Design Standards, or as may be approved as suitable to adequately perform the intended function. Clean out sediment basins as necessary in accordance with the plans or as directed. 104-6.4.8 Berms: Construct temporary earth berms to divert the flow of water from an erodible surface. 104-6.4.9 Baled Hay or Straw: Provide bales having minimum dimensions of 14 by 18 by 36 inches [350 by 450 by 900 mm], at the time of placement. Construct baled hay or straw dams to protect against downstream accumulations of silt. Construct the baled hay or straw dams in accordance with the details shown in the plans or the Design Standards. Meet the provisions of 981-3.1 for all baled hay or straw. Place the dam to effectively control silt dispersion under conditions present on this project. The Contractor may use alternate solutions and usage of materials if approved. 104-6.4.10 Temporary Silt Fences: 104-6.4.10.1 General: Furnish, install, maintain, and remove temporary silt fences, in accordance with the manufacturer's directions, these Specifications, the details as shown on the plans, and the Design Standards. 104-6.4.10.2 Materials and Installation: Use a. geotextile fabric made from woven or nonwoven fabric, meeting the physical. requirements of Section 985 according to those applications for erosion control. Choose the type and size of posts, wire mesh reinforcement (if required), and method of installation. Do not use products which have a separate layer of plastic mesh or netting. Provide a durable and effective temporary silt fence that controls sediment comparable to the Design Standards, Index No. 102. 49 Install all sediment control devices in a timely manner to ensure the control of sediment and the protection of lakes, streams, gulf or ocean waters, or any wetlands associated therewith and to any adjacent property outside the right-of-way as required. At sites where exposure to such sensitive areas is prevalent, complete the installation of any sediment control device prior to the commencement of any earthwork. After installation of sediment control devices, repair portions of any devices damaged at no expense to the Department. Erect temporary silt fence at upland locations across ditchlines and at temporary locations shown on the plans or approved by the Engineer where continuous construction activities change the natural contour and drainage runoff. Do not attach temporary silt fence to existing trees unless approved by the Engineer. 104-6.4.10.3 Inspection and Maintenance: Inspect all temporary silt fences immediately after each rainfall and at least daily during prolonged rainfall. Immediately correct any deficiencies. In addition, make a daily review of the location of silt fences in areas where construction activities have changed the natural contour and drainage runoff to ensure that the silt fences are properly located for effectiveness. Where deficiencies exist, install additional silt fences as directed by the Engineer. Remove sediment deposits when the deposit reaches approximately 1/2 of the volume capacity of the temporary silt fence or as directed by the Engineer. Dress any sediment deposits remaining in place after the temporary silt fence is no longer required to conform with the finished grade, and prepare and seed them in accordance with Section 570. 104-6.4.11 Floating Turbidity Barriers and Staked Turbidity Barriers: Install, maintain, and remove turbidity barriers to contain turbidity that may occur as the result of dredging, filling, or other construction activities which may cause turbidity to occur in the waters of the State. The Contractor may need to deploy turbidity barriers around isolated areas of concern such as seagrass beds, coral communities, etc. both within as well as outside the right-of-way limits. The Engineer will identify such areas. Place the barriers prior to the commencement of any work that could impact the area of concern. Install the barriers in accordance with the details shown in the plans or as approved by the Engineer. Ensure that the type barrier used and the deployment and maintenance of the barrier will minimize dispersion of turbid waters from the construction site. The Engineer may approve alternate methods or materials. Operate turbidity barriers in such a manner to avoid or minimize the degradation of the water quality of the surrounding waters. 104-6.4.12 Rock Bags: Furnish and place rock bags to control erosion and siltation. Place the bags as shown in the plans, the Design Standards or as directed by the Engineer. Use a fabric material with openings that are clearly visible to minimize clogging yet small enough to prevent rock loss. Use material of sufficient strength to allow removing and relocating bags without breakage. The bag size when filled with rocks shall be approximately 12 by 12 by 4 inch [ 300 by 300 by 100 mm]. Use No. 4 or No. 5 coarse aggregate rock. 104-6.5 Removal of Temporary Erosion Control Features: In general, remove or incorporate into the soil any temporary erosion control features existing at the time of construction of the permanent erosion control features in an area of the project in such a manner that no detrimental effect will result. The Engineer may direct that temporary features be left in place. 50 104-7 MAINTENANCE OF EROSION CONTROL FEATURES. 104-7.1 General: Provide routine maintenance of permanent and temporary erosion control features, at no expense to the Department, until the project is complete and accepted. If reconstruction of such erosion control features is necessary due to the Contractor's negligence or carelessness or, in the case of temporary erosion control features, failure by the Contractor to install permanent erosion control features as scheduled, the Contractor shall replace such erosion control features at no expense to the Department. If reconstruction of permanent or temporary erosion control features is necessary due to factors beyond the control of the Contractor, the Department will pay for replacement under the appropriate Contract pay item or items. Inspect all erosion control features at least once every seven calendar days and within 24 hours of the end of a storm of 0.25 inches [6 mm] or greater. Maintain all erosion control features as required in the Stormwater Pollution Prevention Plan and as specified in State and/or Federal environmental regulatory permits. Use the inspection form provided by the Engineer to report all inspection findings and to document all corrective actions taken as a result of the inspection. Sign each inspection report and submit it weekly to the Engineer. 104-8 PROTECTION DURING SUSPENSION OF CONTRACT TIME. If it is necessary to suspend the construction operations for any appreciable length of time, shape the top of the earthwork in such a manner to permit runoff of rainwater, and construct earth berms along the top edges of embankments to intercept runoff water. Provide temporary slope drains to carry runoff from cuts and embankments that are in the vicinity of rivers, streams, canals, lakes, and impoundments. Locate slope drains at intervals of approximately 500 feet [150 m], and stabilize them by paving or by covering with waterproof materials. Should such preventive measures fail, immediately take such other action as necessary to effectively prevent erosion and siltation. The Engineer may direct the Contractor to perform, during such suspensions of operations, any other erosion control work deemed necessary. 104-9 BASIS OF PAYMENT. Prices and payments for prevention control, abatement of erosion and water pollution shall be included in the various items of work. Any additional costs resulting from compliance with the requirements of this Section, other than construction, routine maintenance, and removal of temporary erosion control features and mowing, will be included in the various items of work. Separate payment will not be made for the cost of constructing temporary earth berms along the edges of the roadways to prevent erosion during grading and subsequent operations. The Contractor shall include these costs in the Contract prices for grading items. In case of repeated failure on the part of the Contractor to control erosion, pollution, or siltation, the Engineer reserves the right to employ outside assistance. Any such costs incurred, including engineering costs, will be charged to the Contractor and appropriate deductions made from the monthly progress estimate. END OF SECTION 016 51 SECTION 334 SUPERPAVE ASPHALT CONCRETE 334-1 Description. 334-1.1 General: Construct a Superpave Asphalt Concrete pavement with the type of mixture specified in the Contract, or when offered as alternates, as selected. Superpave mixes are identified as Type SP -9.5, Type SP -12.5 or. Type SP -19.0. Meet the requirements of Section 320 for plant and equipment. Meet the general construction requirements of Section 330, except as modified herein, including the provision for Quality Control Plans and Quality Control Systems as specified in 6-8. On projects with only Traffic Level A and/or B asphalt mixtures, select Option l or Option 2 Mixture Acceptance as specified in 334-5. The selection shall be indicated in the Contractor Quality Control Plan in accordance with Section 105 and shall apply to all mixes, including base, structural and friction courses, on the entire project. Traffic Level C, D and E mixtures will be accepted under Option 1 Mixture Acceptance only. On Contracts having both Traffic Level A or B and Traffic Level C, D or E asphalt mixtures, material will be accepted only under Option 1 Material Acceptance. When Option 2 Mixture Acceptance is selected, the requirements of 330-2 will not apply, with the exception of the roadway requirements as defined in 330-2.2. For Option 1 Mixture Acceptance, the Engineer will accept the work on a LOT to LOT basis in accordance with 334-5.1. The LOTs will be subdivided into sublots and the size of a LOT and sublot will be as specified in 334-5.1.2. For Option 2 Mixture Acceptance, the Engineer will accept the work in accordance with 334-5.2. 334-1.2 Traffic Levels: The requirements for Type SP Asphalt Concrete mixtures are based on the design traffic level of the project, expressed in 18,000 pound Equivalent Single Axle Loads (ESAL's). The five traffic levels are as shown in Table 334-1. The traffic level(s) for the project are as specified in the Contract. A Type SP mix one traffic level higher than the traffic level specified in the Contract may be substituted, at no cost to the Department (i.e. Traffic Level B may be substituted for Traffic Level A, etc.). 334-1.3 Gradation Classification: The Superpave mixes are classified as either coarse or fine, depending on the overall gradation of the mixture. Coarse and fine mixes are defined in 334-3.2.2. as follows: The equivalent AASHTO nominal maximum aggregate size Superpave mixes are TypeSP-9.5............................................................... 9.5 mm 52 Table 334-1 Sue ave Traffic Levels Traffic Level Traffic Level 1x10 ESAL's A <0.3 B 0.3 to <3 C 3to<10 D 10 to <30 E >30 The traffic level(s) for the project are as specified in the Contract. A Type SP mix one traffic level higher than the traffic level specified in the Contract may be substituted, at no cost to the Department (i.e. Traffic Level B may be substituted for Traffic Level A, etc.). 334-1.3 Gradation Classification: The Superpave mixes are classified as either coarse or fine, depending on the overall gradation of the mixture. Coarse and fine mixes are defined in 334-3.2.2. as follows: The equivalent AASHTO nominal maximum aggregate size Superpave mixes are TypeSP-9.5............................................................... 9.5 mm 52 TypeSP-12.5........................................................... 12.5 mm TypeSP-19.0........................................................... 19.0 mm 334-1.4 Thickness: The total thickness of the Type SP asphalt layer(s) will be the plan thickness as shown in the Contract Documents. Before paving, propose a thickness for each individual layer meeting the requirements of this specification, which when combined with other layers (as applicable) will equal the plan thickness. For construction purposes, the plan thickness and individual layer thickness will be converted to spread rate based on the maximum specific gravity of the asphalt mix being used, as well as the minimum density level, as shown in the following equation: Spread rate (lbs/yd2) = t x Gm, x 43.3 Where: t = Thickness (in.) (Plan thickness or individual layer thickness) G,,,,,, = Maximum specific gravity from the verified mix design The weight of the mixture shall be determined as provided in 320-2.2. For target purposes only, spread rate calculations should be rounded to the nearest whole number. Note: Plan quantities are based on a G.of 2.540, corresponding to a spread rate of 110 lbs/yd2-in. Pay quantities will be based on the actual maximum specific gravity of the mix being used. 334-1.4.1 Layer Thicknesses - Fine Mixes: The allowable layer thicknesses for fine Type SP Asphalt Concrete mixtures are as follows: Type SP -9.5 ........................... Type SP -12.5 ......................... Type SP -19.0 ......................... ......................1 - 1 1/2 inches ................1 1/2 - 2 1/2 inches ............................2 - 3 inches In addition to the minimum and maximum thickness requirements, the following restrictions are placed on fine mixes when used as a structural course: Type SP -9.5 - Limited to the top two structural layers, two layers maximum. applications. Type SP -9.5 —May not be used on Traffic Level D and E Type SP -19.0 - May not be used in the final (top) structural layer. 334-1.4.2 Layer Thicknesses - Coarse Mixes: The allowable layer thicknesses for coarse Type SP Asphalt Concrete mixtures are as follows: Type SP -9.5 ...................................................1 1/2 2 inches TypeSP -12.5 .......................................................2 3 inches Type SP -19.0 .................................................3 - 3 1/2 inches In addition to the minimum and maximum thickness requirements, the following restrictions are placed on coarse mixes when used as a structural course: Type SP -19.0 - May not be used in the final (top) structural layer. 53 334-1.4.3 Additional Requirements: The following requirements also apply to coarse and fine Type SP Asphalt Concrete mixtures: 1. A minimum 1 1/2 inch initial lift is required over an Asphalt Rubber Membrane Interlayer (ARMI). 2. When construction includes the paving of adjacent shoulders (<5 feet wide), the layer thickness for the upper pavement layer and shoulder must be the same and paved in a single pass, unless called for differently in the Contract Documents. 3. All overbuild layers must be fine Type SP Asphalt Concrete designed at the traffic level as stated in the Contract. Use the minimum and maximum layer thicknesses as specified above unless called for differently in the Contract Documents. On variable thickness overbuild layers, the minimum allowable thickness may be reduced by 1/2 inch, and the maximum allowable thickness may be increased 1/2 inch, unless called for differently in the Contract Documents. 334-2 Materials. 334-2.1 General Requirements: Meet the material requirements specified in Division III. Specific references are as follows: Superpave PG Asphalt Binder or Recycling Agent ...........................................................................916-1, 916-2 Coarse Aggregate ................................................Section 901 Fine Aggregate ....................................................Section 902 334-2.2 Superpave Asphalt Binder: Unless specified otherwise in the Contract, use a PG 67-22 asphalt binder. In addition, meet the requirements of 334-2.3. 334-2.3 Reclaimed Asphalt Pavement (RAP) Material: 334-2.3.1 General Requirements: RAP may be used as a component of the asphalt mixture subject to the following requirements: 1. For Traffic Levels A, B and C mixtures, limit the amount of RAP material used in the mix to a maximum of 50 percent by weight of total aggregate. For Traffic Levels D and E mixtures, limit the amount of RAP material used in the mix to a maximum of 30 percent by weight of total aggregate. 2. When using a PG 76-22 Asphalt Binder, limit the amount of RAP material used in the mix to a maximum of 15 percent by weight of total aggregate. As an exception, amounts greater than 15 percent RAP by weight of total aggregate can be used if no more than 15% by weight of the total asphalt binder comes from the RAP material. 3. Assume full responsibility for the design, production and construction of asphalt mixes which incorporate RAP as a component material. 4. Use RAP from an FDOT approved stockpile or RAP that has an FDOT furnished Pavement Composition Data Sheet. 5. Provide stockpiled RAP material that is reasonably consistent in characteristics and contains no aggregate particles which are soft or conglomerates of fines. 6. Provide RAP material having a minimum average asphalt content of 4.0 percent by weight of total mix. As an exception, when using fractionated RAP, the minimum average asphalt content for the coarse portion of the RAP shall be 2.5 percent by weight of the coarse portion of the RAP. The coarse portion of the RAP shall be the portion of the RAP 54 retained on the No. 4 sieve. The Engineer may sample the stockpile(s) to verify that this requirement is met. 334-2.3.2 Material Characterization: Assume responsibility for establishing the asphalt binder content, gradation, viscosity and bulk specific gravity (Gsb) of the RAP material based on a representative sampling of the material. Obtain the samples by one of the following methods: 1. Roadway cores: Cut a minimum number of cores to be representative of the pavement prior to milling. Fill the core holes prior to opening to traffic. Assume responsibility for accounting for the degradation that will occur during the milling operation. 2. Milling: Obtain representative samples by milling the existing pavement to the full depth shown on the plans for a minimum length of approximately 200 feet. If required to maintain traffic, immediately replace the pavement removed with the mix specified in the Contract. This mix will be paid for at the Contract unit price. 3. Stockpile sampling: Obtain samples from a stockpile of either milled or processed RAP. Take representative samples at random locations around the stockpile. Request the Engineer to make a visual inspection of the stockpiled RAP material. Based on visual inspection and a review of the test data, the Engineer will determine the suitability of the stockpiled materials. Once the RAP stockpile has been approved, do not add additional material without prior approval of the Engineer. Determine the binder content and gradation of the RAP material in accordance with FM 5-563 and FM 1-T 030, respectively. Extract and recover the asphalt binder from the RAP in accordance with FM 5-524 and FM 3-D 5404, respectively. Determine the viscosity of the recovered asphalt binder in accordance with ASTM D-2171. Establish the Gsb of the RAP material by using one of the following methods: a) Calculate the Gsb value based upon the effective specific gravity (G.) of the RAP material, determined on the basis of the asphalt binder content and maximum specific gravity (G,,,,,,) of the RAP material. The Engineer will approve the estimated asphalt binder absorption value used in the calculation. b) Measure the Gsb of the RAP aggregate, in accordance with FM 1-T 084 and FM 1-T 085. Obtain the aggregate by using either a solvent or ignition oven extraction method. 334-2.3.3 Pavement Composition: When the Contract includes milling of the existing asphalt pavement, the Pavement Composition Data Sheet may be available on the Department's website. The URL for obtaining this information, if available, is: www.dot.state.fl.us/statematerialsoffce/laboratory/asphalt/centrallaboratory/compositions/index. htm . 334-2.3.4 Asphalt Binder for Mixes with RAP: Select the appropriate asphalt binder grade based on Table 334-2. The Engineer reserves the right to change the asphalt binder type and grade at design based on the characteristics of the RAP asphalt binder, and reserves the right to make changes during production. Maintain the viscosity of the recycled mixture within the range of 5,000 to 15,000 poises. Obtain a sample of the mixture for the Engineer within the first 1,000 tons of production and at a continuing frequency of one sample per 4,000 tons of mix. Table 334-2 Asphalt Binder Grade for Mixes Containing RAP Percent RAP F Asphalt Binder Grade 55 Table 334-2 Asphalt Binder Grade for Mixes Containing RAP Percent RAP Asphalt Binder Grade <20 PG 67-22 20-29 PG 64-22 >_ 30 Recycling Agent 334-2.4 Recycled Crushed Glass: Recycled crushed glass may be used as a component of the asphalt mixture subject to the following requirements: 1. Consider the recycled crushed glass a local material and meet all requirements specified in 902-6. 2. Limit the amount of recycled crushed glass to a maximum of 15 percent by weight of total aggregate. 3. Use an asphalt binder that contains a minimum of 0.5 percent anti -stripping agent by weight of binder. The antistrip additive shall be one of the products included on the Qualified Products List specified in 6-1 of the Specifications. The antistrip additive shall be introduced into the asphalt binder by the supplier during loading. 4. Do not use recycled crushed glass in friction course mixtures or in structural course mixtures which are to be used as the final wearing surface. 334-3 General Composition of Mixture. 334-3.1 General: Compose the asphalt mixture using a combination of aggregate (coarse, fine or mixtures thereof), mineral filler, if required, and asphalt binder material. Size, grade and combine the aggregate fractions to meet the grading and physical properties of the mix design. Aggregates from various sources may be combined. 334-3.2 Mix Design: 334-3.2.1 General: Design the asphalt mixture in accordance with AASHTO R35-04, except as noted herein. Prior to the production of any asphalt mixture, submit the proposed mix design with supporting test data indicating compliance with all mix design criteria to the Engineer. For Traffic Level B through E mix designs, include representative samples of all component materials, including asphalt binder. Allow the State Materials Engineer a maximum of four weeks to either conditionally verify or reject the mix as designed. For Traffic Level C through E mix designs, final verification of the mix design will occur when the requirements of 334-5.1.2.1 have been met. Do not use more than three mix designs per nominal maximum aggregate size per traffic level per binder grade per contract year. Exceeding this limitation will result in a maximum Composite Pay Factor of 1.00 as defined in 334-8.2 for all designs used beyond this limit. The Engineer will consider any marked variations from original test data for a mix design or any evidence of inadequate field performance of a mix design as sufficient evidence that the properties of the mix design have changed, and the Engineer will no longer allow the use of the mix design. 334-3.2.2 Mixture Gradation Requirements: Combine the coarse and fine aggregate in proportions that will produce an asphalt mixture meeting all of the requirements defined in this specification and conform to the gradation requirements at design as defined in AASHTO M-323-04, Table 3. Aggregates from various sources may be combined. 56 334-3.2.2.1 Mixture Gradation Classification: Plot the combined mixture gradation on an FHWA 0.45 Power Gradation Chart. Include the Control Points from AASHTO M-323-04, Table -3, as well as the Primary Control Sieve (PCS) Control Point from AASHTO M-323-04, Table 4. Coarse mixes are defined as having a combined aggregate gradation that passes below the primary control sieve control point and below the maximum density line for all sieve sizes smaller than the primary control sieve. Fine mixes are defined as having a gradation that passes above the primary control sieve control point and above the maximum density line for all sieve sizes smaller than the primary control sieve and larger than the #100 sieve. Use a fine mix for Traffic Levels A through C; use either a coarse mix or fine mix for Traffic Levels D and E. 334-3.2.3 Aggregate Consensus Properties: For Traffic Level C through E mixtures, meet the following consensus properties at design for the aggregate blend. Aggregate consensus properties do not apply to Traffic Level A and B mixtures. 334-3.2.3.1 Coarse Aggregate Angularity: When tested in accordance with ASTM D-5821, meet the percentage of fractured faces requirements specified in AASHTO M-323-04, Table 5. 334-3.2.3.2 Fine Aggregate Angularity: When tested in accordance with AASHTO T-304, Method A, meet the uncompacted void content of fine aggregate specified in AASHTO M-323-04, Table 5. 334-3.2.3.3 Flat and Elongated Particles: When tested in accordance with ASTM D-4791, (with the exception that the material passing the 3/8 inch sieve and retained on the No. 4 sieve shall be included), meet the requirements specified in AASHTO M-323-04, Table 5. Measure the aggregate using the ratio of 5:1, comparing the length (longest dimension) to the thickness (shortest dimension) of the aggregate particles. 334-3.2.3.4 Sand Equivalent: When tested in accordance with AASHTO T-176, meet the sand equivalent requirements specified in AASHTO M-323-04, Table 5. 334-3.2.4 Gyratory Compaction: Compact the design mixture in accordance with AASHTO T-312-04, with the following exception: use the number of gyrations at Nde ip as defined in Table 334-3. Gyratory Table 334-3 Com action Requirements Traffic Level Ndeim, Number of Gyrations A 50 B 65 C 75 D 100 E 100 334-3.2.5 Design Criteria: Meet the requirements for nominal maximum aggregate size as defined in AASHTO M-323-04, as well as for relative density, VMA, VFA, and dust -to -binder ratio as specified in AASHTO M-323-04, Table 6. Use a dust -to -binder ratio of 0.8 to 1.6 for coarse mixes. N..xim,,,,, requirements are not applicable for Traffic Level A and B mixtures. 334-3.2.6 Moisture Susceptibility: 57 1. For Traffic Level A and B mixtures, use a liquid anti -strip additive, which is on the Department's Qualified Products List, at a rate of 0.5% by weight of the asphalt binder. 2. For Traffic Level C through E mixtures, test 4 inch specimens in accordance with FM 1-T 283. Provide a mixture having a retained tensile strength ratio of at least 0.80 and a minimum tensile strength (unconditioned) of 100 psi. If necessary, add a liquid anti -stripping agent, which is on the Department's Qualified Products List or hydrated lime (meeting the requirements of 337-10.2) in order to meet these criteria. 334-3.2.7 Additional Information: In addition to the requirements listed above, provide the following information with each proposed mix design submitted for verification: 1. The design traffic level and the design number of gyrations (N&sip)- 2. The source and description of the materials to be used. 3. The DOT source number and the DOT product code of the aggregate components furnished from a DOT approved source. 4. The gradation and proportions of the raw materials as intended to be combined in the paving mixture. The gradation of the component materials shall be representative of the material at the time of use. Compensate for any change in aggregate gradation caused by handling and processing as necessary. 5. A single percentage of the combined mineral aggregate passing each specified sieve. Degradation of the aggregate due to processing (particularly material passing the No. 200 sieve) should be accounted for and identified. 6. The bulk specific gravity (Gsb) value for each individual aggregate and RAP component, as identified in the Department's aggregate control program. 7. A single percentage of asphalt binder by weight of total mix intended to be incorporated in the completed mixture, shown to the nearest 0.1 percent. 8. A target temperature at which the mixture is to be discharged from the plant (mixing temperature) and a target roadway temperature (compaction temperature) (per 330-6.3). Do not exceed a target temperature of 330°F for modified asphalts (PG 76-22, ARB5, and ARB -12) and 315°F for unmodified asphalts. 9. Provide the physical properties achieved at four different asphalt binder contents. One of which shall be at the optimum asphalt content, and must conform to all specified physical requirements. 10. The name of the CTQP Qualified Mix Designer. 11. The ignition oven calibration factor. 334-3.3 Mix Design Revisions: During production, the Contractor may request a target value revision to a mix design, subject to meeting the following requirements: (1) the target change falls within the limits defined in Table 334-4, (2) appropriate data exists demonstrating that the mix complies with production air voids specification criteria, and (3) the mixture gradation meets the basic gradation requirements defined in 334-3.2.2. Table 334-4 Limits for Potential Adjustments to Mix Design Target Values Characteristic Limit from Original Mix Design No. 8 sieve and Coarser f 5.0 percent No. 16 sieve f 4.0 percent No. 30 sieve f 4.0 percent 58 Table 334-4 Limits for Potential Adjustments to Mix Design Target Values Characteristic Limit from Original Mix Design No. 50 sieve 3.0 percent No. 100 sieve ± 3.0 percent No. 200 sieve ± 1.0 percent Asphalt Binder Content ± 0.3 percent Reductions to the asphalt binder content will not be permitted if the VMA during production is lower than 1.0 percent below e design criteria. Submit all requests for revisions to mix designs, along with supporting documentation, to the Engineer. In order to expedite the revision process, the request for revision or discussions on the possibility of a revision may be made verbally, but must be followed up by a written request. The verified mix design will remain in effect until the Engineer authorizes a change. In no case will the effective date of the revision be established earlier than the date of the first communication between the Contractor and the Engineer regarding the revision. A new design mix will be required if aggregate sources change, or for any substitution of an aggregate product with a different aggregate code, unless approved by the Engineer. 334-4 Contractor Process Control (for Option 1 Mixture Acceptance). Assume full responsibility for controlling all operations and processes such that the requirements of these Specifications are met at all times. Perform any tests necessary at the plant and roadway for process control purposes. The Engineer will not use these test results in the acceptance payment decision. Address in the Quality Control Plan how Process Control failures will be handled. When a Process Control failure occurs, investigate, at a minimum, the production process, testing equipment and/or sampling methods to determine the cause of the failure, and make any necessary changes to assure compliance with these Specifications. Obtain a follow up sample immediately after corrective actions are taken to assess the adequacy of the corrections. In the event the follow-up Process Control sample also fails to meet Specification requirements, cease production of the asphalt mixture until the problem is adequately resolved to the satisfaction of the Quality Control Manager. 334-5 Acceptance of the Mixture. 334-5.1 Option 1 Mixture Acceptance. 334-5.1.1 General: The mixture will be accepted at the plant with respect to gradation (P_8 and P_2oo), asphalt content (Pb), and volumetrics (volumetrics is defined as air voids at Nd,S1g„ ). The mixture will be accepted on the roadway with respect to density of roadway cores. Acceptance will be on a LOT -by -LOT basis (for each mix design) based on tests of random samples obtained within each sublot taken at a frequency of one set of samples per sublot. A roadway LOT and a plant production LOT shall be the same. Acceptance of the mixture will be based on Contractor Quality Control test results that have been verified by the Department. 334-5.1.1.1 Sampling and Testing Requirements: Obtain the samples in accordance with FM 1 T-168.Obtain samples at the plant of a sufficient quantity to be split into three smaller samples; one for Quality Control, one for Verification and one for Resolution 59 testing; each sample at approximately 35 pounds. The split samples for Verification testing and Resolution testing shall be reduced in size and stored in three boxes each. The approximate size of each box must be 12" x 8" x 4". Provide, label and safely store sample boxes in a manner agreed upon by the Engineer for future testing. The asphalt content of the mixture will be determined in accordance with FM 5-563. In the event the FM 5-563 ignition oven goes out of service during production, the Contractor may elect to use a replacement oven at another location for no more than 72 hours while the oven is being repaired. The gradation ofthe recovered aggregate will be determined in accordance with FM 1-T 030. Volumetric testing will be in accordance with AASHTO T-312-04 and FM 1 T-209. Prior to testing volumetric samples, condition the test - sized sample for one hour f five minutes at the target roadway compaction temperature in a covered, shallow, flat pan, such that the mixture temperature at the end of the one hour conditioning period is within f 20° F of the roadway compaction temperature. Test for roadway density in accordance with FM 1-T 166. 334-5.1.1.2 Acceptance Testing Exceptions: When the total combined quantity of hot mix asphalt for the project, as indicated in the plans for Type SP and Type FC mixtures only, is less than 2000 tons, the Engineer will accept the mix on the basis of visual inspection. The Engineer may require the Contractor to run process control tests for informational purposes, as defined in 334-4, or may run independent verification tests to determine the acceptability of the material. Density testing for acceptance will not be performed on widening strips or shoulders with a width of 5 feet or less, open -graded friction courses, variable thickness overbuild courses, leveling courses, any asphalt layer placed on subgrade (regardless of type), miscellaneous asphalt pavement, or any course with a specified thickness less than 1 inch or a specified spread rate that converts to less than 1 inch as described in 334-1.4. Density testing for acceptance will not be performed on asphalt courses placed on bridge decks or approach slabs; compact these courses in static mode only per the requirements of 330-10.1.9. In addition, density testing for acceptance will not be performed on the following areas when they are less than 1,000 feet (continuous) in length: crossovers, intersections, turning lanes, acceleration lanes, deceleration lanes, shoulders, parallel.parking lanes or ramps. Where density testing for acceptance is not required, compact these courses (with the exception of open -graded friction courses) in accordance with the rolling procedure (equipment and pattern) as approved by the Engineer or with Standard Rolling Procedure as specified in 330-10.1.2. In the event that the rolling procedure deviates from the procedure approved by the Engineer, or the Standard Rolling Procedure, placement of the mix shall be stopped. The density pay factor (as defined in 334-8.2) for LOTs where there are areas not requiring density testing for acceptance will be prorated based on a pay factor of 1.00 for the quantity (tonnage) of material in areas not requiring density testing for acceptance and the actual pay factor for the tonnage of material in areas requiring density testing. 334-5.1.2 LOT Sizes: LOT sizes will be either 2,000 tons or 4,000 tons. The Initial Production LOT of all mix designs used on a project shall consist of 2,000 tons, subdivided into four equal sublots of 500 tons each. Following the Initial Production LOT, each remaining LOT will be defined (as selected by the Contractor prior to the start of the LOT) as either (1) 2,000 tons, with each LOT subdivided into four equal sublots of 500 tons each, or (2) 4,000 tons (as authorized by the Engineer per 334-5.1.2.1), with each LOT subdivided into four 60 equal sublots of 1,000 tons each. Before the beginning of a LOT, the Engineer will develop a random sampling plan for each sublot and direct the Contractor on sample points, based on tonnage, for each sublot during construction. In the event a LOT is terminated per 334-5.1.4.4, the LOT size upon resuming production of the mixture will be 2000 tons until the requirements of 334-5.1.2.1 are met. 334-5.1.2.1 Criteria for 4,000 ton LOTs: At the completion of the Initial Production LOT, the quality of the'as-produced material will be evaluated by the Engineer. Begin the option of 4,000 ton LOT sizes only when authorized by the Engineer based upon the Quality Control test results for the Initial Production LOT meeting the following: 1. A minimum Pay Factor of 0.90 for each asphalt quality characteristic as defined in 334-8.2. 2. A favorable comparison with the Verification test results. Comparisons between the Quality Control and Verification test results will be based on between -laboratory precision values shown in Table 334-6. 3. A coefficient of permeability of less than 125 x 10-5cm/s on each roadway core as determined in accordance with FM 5-565. Permeability criteria apply only to coarse mixes when the average density for the sublot is less than 93.00 percent of G,r,,,,, or when an individual density value is less than 91.00 percent of Gmm- In the event that the Initial Production LOT does not meet these criteria, limit production LOT sizes to 2,000 tons with 500 ton sublots until these criteria are met. 334-5.1.2.2 Partial LOTs: A partial LOT is defined as a LOT size that is less than a full LOT. A partial LOT may occur due to the following: 1. The completion of a given mix type or mix design on a project. 2. LOTs will be terminated 20 calendar days after the start of the LOT. (Time periods other than 20 days may be used if agreed to by both the Engineer and the Contractor.) 3. A LOT is terminated per 334-5.1.4.4. All partial LOTS will be evaluated based on the number of tests available, and will not be redefined. 334-5.1.3 Initial Production Requirements: The Initial Production LOT of all mix designs shall be established at 2,000 tons. During this period demonstrate the capability to produce and place the mixture as specified unless waived by the Engineer. If necessary, during this time, make adjustments to the mix design, as defined in 334-3.3. Any target value adjustments to the mix design will result in the LOT being terminated and evaluated for payment purposes per 334-8. Do not begin 4,000 ton LOT sizes until a 2,000 ton initial production LOT (for each mix design) has been successfully completed, or is waived by the Engineer. At the sole option of the Engineer, the requirement for an Initial Production LOT may be waived based on evidence of satisfactory production, placement and performance on previous projects for that particular mix. 334-5.1.3.1 Plant Sampling and Testing Requirements: Obtain one random sample of mix per sublot in accordance with 334-5.1.1.1 as directed by the Engineer. Test the Quality Control split sample for gradation, asphalt binder content and volumetrics in accordance with 334-5.1.1.1. Complete all Quality Control testing within one working day from the time the samples were obtained. 61 334-5.1.3.2 Roadway Sampling and Testing Requirements: Obtain five 6 inch diameter roadway cores within 24 hours of placement at random locations as directed by the Engineer within each sublot. Test these Quality Control samples for density in accordance with 334-5.1.1.1. The G,,,,,, used for the density evaluation will be based on the Quality Control test result for the corresponding sublot. On coarse mixes when the average density for an Initial Production sublot is less than 93.00 percent of G., or an individual core density is less than 91.00 percent of G,r,n,, cut five 6 inch diameter roadway cores (at locations determined by the Engineer) and have them evaluated for permeability in accordance with FM 5-565 by a laboratory as approved by the Engineer. If approved by the Engineer, the original cores cut for density testing purposes may be used to evaluate permeability. 334-5.1.3.3 Verification of Initial Production LOT: For Verification purposes the Engineer will test a minimum of one split sample as described in 334-5.1.1.1 from the Initial Production LOT at the completion of the LOT. The plant and roadway random samples shall be from the same sublot. However, for situations where roadway density is not required for the random sublot chosen, then another sublot shall be randomly chosen for roadway density only. Results of the testing and analysis for the LOT will be made available to the Contractor within one working day from when the LOT is completed. The Verification test results will be compared with the corresponding Quality Control test results based on the between -laboratory precision values shown in Table 334-6. If all of the specified mix characteristics compare favorably, then the LOT will be accepted, with payment based on the Quality Control results for the LOT. If any of the results do not compare favorably, then the split Resolution samples from the LOT will be sent to the Resolution laboratory for testing, as described in 334-5.1.6. 334-5.1.3.4 Acceptance of Initial Production LOT: The Initial Production LOT shall be considered a single LOT and will receive a Composite Pay Factor as determined in 334-8, based on results of the verified Quality Control tests, or as determined by the Resolution System. 334-5.1.4 Quality Control Sampling and Testing: Obtain all samples randomly as directed by the Engineer. Should the Engineer determine that the Quality Control requirements are not being met or that unsatisfactory results are being obtained, or should any instances of falsification of test data occur, approval of the Contractor's Quality Control Plan will be suspended and production will be stopped. 334-5.1.4.1 Lost or Missing Verification/Resolution Samples: In the event that any of the Verification and/or Resolution samples that are in the custody of the Contractor are lost, damaged, destroyed, or are otherwise unavailable for testing, the minimum possible pay factor for each quality characteristic as described in 334-8.2 will be applied to the entire LOT in question, unless called for otherwise by the Engineer. Specifically, if the LOT in question has more than two sublots, the pay factor for each quality characteristic will be 0.55. If the LOT has two or less sublots, the pay factor for each quality characteristic will be 0.80. In either event, the material in question will also be evaluated in accordance with 334-5.1.9.5. If any of the Verification and/or Resolution samples that are in the custody of the Department are lost, damaged, destroyed or are otherwise unavailable for testing, 62 the corresponding Quality Control test result will be considered verified, and payment will be based upon the Contractor's data. 334-5.1.4.2 Plant Sampling and Testing Requirements: Obtain one random sample of mix per sublot in accordance with 334-5.1.1.1 as directed by the Engineer. Test the Quality Control split sample for gradation, asphalt binder content and volumetrics in accordance with 334-5.1.1.1. Complete all Quality Control testing within one working day from the time the samples were obtained. 334-5.1.4.3 Roadway Sampling and Testing Requirements: Obtain five 6 inch diameter roadway cores within 24 hours of placement at random locations as directed by the Engineer within each sublot. Test these Quality Control samples for density (Q b) in accordance with 334-5.1.1.1. In situations where it is impractical to cut five cores per sublot, obtain a minimum of three cores per sublot at random locations as identified by the Engineer. Do not obtain cores any closer than 12 inches from an unsupported edge. Maintain traffic during the coring operation; core the roadway, patch the core holes (within three days of coring); and trim the cores to the proper thickness prior to density testing. Density for the sublot shall be based on the average value for the cores cut from the sublot with the target density being the maximum specific gravity (G,r,,,,) of the sublot. Once the average density of a sublot has been determined, do not retest the samples unless approved by the Engineer. Ensure proper handling and storage of all cores until the LOT in question has been accepted. 334-5.1.4.4 Individual Test Tolerances for Quality Control Testing: Terminate the LOT if any of the following Quality Control failures occur: 1) An individual test result of a sublot for air voids does not meet the requirements of Table 334-5, 2) The average sublot density for coarse mixes does not meet the requirements of Table 334-5, 3) Two consecutive test results for gradation (P_200 only) do not meet the requirements of Table 334-5, 4) Two consecutive test results for asphalt binder content do not meet the requirements of Table 334-5, 5) The average sublot density for two consecutive sublots for fine mixes does not meet the requirements of Table 334-5, 6) Two core densities for coarse mixes within a sublot are less than 91.00 percent of G„ .. When a LOT is terminated due to a QC failure, stop production of the mixture until the problem is resolved to the satisfaction of the Quality Control Manager(s) and/or Asphalt Plant Level II technician(s) responsible for the decision to resume production after a quality control failure, as identified in 105-8.6.4. In the event that it can be demonstrated that the problem can immediately be or already has been resolved, it will not be necessary to stop production. When a LOT is terminated, make all necessary changes to correct the problem. Do not resume production until appropriate corrections have been made. Inform the Engineer of the problem and corrections made to correct the problem. After resuming production, sample and test the material to verify that the changes have corrected the problem. Summarize this information and provide it to the Engineer prior to the end of the work shift when production resumes. 63 In the event that a Quality Control failure is not addressed as defined above, the Engineer's approval will be required prior to resuming production after any future Quality Control failures. Address any material represented by a failing test result in accordance with 334-5.1.9.5. Any LOT terminated under this Subarticle will be limited to a maximum Pay Factor of 1.00 (as defined in 334-8.2) for each quality characteristic. Table 334-5 Master Production Range Table 334-6 Between-Laborato Precision Values Characteristic Tolerance Asphalt Binder Contentpercent) Target ±0.55 Passing No. 200 Sieve(percent) Target ±1.50 Air Voidspercent) Coarse Graded 2.00-6.00 Air Voids(percent) Fine Graded 2.30-6.00 Density, percent G. FM 1-T 030 (Figure 2 Coarse Graded minimum 93.00 Fine Graded minimum 90.00 Tolerances for sample size of n =1 from the verified mix design 2) Based on an average of 5 randomly located cores 334-5.1.5 Verification Testing: In order to determine the validity of the Contractor's Quality Control test results prior to their use in the Acceptance decision, the Engineer will run verification tests. 334-5.1.5.1 Plant Testing: At the completion of each LOT, the Engineer will test a minimum of one Verification split sample randomly selected from the LOT. Results of the testing and analysis for the LOT will be made available to the Contractor within one working day from the time the LOT is completed. Verification samples shall be reheated at the target roadway compaction temperature for 1 1/2 hours ± 5 minutes, reduced to the appropriate testing size, and conditioned and tested as described in 334-5.1.1.1. The Verification test results will be compared with the Quality Control test results based on the between -laboratory precision values shown in Table 334-6. If all of the specified mix characteristics compare favorably, then the LOT will be accepted, with payment based on the Contractor's Quality Control test data for the LOT. 64 Table 334-6 Between-Laborato Precision Values Property Maximum Difference G.. 0.016 Gmb 0.022 Pb 0.44 percent P -too FM 1-T 030 (Figure 2 P -s FM 1-T 030 (Figure 2 If all of the specified mix characteristics compare favorably, then the LOT will be accepted, with payment based on the Contractor's Quality Control test data for the LOT. 64 If any of the results do not compare favorably, then the Resolution samples from the LOT will be sent to the Resolution laboratory for testing, as described in 334-5.1.6. 334-5.1.5.2 Roadway Testing: At the completion of each LOT, the Engineer will determine the density (Gmb) of each core (previously tested by Quality Control) as described in 334-5.1.1.1 from the same sublot as the Plant samples. For situations where roadway density is not required for the random sublot chosen, then another sublot shall be randomly chosen for roadway density cores only. Results of the testing and analysis for the LOT will be made available to the Contractor within one working day from the time the LOT is completed. The individual Verification test results will be compared with individual Quality Control test results by the Engineer based on the between -laboratory precision values given in Table 334-6 for Gmb• If each of the core test results compare favorably, then the LOT will be accepted with respect to density, with payment based on the Contractor's Quality Control test data for the LOT. If any of the results do not compare favorably, then the core samples from the LOT will be sent to the Resolution laboratory for testing as specified in 334-5.1.6. 334-5.1.6 Resolution System: 334-5.1.6.1 Plant Samples: In the event of an unfavorable comparison between the Contractor's Quality Control test results and the Engineer's Verification test results on any of the properties identified in Table 334-6, the Resolution laboratory will test all of the split samples from the LOT for only the property (or properties) in question. Resolution samples shall be reheated at the target roadway compaction temperature for 1 1/2 hours f 5 minutes, reduced to the appropriate testing size, and conditioned and tested as described in 334-5.1.1.1. 334-5.1.6.2 Roadway Samples: In the event of an unfavorable comparison between the Contractor's Quality Control test data and the Engineer's Verification test data on the density results, the Resolution laboratory will test all of the cores from the LOT. Testing will be as described in 334-5.1.1.1. Any damaged roadway cores will not be included in the evaluation; replace damaged cores with additional cores at the direction of the Engineer. 334-5.1.6.3 Resolution Determination: If the Resolution laboratory results compare favorably (for the property or properties in question) with all of the Quality Control results, then acceptance and payment for the LOT will be based on the Quality Control results, and the Department will bear the costs associated with Resolution testing. No additional compensation, either monetary or time, will be made for the impacts of any such testing. If the Resolution laboratory results do not compare favorably (for the property or properties in question) with all of the Quality Control results, then acceptance and payment for the LOT will be based on the Resolution test data for the LOT, and the costs of the Resolution testing will be deducted from monthly estimates. No additional time will be granted for the impacts of any such testing. In addition, in the event that the application of the Resolution test data results in a failure to meet the requirements of Table 334-5, address any material represented by the failing test result in accordance with 334-5.1.9.5. In the event of an unfavorable comparison between the Resolution test results and Quality Control test results, make the necessary adjustments to assure that future comparisons are favorable. 65 334-5.1.7 Independent Verification Testing: 334-5.1.7.1 Plant: The Contractor shall provide sample boxes and take samples as directed by the Engineer for Independent Verification testing. Obtain enough material for three complete sets of tests (two samples for Independent Verification testing by the Engineer and one sample for testing by the Contractor). If agreed upon by both the Engineer and the Contractor, only one sample for Independent Verification testing by the Engineer may be obtained. Independent Verification samples will be reheated at the target roadway compaction temperature for 1 1/2 hours ± 5 minutes, reduced to the appropriate testing size, and conditioned and tested as described in 334-5.1.1.1. The Contractor's split sample, if tested immediately after sampling, shall be reduced to the appropriate testing size, and conditioned and tested as described in 334-5.1.1.1. If the Contractor's sample is not tested immediately after sampling, then the sample shall be reheated at the target roadway compaction temperature for 1 1/2 hours f 5 minutes, reduced to the appropriate testing size, and conditioned and tested as described in 334-5.1.1.1. The Contractor's test results shall be provided to the Engineer within one working day from the time the sample was obtained. If any of the Independent Verification test results do not meet the requirements of Table 334-5, then a comparison of the Independent Verification test results and the Contractor's test results, if available, will be made. If a comparison of the Independent Verification test results and the Contractor's test results meets the precision values of Table 334-6 for the material properties in question, or if the Contractor's test results are not available, then the Independent Verification test results are considered verified and the Contractor shall cease production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer), unless it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. Address any material represented by the failing test results in accordance with 334-5.1.9.5. If a comparison of the Independent Verification test results and the Contractor's test results does not meet the precision values of Table 334-6 for the material properties in question, then the second Independent Verification sample shall be tested by the Engineer for the material properties in question. If a comparison between the first and second Independent Verification test results does not meet the precision values of Table 334-6 for the material properties in question, then the first Independent Verification test results are considered unverified for the material properties in question and no action shall be taken. If a comparison between the first and second Independent Verification test results meets the precision values of Table 334-6 for the material properties in question, then the first Independent Verification sample is considered verified and the Contractor shall cease production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer), unless it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. Address any material represented by the failing test results in accordance with 334-5.1.9.5. The Engineer has the option to use the Independent Verification sample for comparison testing as specified in 334-6. 334-5.1.7.2 Roadway: Obtain five roadway cores as directed by the Engineer for Independent Verification testing. These independent cores will be obtained from the same LOTS and sublots as the Independent Verification Plant samples, or as directed by the Engineer. The density of these cores will be obtained as described in 334-5.1.1.1. If the average of the results for the sublot does not meet the requirements of Table 334-5 for density, cease 66 production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer), unless it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. Address any material represented by the failing test results in accordance with 334-5.1.9.5. 334-5.1.8 Surface Tolerance: The asphalt mixture will be accepted on the roadway with respect to surface tolerance in accordance with the applicable requirements of 330-12. 334-5.1.9 Minimum Acceptable Quality Levels: 334-5.1.9.1 Pay Factors Below 0.90: In the event that an individual pay factor for any quality characteristic of a LOT falls below 0.90, take steps to correct the situation and report the actions to the Engineer. In the event that the pay factor for the same quality characteristic for two consecutive LOTs is below 0.90, cease production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer), unless it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. Actions taken must be approved by the Engineer before production resumes. 334-5.1.9.2 Composite Pay Factors Less Than 0.90 and Greater Than or Equal to 0.80: If the composite pay factor for the LOT is less than 0.90 and greater than or equal to 0.80, cease production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer), unless it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. Actions taken must be approved by the Engineer before production resumes. 334-5.1.9.3 Composite Pay Factors Less Than 0.80 and Greater Than or Equal to 0.75: If the composite pay factor for the LOT is less than 0.80 and greater than or equal to 0.75, address the defective material in accordance with 334-5.1.9.5. 334-5.1.9.4 Composite Pay Factors Less Than 0.75: If the composite pay factor for the LOT is less than 0.75, remove and replace the defective LOT at no cost to the Department, or as approved by the Engineer. 334-5.1.9.5 Defective Material: Assume responsibility for removing and replacing all defective material placed on the project, at no cost to the Department. As an exception to the above and upon approval of the Engineer, obtain an engineering analysis by an independent laboratory (as approved by the Engineer) to determine the disposition of the material. The engineering analysis must be signed and sealed by a Professional Engineer licensed in the State of Florida. The Engineer may determine that an engineering analysis is not necessary or may perform an engineering analysis to determine the disposition of the material. Any material that remains in place will be accepted with a composite pay factor as determined by 334-8, or as determined by the Engineer. If the defective material is due to a gradation, asphalt binder content or density failure, upon approval of the Engineer the Contractor may perform delineation tests on roadway cores in lieu of an engineering analysis to determine the limits of the defective material that requires removal and replacement. Prior to any delineation testing, all sampling locations shall be approved by the Engineer. All delineation sampling and testing shall be monitored and verified by the Engineer. The minimum limit of removal of defective material is fifty -feet either side of the failed sample. For materials that are defective due to air voids, an engineering analysis is required. 334-5.2 Option 2 Mixture Acceptance: 67 334-5.2.1 General: The mixture will be accepted with respect to gradation (P_8 and P_200), asphalt content (Pb) and density of roadway cores. Acceptance of the mixture will be based on the Engineer's test results. Acceptance will be on a LOT -by -LOT basis (for each mix design) based on tests of random samples obtained within each sublot taken at a frequency of one set of samples per sublot. A roadway LOT and a plant production LOT shall be the same. A LOT shall consist of a maximum of four sublots, where a sublot is defined as one day's production. A day's production is defined as a period of time no longer than 24 hours where a minimum of 100 tons of hot mix asphalt for the project (including Type B, Type SP and Type FC) is produced. When less than 100 tons of hot mix asphalt for the project (including Type B, Type SP and Type FC) is produced in a day, no acceptance testing will be required. A LOT shall not extend past seven calendar days from the start of the LOT. A LOT shall be complete after four sublots have been produced or seven calendar days have transpired (whichever comes first). If a Traffic Level C mixture is substituted for a Traffic Level B mixture per 334-1.2 and Option 2 was selected, the mixture will be accepted under Option 2. 334-5.2.2 Gradation and Asphalt Content Testing: The Engineer (or Contractor, if directed by the Engineer) will randomly obtain a minimum of one sample per sublot. The samples shall be obtained in accordance with FM 1-T 168. At the completion of the LOT or seven calendar days (whichever comes first), the Engineer will randomly test one sample for gradation per FM 1-T 030, asphalt content per FM 5-563 and maximum specific gravity per FM 1-T 209. 334-5.2.3 Roadway Density Testing: Obtain five 6 inch diameter roadway cores within 24 hours of placement at random locations as directed by the Engineer within each sublot. In situations where it is impractical to cut five cores per sublot, obtain a minimum of three cores per sublot at random locations as identified by the Engineer. Do not obtain cores any closer than 12 inches from an unsupported edge. Maintain traffic during the coring operation, core the roadway and patch the core holes (within three days of coring).The Engineer will determine density of the cores from the same sublot as the sample for gradation and asphalt content tested in 334-5.2.2. 334-5.2.4 Acceptance Criteria: Acceptance will be on a pass/fail basis. Engineer's test results that meet the criteria shown in Table 334-7, Criteria A, will be accepted at full pay. Table 334-7 Acceptance Criteria for Traffic Level A and B Mixtures Characteristic Tolerance 1 Criteria A Criteria B Asphalt Binder Content(percent) Target f 0.55 Target 0.75 Passing No. 8 Sieve(percent) Target f 5.50 Target f 10.00 Passing No. 200 Sieve ercent Target f 1.50 Target f 3.50 Density, minimum percent Gmm 92.00 90.00 Notes: 1) Tolerances for sample size of n =1 from the verified mix design. s) Based on the average value of the roadway cores and Gmm for the sample. s) If the Engineer (or Contract Documents) limits compaction to the static mode only, the tolerance for Criteria A shall be 91.00 d the tolerance for Criteria B shall be 90.00. 68 334-5.2.5 Failing Test Results: Should any of the test result(s) for the sample not meet the criteria given in Table 334-7, Criteria A, then the material for that sublot is considered defective. Cease production of the asphalt mixture until the problem is adequately resolved (to the satisfaction of the Engineer). The work can proceed if it can be demonstrated to the satisfaction of the Engineer that the problem can immediately be (or already has been) resolved. The Engineer will then test the remaining samples for all of the characteristics in Table 334-7 to determine the extent of the defective material. The additional samples to be tested are those from the remaining sublots of the LOT. The Contractor has the following options with respect to defective material: 1. Remove and replace the defective material at no cost to the Department. 2. Leave the defective material in place at 75% pay, if approved by the Engineer. 3. Perform delineation testing using a testing plan and a qualified laboratory approved by the Engineer to determine the limits of the defective material. The Engineer reserves the right to witness delineation testing conducted by the approved laboratory. Delineated material not meeting the criteria given in Table 334-7, Criteria A, shall be removed and replaced at no cost to the Department or left in place at 75% pay, if approved by the Engineer. Should the test result(s) for the sample not meet the criteria given in Table 334-7, Criteria B, the Contractor has the following options with respect to the defective material: 1. Remove and replace the defective material at no cost to the Department. 2. Perform delineation testing using a testing plan and a qualified laboratory approved by the Engineer to determine the limits of the defective material. The Engineer reserves the right to witness delineation testing conducted by the approved laboratory. Delineated material not meeting the criteria given in Table 334-7, Criteria A, but meeting the criteria given in Table 334-7, Criteria B shall be removed and replaced at no cost to the Department or left in place at 75% pay, if approved by the Engineer. Delineated material not meeting the criteria given in Table 334-7, Criteria B shall be removed and replaced at no cost to the Department. 334-5.2.6 Acceptance Testing Exceptions: When the total quantity of hot mix asphalt for the project, as indicated on the plans for Type SP and Type FC mixtures only, is less than 2000 tons, the Engineer will accept the mix on the basis of visual inspection, the Engineer may run acceptance tests to determine the acceptability of the material. Density testing for acceptance will not be performed on widening strips or shoulders with a width of 5 feet or less, variable thickness overbuild courses, leveling courses, first lift of asphalt base course placed on subgrade, asphalt layers placed directly on stabilization layers, miscellaneous asphalt pavement, or any course with a specified thickness less than 1 inch or a specified spread rate that converts to less than 1 inch as described in 334-1.4. Density testing for acceptance will not be performed on asphalt courses placed on bridge decks or approach slabs; compact these courses in static mode only per the requirements of 330-10.1.9. In addition, density testing for acceptance will not be performed on the following areas when they are less than 1,000 feet in length: crossovers, intersections, turning lanes, acceleration lanes, deceleration lanes, shoulders, parallel parking lanes or ramps. Where density testing for acceptance is not required, compact these courses (with the exception of open-graded friction courses) in accordance with the rolling 69 procedure (equipment and pattern) approved by the Engineer or with Standard Rolling Procedure as specified in 330-10.1.2. In the event that the rolling procedure deviates from the procedure approved by the Engineer, or the Standard Rolling Procedure, placement of the mix shall be stopped. 334-5.2.7 Surface Tolerance: The asphalt mixture will be accepted on the roadway with respect to surface tolerance in accordance with the applicable requirements of 330-12. 334-6 Comparison Testing. For materials accepted under Option 1, at the start of the project (unless waived by the Engineer) and at other times as determined necessary by the Engineer, provide split samples for comparison testing with the Engineer. The purpose of these tests is to verify that the testing equipment is functioning properly and that the testing procedures are being performed correctly. In the event that the Engineer determines that there is a problem with the Contractor's testing equipment and/or testing procedures, immediately correct the problem to the Engineer's satisfaction. In the event that the problem is not immediately corrected, cease production of the asphalt mixture until the problem is adequately resolved to the satisfaction of the Engineer. If so agreed to by both the Contractor and the Engineer, the split sample used for comparison testing may also be used for the Quality Control sample. The split sample used for comparison testing will also meet the requirements for Independent Verification Testing described in 334-5.1.7. For materials accepted under Option 2, the requirements of this Article do not apply. 334-7 Method of Measurement. For the work specified under this Section (including the pertinent provisions of Sections 320 and 330), the quantity to be paid for will be the weight of the mixture, in tons. The pay quantity will be based on the project average spread rate, excluding overbuild, limited to a maximum of 105% of the spread rate determined in accordance with 334-1.4 or as set by the Engineer. The project average spread rate is calculated by totaling the arithmetic mean of the average daily spread rate values for each layer. The bid price for the asphalt mix will include the cost of the liquid asphalt or the asphalt recycling agent and the tack coat application as directed in 300-8. There will be no separate payment or unit price adjustment for the asphalt binder material in the asphalt mix. For the calculation of unit price adjustments of bituminous material, the average asphalt content will be based on the percentage specified in 9-2.1.2. The weight will be determined as provided in 320-2 (including the provisions for the automatic recordation system). Prepare a Certification of Quantities, using the Department's current approved form, for the certified Superpave asphalt concrete pay item. Submit this certification to the Engineer no later than Twelve O'clock noon Monday after the estimate cut-off or as directed by the Engineer, based on the quantity of asphalt produced and accepted on the roadway per Contract. The certification must include the Contract Number, FPID Number, Certification Number, Certification Date, period represented by Certification and the tons produced for each asphalt pay item. 70 334-8 Basis of Payment. 334-8.1 General: Price and payment will be full compensation for all the work specified under this Section (including the applicable requirements of Sections 320 and 330). There will be no pay adjustments for materials accepted in accordance with 334-5.2. For materials accepted in accordance with 334-5.1, based upon the quality of the material, a pay adjustment will be applied to the bid price of the material as determined on a LOT by LOT basis. The pay adjustment will be assessed by calculating a Pay Factor for the following individual quality characteristics: pavement density, air voids, asphalt binder content, and the percentage passing the No. 200 and No. 8 sieves. The pay adjustment will be computed by multiplying a Composite Pay Factor for the LOT by the bid price per ton. Perform all calculations with the Department's Asphalt Plant - Pay Factor Worksheets (Form No. 675-030-22). 334-8.2 Pay Factors: 334-8.2.1 Two or Less Sublot Test Results: In the event that two or less sublot test results are available for a LOT, Pay Factors will be determined based on Table 334-8, using the average of the accumulated deviations from the target value. (Deviations are absolute values with no plus or minus signs.) Use the 1 -Test column when there is only one sublot test result and use the 2 -Tests column when there are two sublots. 71 Table 334-8 Small Quantity Pay Table Pay Factor 1 Sublot Test Deviation 1 2 Sublot Test Average Deviation Asphalt Binder Content 1.05 0.00-0.23 0.00-0.16 1.00 0.24-0.45 0.17-0.32 0.90 0.46-0.55 0.33-0.39 0.80 >0.55 >0.39 No. 8 Sieve 1.05 0.00-2.25 0.00-1.59 1.00 2.26-4.50 1.60-3.18 0.90 4.51-5.50 3.19-3.89 0.80 >5.50 >3.89 No. 200 Sieve 1.05 0.00-0.55 0.00-0.39 1.00 0.56-1.10 0.40-0.78 0.90 1.11-1.50 0.79-1.06 0.80 >1.50 >1.06 Air Voids Coarse Mixes 1.05 0.00-0.55 0.00-0.39 1.00 0.56-1.10 0.40-0.78 0.90 1.11-2.00 0.79-1.41 0.80 2.01-2.25 1.42-1.59 0.70 2.26-2.50 1.60-1.77 0.55 >2.50 >1.77 Air Voids(Fine Mixes 71 334-8.2.2 Three or More Sublot Test Results: When three or more sublot test results are available for a LOT, the variability -unknown, standard deviation method will be used to determine the estimated percentage of the LOT that is within specification limits. The number of significant figures used in the calculations will be in accordance with requirements of AASHTO R 11-82 (2002), Absolute Method. 334-8.2.2.1 Percent Within Limits: The percent within limits (PWL) and Pay Factors for the LOT will be calculated as described below. Variables used in the calculations are as follows: x Table 334-8 Small Quantity ay Table n Pay Factor 1 Sublot Test Deviation 2 Sublot Test Average Deviation 1.05 0.00-0.50 0.00-0.35 1.00 0.51-1.00 0.36-0.71 0.90 1.01-1.70 0.72-1.20 0.80 1.71-2.00 1.21-1.41_ 0.70 2.01-2.50 1.42-1.77 0.55 >2.50 > 1.77 PL Density Coarse Mixes Note 1.05 0.00-0.50 0.00-0.35 1.00 0.51-1.00 0.36-0.71 0.95 1.01-1.50 0.72-1.06 0.90 >1.50 > 1.06 Density (Fine Graded Mixtures Note 1.05 0.00-0.50 0.00-0.35 1.00 0.51-1.00 0.36-0.71 0.95 1.01-2.00 0.72-1.41 0.90 2.01-3.00 1.42-2.12 0.80 >3.00 >2.12 Notes: ') Each density test result is the average of five cores. The target density for coarse mixes is 94.50 percent of Gam,. The target density for fine mixes is 93.00 percent of G,,,,,, (92.00 percent when compaction is limited to the static mode or for layers ecified to be one inch thick). 334-8.2.2 Three or More Sublot Test Results: When three or more sublot test results are available for a LOT, the variability -unknown, standard deviation method will be used to determine the estimated percentage of the LOT that is within specification limits. The number of significant figures used in the calculations will be in accordance with requirements of AASHTO R 11-82 (2002), Absolute Method. 334-8.2.2.1 Percent Within Limits: The percent within limits (PWL) and Pay Factors for the LOT will be calculated as described below. Variables used in the calculations are as follows: x = individual test value (sublot) n = number of tests (sublots) s = sample standard deviation E(x2) = summation of squares of individual test values (Ex) = summation of individual test values squared Qu = upper quality index USL = upper specification limit (target value plus upper specification limit from Table 334-9) QL = lower quality index LSL = lower specification limit (target value minus lower specification limit from Table 334-9) PU = estimated percentage below the USL PL = estimated percentage above the LSL 72 (1) Calculate the arithmetic mean (X—)of the test values: EX X= n (2) Calculate the sample standard deviation (s): s= in j(X2)_(jXl n(n —1) (3) Calculate the upper quality index Qu): QU = USL- X (4) Calculate the lower quality index (QL): QL = X — LSL S (5) From Table 334-10, determine the percentage of work below the USL (Pu). (6) From Table 334-10, determine percentage of work above the LSL (PL) Note: If USL or LSL is not specified; percentages within (USL or LSL) will be 100. (7) If Qu or QL is a negative number, then calculate the percent within limits for Qu or QL as follows: enter Table 334-10 with the positive value of Qu or QL and obtain the corresponding percent within limits for the proper sample size. Subtract this number from 100.00. The resulting number is the value to be used in the next step (Step 8) for the calculation of quality level. (8) Calculate the percent within limits (PWL) = (PU + PL) - 100 (9) Calculate the Pay Factor (PF) for each quality characteristic using the equation given in 334-8.2.2.2. Table 334-9 Specification Limits Quality Characteristic Specification Limits Passing No. 8 sievepercent) Target f 3.1 Passing No. 200 sieve(percent) Target f 1.0 Asphalt Contentpercent) Target f 0.40 Air Voids - Coarse Mixespercent) 4.00 f 1.40 Air Voids - Fine Mixespercent) 4.00 f 1.20 Density - Coarse Mixes(percent of G.): 94.50 f 1.30 Density - Fine Mixes(percent of Gmm : 93.00 + 2.00,- 1.20 73 Table 334-9 Specification Limits Quality Characteristic I Specification Limits Note (1): If the Engineer (or Contract Documents) limits compaction to the static mode only or for all one-inch thick lifts of SP- 5 and FC-9.5 mixtures, compaction shall be in the static mode and the specification limits are as follows: 92.00 + 3.00, -1.20 1percent of Gmm. No additional compensation, cost or time, shall be made. 74 Table 334-10 Percent Within Limits Quality Index Percent within Limits for Selected Sample Size n=3 n=4 n=5 n=6 0.00 50.00 50.00 50.00 50.00 0.05 51.38 51.67 51.78 51.84 0.10 52.76 53.33 53.56 53.67 0.15 54.15 55.00 55.33 55.50 0.20 55.54 56.67 57.10 57.32 0.25 56.95 58.33 58.87 59.14 0.30 58.37 60.00 60.63 60.94 0.35 59.80 61.67 62.38 62.73 0.40 61.26 63.33 64.12 64.51 0.45 1 62.74 65.00 1 65.84 66.27 0.50 64.25 66.67 67.56 68.00 0.55 65.80 68.33 69.26 69.72 0.60 67.39 70.00 70.95 71.41 0.65 69.03 71.67 72.61 73.08 0.70 70.73 73.33 74.26 74.71 0.75 72.50 75.00 75.89 76.32 0.80 74.36 76.67 77.49 77.89 0.85 76.33 78.33 79.07 79.43 0.90 78.45 80.00 80.62 80.93 0.95 80.75 81.67 82.14 82.39 1.00 83.33 83.33 83.64 83.80 1.05 86.34 85.00 85.09 85.18 1.10 90.16 86.67 86.52 86.50 1.15 97.13 88.33 87.90 87.78 1.20 1 100.00 1 90.00 89.24 1 89.01 1.25 100.00 91.67 90.54 90.19 1.30 100.00 93.33 91.79 91.31 1.35 100.00 95.00 92.98 92.37 1.40 100.00 96.67 94.12 93.37 74 334-8.2.2.2 Pay Factors (PF): Pay Factors will be calculated by using the following equation: Pay Factor = (55 + 0.5 x PWL) / 100 The PWL is determined from Step (8) of 334-8.2.2.1. 334-8.3 Composite Pay Factor (CPF): A Composite Pay Factor for the LOT will be calculated based on the individual Pay Factors (PF) with the following weighting applied: 35 percent Density (D), 25 percent Air Voids (V.), 25 percent asphalt binder content (Pb), 75 Table 334-10 Percent Within Limits Quality Index Percent within Limits for Selected Sample Size n=3 n=4 n=5 n=6 1.45 100.00 98.33 95.19 94.32 1.50 100.00 100.00 96.20 95.19 1.55 100.00 100.00 97.13 96.00 1.60 100.00 100.00 97.97 96.75 1.65 100.00 100.00 98.72 97.42 1.70 100.00 100.00 99.34 98.02 1.75 100.00 100.00 99.81 98.55 1.80 100.00 100.00 100.00 98.99 1.85 100.00 100.00 100.00 99.36 1.90 100.00 100.00 100.00 99.65 1.95 100.00 1 100.00 100.00 99.85 2.00 100.00 100.00 100.00 99.97 2.05 100.00 100.00 100.00 100.00 2.10 100.00 100.00 100.00 100.00 2.15 100.00 100.00 100.00 100.00 2.20 100.00 1 100.00 100.00 100.00 2.25 100.00 100.00 100.00 100.00 2.30 100.00 100.00 100.00 100.00 2.35 100.00 100.00 100.00 100.00 2.40 100.00 100.00 100.00 100.00 2.45 100.00 1 100.00 100.00 100.00 2.50 100.00 100.00 100.00 100.00 2.55 100.00 100.00 100.00 100.00 2.60 100.00 100.00 100.00 100.00 2.65 100.00 100.00 100.00 100.00 334-8.2.2.2 Pay Factors (PF): Pay Factors will be calculated by using the following equation: Pay Factor = (55 + 0.5 x PWL) / 100 The PWL is determined from Step (8) of 334-8.2.2.1. 334-8.3 Composite Pay Factor (CPF): A Composite Pay Factor for the LOT will be calculated based on the individual Pay Factors (PF) with the following weighting applied: 35 percent Density (D), 25 percent Air Voids (V.), 25 percent asphalt binder content (Pb), 75 10 percent Passing No. 200 (P_200) and 5 percent Passing No. 8 (P -g). Calculate the CPF by using the following formula: CPF = [(0.350 x PF D) + (0.250 x PF Va) + (0.250 x PF Pb) + (0.100 x PF P_200) + (0.050 x PF P_8)] Where the Pay Factor (PF) for each quality characteristic is determined in either 334-8.2.1 or 334-8.2.2, depending on the number of sublot tests. Note that the number after each multiplication will be rounded to the nearest 0.01. The pay adjustment shall be computed by multiplying the Composite Pay Factor for the LOT by the bid price per ton. 334-8.4 Payment: Payment will be made under: Item No. 334- 1- Superpave Asphaltic Concrete - per ton. 76 SECTION - 018 FULL DEPTH RECLAMATION CEMENT TREATED BASE FULL DEPTH RECLAMATION (FDR) OF EXISTING PAVEMENT FOR ASPHALT STABILIZED BASE COURSE AND RELATED SERVICES I. Description of Work 1.1 FULL DEPTH RECLAMATION 1.2 Base Course Design: The CONTRACTOR shall review the data provided for the existing roadway (Attachment 3) and shall perform testing and/or coring prior to submitting a Bid to verify that the Reclaimed Asphalt base Course Mix Design, as applicable, has a minimum Structural Coefficient of. 13 5 (300 psi Soil Cement) for each inch of the finished/completed base course. The CONTRACTOR shall notify the COUNTY before any coring is started. The CONTRACTOR shall be responsible for preparing Mix Designs for Reclaimed Asphalt base Course Mix Design, as applicable, prior to the start of construction. (Refer to PCA publication EB052 Soil Cement Laboratory Handbook and PCA publication EB068 Thickness Design for soil Cement Pavements. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all cost associated with the Mix Design preparation and (SN) verification testing shall be the responsibility of the CONTRACTOR. 1.3 Testing Laboratory: The Testing Laboratory performing Full Depth Reclamation (FDR) Base Course Mix Designs and (SN) verification testing shall be an accredited laboratory that is regularly engaged in asphalt and soil cement testing including the preparation of Mix Designs for FDR Base course, and testing to establish and verify Structural Number for the base course layers. The CONTRACTOR shall provide information for proposed testing laboratories, and mix designs shall be subject to the approval of the City. 1.4 Materials: The existing asphalt pavement and base material shall be crushed and blended to a minimum depth of 8 inches. The gradation shall consist of a well -graded mix with100% passing a 2.5" sieve, no more than 96% passing a 1.5" sieve and Iess than 8% passing a #200 sieve. The base material shall be mixed such that the entire mass of material is uniform throughout. The CONTRACTOR shall retain the services of a certified testing laboratory to provide a sufficient number of modified Marshall Tests of the pulverized asphalt and base samples taken from the roadway, tested over a range of different cement contents in order to determine the proper mix design and cement application rate. Samples shall be taken at least every 1,000 L.F. and at areas of differing existing pavement section or base type. Granular base material: Granular base material to be added to the reclaimed layers shall consist of Crushed Concrete or Recycled Asphalt Pavement (RAP) meeting the requirements for Graded Aggregate Base of the FDOT Specifications and shall have a minimum LBR value of 100. The processed asphalt stabilized base material shall meet the following requirements: %bl Uniformed Compressive strength 260-300 psi minimum (7days) Unit Base Layer Coefficient 0.135 minimum Cement Content 2.5-7% The CONTRACTOR shall furnish a cement that meets or exceeds the FDOT requirements for Type I or Type II Cement. 1.5 Equipment: The CONTRACTOR shall furnish all equipment and personnel necessary to pulverize, spread, shape, remove excess material, inject cement stabilization, mix, grade, and compact the processed base material to proper slope and finished grade. The CONTRACTOR shall utilize a down cutting reclamation machine, specifically manufactured to accomplish the work, which can effectively break, pulverize, mix and asphalt stabilize the material to be recycled. The equipment to be used must also have the capability of introducing the cement uniformly and at an accurate rate to the recycled materials. The reclamation machine must be equipped with an engine of sufficient horsepower to be capable of pulverizing and mixing the pavement, base materials, and subgrade soil up to a depth of at least ten inches (10"). The reclamation machine shall be capable of metering the cement application rate through an automatic injection system and shall be equipped with a storage tank of sufficient capacity to ensure an uninterrupted supply of the proper amount of cement into the base material when processing around corners or other tight areas. CONTRACTOR shall have a grader and water truck available to prepare the material before compaction and control dust. CONTRACTOR shall have a trimming machine available to precisely remove material equal to the depth of the new asphalt. The CONTRACTOR shall compact the reclaimed base material with a roller weighing not less than six (6.0) metric tons (13,000 lbs) or by a three wheeled roller weighing not less than ten (10.0) metric tons (11 tons). The roller must be large enough to compact the Reclaimed Material in the static mode, no vibratory rolling will be allowed. 1.6 Execution: Prior to the start of the recycling work, all valve boxes and manhole castings shall be located by the CONTRACTOR and clearly marked and protected or removed and covered to avoid damage. The minimum FDR mix depth shall be eight inches (8"), measured above the top of the undisturbed sub base. When the work is to be performed under traffic, each lane shall be completed in segments, the lengths and limits of which shall be approved by the CITY may limit the length of the work zone to avoid causing a traffic hazard or undue delay. Before commencing the reclaiming operations, the CONTRACTOR shall set alignment stakes (laths) at intervals of 60 meters (200 feet) or less on both sides of the road, offset at least 1.2 meters (4 feet) from the proposed edge of pavement for use in preparing the base and placing the new pavement. The setting of laths shall be in addition to any other markers or reference points require under the Contract, and placing of surveying markers or other references elsewhere shall not substitute for the required laths along the existing pavement. 1.7 The CONTRACTOR shall pulverize the existing pavement in multiple passes of the reclaimer, applying sufficient mechanical effort to reduce the fragments to a maximum size of 75 mm (3 inches). In this process the pulverized material shall be combined uniformly with the base and subgrade to a depth specified in the CONTRACTOR's Mix Design. Following the reclaimer, a roller shall be applied to compact the blended material 78 sufficiently to support traffic temporarily. The depth of material to be compacted shall not exceed (8.0"). When the pulverizing and mixing step is complete, the material shall be graded, watered, remixed, shaped, and compacted as necessary to establish proper grade and uniform thickness and to support traffic temporarily. Water shall be applied is necessary to obtain moisture content as required by the CONTRACTOR's Mix Design. The CONTRACTOR shall apply additional water at frequent intervals as needed to suppress dust, preserve the surface, and maintain the specified moisture content. The cement stabilizing agent shall then be applied and mixed to the depth specified by the CITY, and grading and compaction of the combined base material shall proceed immediately behind the mixing of the stabilizing agent. Before final grading and the addition of the cement, the CONTRACTOR shall adjust the cross -slope, super elevation, and profile grade by adding granular base material as required to provide the required grade and cross -slope for the road. The CONTRACTOR shall be required to reshape/grade the roadway to produce a two (2) % cross -slope from the center of the travel lane to the edge of the travel lane so as to provide for proper drainage. The CONTRACTOR may employ other compaction equipment and methods in addition to the static roller to accomplish the final grading and to compact and finish the surface. Transverse joints shall be compacted by cross -rolling parallel to the joint. After the material has been compacted to load-bearing strength, the CONTRACTOR shall proof -roll the prepared base in the presence of the Inspector. The CITY may, as it deems necessary, direct the CONTRACTOR to correct areas of weakness and excess moisture in the base by scarifying, aerating, and reworking shore sessions to the full depth of the layer. IF, after an area has been reworked and recompacted, it remains soft or does not attain the required density, the CITY may direct the CONTRACTOR to remove the material and replace it with Granular Base Material meeting the requirements of these specifications. The CONTRACTOR will be required to perform microcracking. This requires a maximum of four passes of a steel wheel vibratory roller applied a few days after finishing. This introduced a network of hairline cracks into the base early in its life with the idea that these "micro -cracks" will minimize the major shrinking cracks associated with soil cement bases. Furthermorem,k, as this is performed only a few days after placement, the microcracking will not impact the pavements overall structural capacity as the cracks will re -heal and the base will continue to gain strength with time. 1.8 Reclaiming: The work item for Reclaimed Asphalt Base Course shall consist of pulverizing and existing bituminous pavement and its base course and mixing them together, adding water and new base material, injecting the specified cement stabilizing agent directly into the mixing chamber of the reclaiming machine and uniformly mixing it with the pulverized material at the rate and depth specified; and watering, shaping , grading, and compacting the blended material to procedure A stabilized base course, true to the established line and grade of the road. The CONTRACTOR shall be required to perform reclaiming work while traffic is maintained in another lane or lanes of the road. The work item for Reclaimed Asphalt Base Course shall include all necessary traffic control services provided during the reclaiming operation which are not covered under other work items in the Contract. Mixing and injection shall not be performed during periods of rain or when rain is imminent or in any weather detrimental to the finished base course. The CONTRACTOR shall be 79 responsible for removing all excess material from shoulder areas as directed by the Project Manager. 1.9 Tolerances: The completed asphalt stabilized base shall be tested for smoothness with no irregularities of more than one-quarter inch (1/4") using a 10' straight edge. The finished surface of the roadway base shall have a tolerance of plus or minus one-quarter inch (1/4") of the proper grade. If any area is found to lack the required smoothness, cross -slope or proper grade, such area shall be re -graded and compacted until the required smoothness and accuracy are obtained, at no additional cost to the CITY. 1.10 Testing: The CONTRACTOR shall retain the services of a certified testing laboratory to ensure the stabilized base has been thoroughly compacted to not less than ninety-eight percent (98%) if the maximum density per the Proctor test in accordance with AASHTO Modified T-99. The CONTRACTOR'S testing laboratory shall obtain samples for unconfined compressive strength testing at a frequency of not less than 1 per day operations. These results should compare favorable to the values obtained within the mix design. 1.11 Method of Measurement: Full Depth Reclamation shall be measured for payment by the square yard completed and accepted under a lump sum agreement. As part of this solicitation the CONTRACTOR shall supply a per square yard cost to be used if nay additions or subtractions in the quantities are needed. 1.12 Basis of Payment: Price and payment will be full compensation for all work specified in this Section including but not limited to: milling, crushing, blending, testing the material for the emulsion mix design, temporary compaction, rough and fine grading, injection and mixing of the asphalt emulsion, the asphalt emulsion product itself, compaction, and final testing, etc. as required to meet all of the specified requirements. 80 TESTING AND SAMPLING SCHEDULE END OF SECTION 018 81 0 FDOT Standard Prime and Tack Specifications: Coats 300 Tech. Spec. Certification Every Transport 02507 Job Mix Certification Each mix design or Formula chan a of aggregates Marshall Each mix design or FDOT Standard Specifications: Stabili change of aggregates Extraction One per each day of Type Superpave 334 (Control Strip Asphaltic Required) Tech. Gradation production greater than Concrete Spec.:02512 Analysis 100 tons. Field Density 98/o o Proctor o of r all lanes f roadway eve feet. A halt Certification Every Transport Thickness Core every 500 feet One (1) set of cylinders for 10 CY or more per Compression day. Additional set(s) FDOT Standard Strength for each 100 CY/day. One (1) set for each Specifications: 345, class of concrete placed 350, 400, 520, & 522 each day. Concrete Tech Spec: Modified 02528, 03200, 03250, Proctor As needed under sidewalk 033300, 03350, AASHTO T- and driveways. 03370, 03410, & 180, Method D 03600 Field Density o 98 /o Proctor Each driveway and every 500 feet sidewalk Each Class of Certification Each mix design or concrete used change FDOT Standard The sod shall be free of Specification for grassy, invasive / Concrete 2007 Edition Section Each type of Certification exotic, broadleaf and 575, Sodding, and sod used sedge weeds, diseases, Section 981 insects and nematodes (of injured populations). END OF SECTION 018 81 "Coolidge Street Improvements" Bid Due: No Later Than 2:00 P.M. on Wednesday, November 13, 2013 Bid Ouening: Beginning at 2:00 P.M. on Wednesday, November 13, 2013 BID PROPOSAL PRICE FORM The undersigned having become thoroughly familiar with all of the Bidding Documents incorporated herein and having attended a Pre -Bid Conference / Meeting, hereby proposes to perform everything required to be performed in strict conformity with the requirements of these documents, meeting or exceeding the specifications as set forth herein for the price(s) quoted below. The price(s) quoted is (are) inclusive of any Addenda which may have been issued prior to this submittal. By the signature below, the Vendor agrees that this Bid Proposal is made without any other understanding, agreement, or connection with any person, corporation, or fern submitting a bid for the same purpose and that the bid is in all respects fair and without collusion or fraud. If awarded any work under this bid proposal, the Vendor agrees to enter into said agreement within ten (10) consecutive calendar days notice by the City, and agrees to all the terms and conditions of all documents stated herein with the City of Sebastian for the below stipulated price which shall remain firm for sixty (60) days following bid opening date. The construction bid items for this project is listed on the following page to be completed and submitted as part of the bid documents. The City has the right to award this project based on the total bid estimate and other factors to be considered by the city. NOTE: VENDOR WARRANTS TOTAL CONTRACT TIME SHALL NOT EXCEED 180 CONSECUTIVE CALENDAR DAYS. Name of Firm (Please Sk) b (a V i\,,: Firm's Address: S_E e_ 10 I'?_")� - 5 (6 L) - oo ''1'7 z - S 64 - k! 9 9 R, _�, VK lz-a s -e, 7 C co vl Telephone Number(s): Fax Number(s): Email Address (es): Name and Title of Authoriz R sentative (Please Type or Print) Signature of Authorized Representative ate Signed P-! DRUG-FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies thatl vvt o v► a S � O �n-�12(Zs �- �.'v� e cD VZAM� 0 n-G--Ae does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date: I I 1 13 t3 D-1 Signature PUBLIC ENTITY CRIMES FORM Any person submitting a quote, bid, or proposal in response to this invitation or Agreement, must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. By law no public entity shall accept any bid from, award any Agreement to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement or purchase order) in excess of the threshold amount of $10,000 to provide goods or services to THE CITY OF SEBASTIAN, a person shall file a sworn statement with the Contract/Agreement officer or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR QUOTE OR BID DOCUMENTS. NON- INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE OR BID. C-1 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Agreement No. Cao r THE CITY OF SEBASTIAN. 2. This sworn statement is submitted byV� o-TZI SQ_, v�klq_C �vt�, �v�, oYz por�ak�cQ (name of entity submitting sworn state - nt) Aose business address is l 3 b(9 .SW b S e, o U e� �L 32` knl (if applicable) its Federal Employer Identifica ' n (FEIN) is (o C - 0 a $ q -:;Z 4-1 (If the entity has no FEIN, include the S cial Security Number of the individual signing this sworn statement: K 1A) 3. My name is \ V\A � Se_ (please print name of individual signing) , and my relationship to the entity named above is 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. C-2 The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Agreement and which bids or applies to bid on Agreements for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) L,' -"Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) %51 (Signature) Date: 1 I (31 o STATE OF FLORIDA COUNTY OF -:Q 4ct,V, V,�j &L, The foregoing instrument was acknowledged before me this t3 day of , 2013 by _ i �o s e m -e S GQ (title) on behalf o tvi '-K o e (name of partnership), a partnership. Wshe is person y known to me or has produced 01 A as identification and did () did not (z}� take an oath. n VICKIE LEE WRIGHT * �+ Notary Publtc•StAW of FIotIQa -*� *WMyGOMM DAD 4.U�11,2ot6 Name: V' Ck�e, Lke 1. *� CommisslonNo.EE1l1AS2 My Commission Expires: a3 ao1 Commission Number: 66 j'? 14 5 ;t G4 BIDDER QUALIFICATION QUESTIONNAIRE (This form is not required to be included in the bid proposal submittal. However, prior to any Contract Award, such Bidder Qualification Questionnaire must be completed and submitted by the Bidder, and reviewed and approved by the City.) Submitted by Name of Bidder General Contractor's License # ( 0- C: 0 5 a q 1-i o ( ) An Individual ( ) A Partnership { r XA Corporation Federal Identification�- Principal Office Address: 13�0 SW D �i�� � i�v��. She • l b � �1 e w a (1) How many years has your organization been in business as a contractor under your present name? (2) How many years experience in road and utility construction work has your organization had as a contractor? D5 As a Subcontractor? (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project. (Use additional sheets if necessary). Include the type of work similar to the work included in this contract if possible. Project Contract Required Actual Name/Address/Tel Title Amount Completion Date Completion Date of Owner DS)o ��y�,�s. 3;$ta� 2' �eC 2af3 �YzC �('7z-56h-8ae� :Da-� Ak suo B-1 `l -) a- 56'?- geov (4) Have you ever failed to complete any work awarded to you? If so, where and why? 1)O (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. 1)C) (6) Has any officer or partner of your organization ever failed to complete any construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. ` N (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization, etc., which are available for utilization on this Contract. A V1 V s= 1 Z— rib (8) What is your bonding capacity? (9) What amount of your bonding capacity has been used as of the date of this bid? B-2 (10) How many applications for performance and payment bonds have you made in the last three (3) years? (11) How many of these applications were not approved? �,)0V� e-- (12) Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names of the surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional shee if necessary.) ND --Z—, (13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) B-3 I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of nonresponsibility with respect to such contractor. (SIGNATURE OF BIDDER) OR PRINT COMPANY N (TYPE OR PRW ADDRE.4 a -a STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH •e TALLAHASSEE FL MONROE STRT32399-0783 ROSE, TIMOTHY WILLIAM TIMOTHY ROSE CONTRACTING INC 1360 SW OLD DIXIE HIGHWAY #106 VERO BEACH FL 32962 (850) 487-1395 I :'STATE OF FLORIDA AC# 6 2 3 4 0 4 Congratulations! With this license you become one of the nearly one million :;;DEPARTMENT. OF BUSINESS AND Floridians licensed by the Department of Business and Professional Regulation. pROFESSIONAI,.. REGULATION Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. i CGC052940 '07`/31/12 118201628 Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. I '.CERTIFIED . GSRAL CONTRACTOR There you can find more information about our divisions and the regulations that ROSE,: TIMp Z "'7'tLIL�AM . impact you, subscribe to department newsletters and learn more about the TIMOTHY g_0gg ;COht'? ii !i TING. INC Department's initiatives. 1 Our mission at the Department is: License Efficiently, Regulate Fairly. We ' constantly strive to serve you better so that you can serve your customers. t Thank you for doing business in Florida, and congratulations on your new licensel ! ... RTT.F.T_'Pw under the pxovisiona of ch.489 Pi 4 Sspiiatioa date: AUG 31, 2014 L12073102323 DETACH HERE The GENERAL CONTRACTOR Named below IS .CFRT:IFI$D under the provisions oChapt'2& s�� £'' Expiration date AUO 3.1, 2014 ROSE,TIMOTHY .1k'j' AM TIMOTHY ROSE CONTRACTING INC: t 120. 43RD AVE SW VERO BEACH RICK .SCOTT r_ns�r. fl.wino .. •• KEN LAWSON )bb U. ;ob Bar -ra Bonds, Inc. To Whom It May Concern, RE: Timothy Rose Contracting, Inc.. Dear Gentlemen, Please be advised that Timothy Rose Contracting, Inc., is bonded by Developers Surety and Indemnity Company. We have bonded the principal since 2003, We consider the principal to be a valued and respected contractor who has completed all of their projects in a timely and professional mauner. Currently Timothy Rose Contracting, imc,, has a $5,000,000.00 single bond guideline and a $10,000,000.00 aggregate. We do not anticipate a problem providing bonds for the principal subject to our receipt and .review of a written. contract and the bond terms. The request must come from our client and be accompanied by our normal underwriting information. We reserve our aright to base our decision to provide bonding at the time of the bond request. Our association with Timothy Rose Contracting, Ifte., has been extremely favorable and we are confident that yon will fwd therm to be highly qualified and responsive to your needs. If you have any questions please call. Si cerely, 1 Robert Barra President Bob Barra Bonds, Inc. 9373 W. Sample Road, Ste 206, Coral Springs, FL 33065 (954)255-9855 Fax (954)255-9857 From:Tani Jacobson FaxID:STUINS-FAX01 Page 2 of 3 Date: 11/6/2013 12:40 PM Page:2 of 3 CERTIFICATE OF LIABILITY INSURANCE OP ID: TJ DATE (MMIDDIYYYY) 11/06/13 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Phone: 772-286-4334 NAME: Rick Halcomb NT Stuart Insurance, Inc. PHONE Ax 3070 S W Mapp Fax: 772-286-9389 c Nc E :772-28614334 ArcNei: 772-286-9389 Palm City, FL 34990 ADORES$: rhalcomb stuartinsurance.net Rick Halcomb, CIC, ARM c11STOMFR rn ■• TIMOR -1 INSURED Contracting, Inc. 1360 Old Dixie Hwy SW Vero Beach, FL 32962 INSURER(S) AFFORDING COVERAGE I NAiC INSURER A: Westfield Insurance 124112 INSURER B INSURER E: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE NSR POLICY NUMBER MMIDDIYYW MMIDDTYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F OCCUR X CiMM6079889 06106/13 06106/14 DAMAGE "'INT11 PREMISES Eaoccurrence $ 100,000 MED EXP (Any one person) S 5,000 PERSONAL BADV INJURY $ 1,000,000 X Contractual Liab X Incl XCU GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMPIOP AGG S 2,000,000 POLICY X PRO-JECLOC $ A AUTOMOBILE X LIABILITY ANY AUTO CMM6079889 06/06/13 06/06/14 COMBINED SINGLE LIMIT f 1,000,00 (Ea accident) BODILY INJURY (Per person) S ALL OWNED AUTOS BODILY INJURY (Per accident) $ X SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE S (Per accident) X NON -OWNED AUTOS S S AB X OCCUR EACH OCCUR RENCE $ 3,000,000 A CLAIMS -MADE CMM6079889 06106113 06/06/14 AGGREGATE S 3,000,000 LDXCE S $ WORKERS COMPENSATIONATU- AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIE)(ECUTIVEEl OFFICER/MEMBER EXCLUDED? NIA OTH- TWCSTRY IMIT R E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE S (Mandatory In NH) If yes, desul%e under DESCRIPTION OF OPERATIONS bet ow E.L. DISEASE - POLICY LIMIT S A Equip CMM6079889 06/06/13 06106/14 Rented 50,000 rontractors Equipment $1000 dad DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES (Attach ACORD 101, Additional Ramarka Schedute If more apace la required) RE• Coolidge Street Improvements --City of Sebastian is additional insured with respect to general liability CITSE-1 City of Sebastian 1225 Main Street Sebastian, FL 32958 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD T ;O T 06a4 qd vs:91:T TTOL/9/TL ehaq.3cN altc.eN 6toseteT 1'09 1719J 021OOV;o 94ju l pamemeJ eie osol pug OWeu GN03V 041 WolnOZI 9Z OL10OV 'PO/UOOOJ sltl$u IIV 'NOIIVN0d2100 0210OV 01,0Z•8861. ouelalsm l• 5510 3AUV11flS91dd3a 03ZI'dOH1nV 896Z£ ld uel;segaS 'SNOISIA021d A0110d 3111 N11M 3014VON033V -is uleW 9�Z 6 N! MWM1130 38 111M 90110N '.403H3Hi 31VO NOI1VMIdX3 3H1 uegsega$ j0 1J 3VOd38 O3ll33NVO 38 S310110d O381MOS30 3A08V 3H1 d0 ANV a lnOHS . 6600DZZ9 SO laTtmT01:11111-0 sluewanoJdwl IS e6pl1oo0 E LOZ/ l/O L :83ep OAIP(W3 •oul '6ullae4uo0 esoa 441owil.:jo Sjoloeguoagns 305 Inq soo4oldwe poseel Ile J01 pOpinad O6eI0A00 (pulnbu sl cards wow i1Is1ien"i'm aaoov garAY) S31a1H3A 1 SNOILYDO-11 SNOU.Ya3dO 10 NOUdn3a830 146N Aue GIB= pays 6unpou pus e6eJeno0 SSOaX3 0 sesodJnd IsuallewJolul A s! 8141 uollesuedwo0 smpom 8 000'000 L S 11WI1 A31lOd- 3SV3SIQ l3 Maleq 5 11Va d0'd0 Olidfa 3tl 33AO1dW3 Y3- 3wasia l'3 jepun eq;nsep'seA 11 (HN ul Awl>:purW) 1N301OOYHOV3 T3 V1N_ ❑ ta30nionu351H3W7a301dd0 3AILn03X31b3N1aVd/a013WdOdd ANV y�lW ,k -u 1"%[ 4LOZlNOI £LDZ1NOl lOb8L00O403dOM A NIA AWISVIl .GH3AOldW3 ONY -N?o-nlYlsorn NO11VSN3d1903Sa3)RIOM V s s S NO11N313a 030 S 31Y�J3aJOV MV01-SW1YlO an000 Havilvilamown evil 993=3 4 _.__ S 30N3t12ino3o HOV3 s _. --- `S so1nY -�'- 03WN0'NON SOinV oR11H SOlnV. 3 VNiV>� AFLl3dOa (luepme ied) AanPNI AIICOS SOlnY 031n03HOS', 03wo 11V _ (--red Jed) Aanf NI A110O8 S OLnV ANV ..._.. --- S ,-- ua na I 711.10141g103NISWQ3 I Ainiawi13 movvOlnV S - ( 301 „ O d A3110d 05Y dOldW03 SlOn00ad :H3d SallddV 11W11 31V031d0EJV 1.N30 s 31V03aO0V 1V213N30 S ---�— ----- -- --- -_---_ •-- -_ _ Aanf NI ACV 81VNOSa3d 2ln000� 30YWSWVIO — aua�V)dX303W ,.._... _ . �__..i AlIIIBVII lVa3N3'J 1V10a37WOO ^ oauo+>na�ou g l 3 S AlllleYil lYa3N30 33NMIHn000 H3V3 S11Mn dl(3' a pw 133 onOd a38Y1nNAOftOd 3aNVanSN1d03dA1 HLI 'SWIVIO OIVd AS 030n03M N939 3AVH AVW NMOHS S11WIl 'S310110d HOnS d0 SNOI110NO0 QNV SNOISnl0X3 'SW831 3Hi liV Ol 103f 9nS SI N13'63H 03811:0S3O S31011Od 3111 A9 030MOddV 30NYMnSN1 31-11 'NIV1LI3d AVW HO 03nSSl 39 AVW 31V01d1-LM30 SIHl HOIHM 01 109dS3a H11M 1N3Wn000 M3H10 210 10V81N00 ANV d0 N01110N00 2)O W2131 '1N3W3H1n03N .INV E)NIQNYISHIVVLLON '031VolaNI GOIN3d A01 -10d 3H1 bOd 3A09V 03WVN 03MnSN1 3H1 Ol 03nssi N338-3AYH..MOl39 031$I1_.30Njf2111$14I'ziQ.S310110d 3Hl.1VHl AdLL2130 01 SL SIH1 �Q7S7IY[IPf 7�IVf�lt\�G ... vrVa040:r, •:il`.JCi#1.'I �Ja0.7i3kkii97. S3JVH3A03 Y. BUIR8 ISGO- UOPUOTGffUBdsB '. e a3 fl a1VN avva3A00 sNICNOddr s a3anSNi �'8ZL-YS�ZZI1olurof6T?td3 _."`., LZB�`-36�T�?iur3�H`"slel'a . - __.. __._—��--,.___._ - _=ter --•=--Kr. 8E09L Xl 6uuul OLE alinS PAIS a6pia 10uu0o,0 LSZ s1eu01ssG10Jd aeAoldw3 eqp •661 'NH lel;uass:4 EbZibE 7d U -L iwelwe J-[ 1 .�WyYn1v� v. -Allaul c—mo111v aaonaoad s lu"oempue 4antl;o nell w Jeplo4 eleagpieo 041018I401J JOIuO3 IOU COOP 9Ie3111VOO 5141 uo Iuawelels V zuewesJopue ue aJlnbeJ Few selolldd upaiso'Rallod 04410 suOIIlPuaa pue stwel Mo of 1ae(gns '03AIVM SI NOIIVSOmanS it-pesJopue eq Ism (sel)1Sallod..ey1'032illSNt '1VNOURICIV ue sl Japlo4 041)1 :1NVIHOdWl '213d1OH 31V3Id112130 3H1 ONt/'2130n0021d NO IAIlV1N3S31:Id3H O3ZI210H1nV '(SPM32 ml JNIIISSI 3HI N33M138 IOV81NOD V 3In1I1SNOD ION 8300 33NV2lnSN1 d0 31VOI4112130 SIHI 'M0139 S310110d 3111 AS 03021OddV 30"3AOD 3H1 NE111V NO ON31X3 'ON3WV A-13ALLV03N NO k-13AI1VW2UddV ION 5300 31VOWII2130 SIHI '21301OH 31V01d11H33 3H1 NOdn SIFIVIN ON ,SNUNOD ONV A1NO NOI.LVWHOANI :10 11311VIN d_SV 03n8S1 SI 31V01d112130 SIH.L (AAA/ OOM")31Y0 3ON"nSNI AIIII8d1I =10 31VOIJUN33 Qa?JQj HL NEED-SCHAFFER _ Solutions you can build upon Addendum No. 1 November 4, 2013 City of Sebastian ADDENDUM NO.1 Presidential Streets Improvements And Coolidge Street Improvements The following are responses to comments received at the mandatory pre-bid meeting on Tuesday October 22, 2013 and submitted email comments from the contractors. These responses will be considered as part of this Addendum No. l to the Presidential Streets and Coolidge Street bid submittal. 1. The utility pole on the south side of Coolidge Street will be removed before the project begins by FPL 2. Request for the excel "Bid Form" will be emailed to each of the contractors on 11/5/13 3. Design Plans in (PDF) will be made available on Neel -Schaffer FTP site on 11/5/13 4. SunTree Technologies — Company was used for pricing purposes, however, if contractor goes elsewhere for materials, the materials must match the specifications. 5. Soil Density Testing for the two projects will be the Contractors responsibility 6. Presidential Streets (Cleveland, Martin and Washington) the asphalt pavement (SP 9.5) thickness will be 2 inch (2 lifts) per the plans. 7. City will furnish and transport fill material needed for the sub -base of Cleveland Street and Washington Street. 8. Contractor to submit a Maintenance of Traffic (MOT) plan that is signed and sealed by licensed Florida Professional Engineer. 9. Contractor to submit a signed "Construction Service Agreement" with bid submittal. 10. The type of trees for all of the streets will be "Queen or King" palms 11. The type of light fixtures will be Halofan Lights or equal with 150 watts and 240 volts 12. Budget estimate is $600,000 for Presidential Streets and $250,000 for Coolidge Street 13. Coolidge Street will require coordination with the gas company contractor for a new Natural Gas line on the north side adjacent to the new sidewalk. 14. The Presidential Streets project will require a slip line of an existing 48" pipe (320 LF) as noted in the bid documents and shown on Sheet 7 of the Presidential Streets design plans. 15. Do you have any more information pertaining to the item "relocation of sewer valves"? Relocation will be coordinated with IRC utilities. 16. Are we just raising the valve box to match the new sidewalk? Yes and County will want extensions. Or are we extending the pipe to get out of the sidewalk? 17. If the latter; can these force mains be shut off while we extend the pipe and relocate the valve? Any force main shut off will need to be coordinated with IRC utilities. 18. Please note that any questions should have been submitted in email by last Tuesday October 29, 2013. Please sign and return this Addendum No. 1 with the other required bid submittals on November 13, 2013 by 2 pm. All bid sub ' als will be checked to ensure that all items have been submitted. Presidential Streets and Coolidge Street Page 1 NEEL—SCHAFFER Solutions you can build upon Addendum No. 2 November 8, 2013 City of Sebastian ADDENDUM NO.2 Presidential Streets Improvements And Coolidge Street Improvements The following are responses to additional comments and attached are the "bid proposal price forms" to be submitted on November 13, 2013. 1. The Presidential Street project will require a slip line of an existing 48" pipe (320 LF) as noted in the bid documents and shown on Sheet 7 of the Presidential Streets design plans. 2. The thickness for the stamp concrete will be six inches of concrete cement to match the pattern and color of the existing "Main Street Stamped concrete". 3. The Presidential Street will now include the Washington Outfall Improvements. The Washington Street "Bid Price Form" has been revised with the following additional bid items: A. Increase the 30" RCP with an additional 24 LF of pipe B. Install 6 foot concrete headwall per FDOT standard C. Install 10 feet of rip rap rock at the new headwall 4. Attached all three bid price forms to be used for the submittal. Please use and submit these new bid price forms with the revised date of 11/7/2013 on each sheet. 5. Please note that comment last Tuesday October 29, 2013. Please sign and return this Addendum No. 2 with the other required bid submittals and Addendum No.l on November 13, 2013 by 2 pm. All bid submittals will be checked to ensure that all items have been submitted. Presidential Streets and Coolidge Street Page 1 Ill,,. NEEL-SCHAFFER aSolutions you can bulld upon Addendum No. 3 November 21, 2013 City of Sebastian - ADDENDUM NO.3 Presidential Streets Improvements And Coolidge Street Improvements The following are responses to additional comments received after the comment period to clarify comments and provide a "Bid Proposal Price Forms" to be submitted on December 3, 2013. 1. The Presidential Streets Project will now include the Washington Street Drainage Outfall Improvements. The design plans for this additional work will not be available until after award of the contract. The Washington Street "Bid Proposal Price Form" has been revised with the following three new bid items: A. Increase the 30" RCP with an additional 24 LF of pipe B. Install 6 foot concrete headwall per FDOT standard C. Install 10 feet of rip rap rock at the new headwall 2. A new Lighting and Irrigation plan has been added to the Presidential Streets for Washington Street and Cleveland Street. 3. A new Lighting and Irrigation plan has been added to the Coolidge Street Plans. 4. The existing power pole on Cleveland Street for the new meter service will not be relocated and Sheet 2 for Cleveland Street has been modified as attached new plan sheet. 5. The Cleveland Street Plan Sheet 2 has been modified with one deleted parking space on the south side and an 18 foot wide concrete driveway on the north side. 6. The bid item for Full Depth Reclamation (FDR) for Martin Avenue and Coolidge Street has been deleted and both streets will now be constructed with 2" Asphalt Pavement, 8" Based Coquina Rock with 11" Stabilized Subbase. 7. The earthwork excavation for Cleveland Street is estimated cut 4,689 cy, fill 4,507 cy 8. The earthwork excavation for Washington Street is estimated cut 1,027 cy, fill 3,396 cy 9. The "Bid Proposal Price Form" has been revised with new bid quantities and deleted items. Attached is the new "Bid Proposal Price Form ". An excel file of the bid price form will not be available. 10. The Cleveland Street bid proposal price form has been corrected to show only one bid item for install pedestrian lighting. 11. The Coolidge Street Sheet 2 has been revised with the new lighting plan to show that existing power pole on the south side will be removed by the City and the new service will be from the existing pole on the north side. 12. The Cleveland Street bid price form line item for "Install Stamped Pavement Brick Pattern" has been revised to state "Install Stamped Concrete Brick Pattern". 13. Attached are revised bid price forms to be used for the submittal. Toss all previous bid forms and use these new bid price forms with the revised date of 12/3/2013. 14. Please note that the official comment period ended on Tuesday October 29, 2013. Please sign and return this Addendum No. 3 with the other required bid submittals and Addendum No.1 and 2 on Tuesday December 3, 2013 by 2 pm. All bid submittals will be checked to ensure that all items have been sub Presidential Streets and Coolidge Street Page 1 BB03691 STATE OF FLORIDA) COUNTY OF INDIAN R1VEEZ) CITY OF SEBASTIAN) B1D BOND KNOWN ALL MEN BY THESE PRESENTS, that Timothy Rose Contracting, Inc. As Principal, and Developers Surety & Indemnity Company as Surety, are held and firmly bound unto the City of Sebastian, in the penal Sum of Five Percent of Bid Amount (Do1lars) $ 5% of %id - lawful money of the United States of America, for the payment ofwbich sum well and truly to be made, we hind ourselves, our heirs, executors► administrators}, and successors, jointly and severally, firmly by these presents_ THE CONDITION OF' TmS OBLIGATION IS �UCH, that whereas the Princival has submitted the accompanying bid dated 2 for: Coolidge -Street Improvements-- NOW THFMRFORE, (a) The Principal shall not withdraw said bid within ninety e)O) days r date are opening the same and shall within twenty ( 0) days prescribed presented to him for signature, enter into a written contract with the City, in accordanc:c with the proposal as accepted, and give bond with good and sufficient surety of surrtic:s, as required, for the faithful performance and proper fulfillment of such contract; and, (is) in the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract and give bond within the time specified, if the principal shall pay the City the difference between the amount specified in said hid and the amount for which the city may procure the required work and supplies, if the latter amount be in m exceSS of the former, then the above obligation shall be void and of no effect, othmrwisc to remain in full force and virtue. IN WITNESS VMREOF, the above -bounded parties have executed this iustmmnent under their several seals, this 13 day of November 201 bcin hereto aiftxcd and these The name and corporate seal of each corpora% party 6 presents duly signed by its undersigned representative. Pursuant to authority of its governing body. BB -1 WITNESS: If "Sole Owncsship or Partner ship, one (1) Vithu is is inquired. if CorporatiorL Secretary only will attest & affix wAL) Surety fificmtswy PRINCIPAL: Timothy Rose Contracting, Inc. Name of Firm ' Affi (SignatareofAuthorized Officer) Timot-gy Pose < Presi en 1360 SW Old Dixie Hwy., Ste 106 (Business Address) Vero Beach, FL 32962 (City) (State) (Zip) SURETY: P Developers Surety & Indemnity Company (Signature of Authorized Officer) Robert Barra Attorney In Fact (Title) 100 -Second Ave. S., Ste 704S (Business Address) St. Petersburg,. FL . 33701 (City) (State) (7.ip) Bob Barra Bonds, Inc. (Name of Local Insurance Agency) 9373 W. Sample Road, Ste 206 (Address) Coral Springs, FL 33065 The rate of premium of this bond is N/A per thousand. Total amount of premium charges N/A BB -2 (The above must be tilled in by Corporate Surety.) CERTIFICATES AS TO CORPORATE PRIN('IPAI. 1, _ -`certify that I am the Secretary of the Corporation named as Principal in the within bond, that who signed the said bond on behalf of the priac:ipal, was then of said corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly sued, sealed, and attested fro and on behalf of said corporation of its governing body. (Corporate Seal) State of Florida County of Indian River City of Sebastian Before me, a Notary Public duly commissioned, qualified and ac&g, personalty appeared; Robert Barra - to me well known, who being by me first duly sworn upon oath, Rays that he is the attorney in fact for the Developers Surety & Tndemn; ty ca4d that he has been authorized by Contructor named therein fhvor of 11w City of Sc bum ian, Florida. Subscribed and sworn to before me this 13 day of November 2 13 Notary c 03 1 --26(( My Commission Expires BB -3 *° VICKIE LEE WRIGHT notary Peblk-State of Rortds My Commiseen Exp. Hersh 11, 2016 �d �o^►� Commisslon No. EE 171452 BM36910""' -W .v. :;,�k k: H� ;T• N- Y V1. .'N 31 T MANSURAN6 Power of W� "i iiiti Ik 1 9"I'Comw 0, 1E WC] Attorney'E. e pursuant to the know iffim'40 t EWMF INSURANCE -C.;"O"b'&.ANY�,14,6� bflowirik 116614ftiot `bdoo(W`(if tDar� �iij'CW Ah id Company on'6kein4e 11 �1 001R :Z "RES(lLVlip then 4 raj� ff r. few on wrorLhoCoro��41`bhdk, Kg�il� wt "row company zwog-i-dalezio the 0, .0149 con= c -lusineiilaii.4 a 1*r*go*C 'W ;x.` x; w N. Each orawCk' PMI&Wia;i4"Vk.,6:: P -h -da". dvth­o Company is hereby ougaarik.ed to .1 Wrille. C..mi&&1WAdw bWdtdr0_dmpi"dj0W ordw company or �Z C i�. d (2) .",i Ihq 14 w4p by #4nza to ok" onywnan c...db=t for and an bawro ffip contgny. 0 -ler er-!t0.Jp orney4n.faict . 04fad onho CompmW with toll power and atndwnry' to � r ftN and pn bdt droftlie Carnpnny rendes Ute seal§fthd� ompatny or otherwise such Wnnwt Comttatrtt�dts ojihe'L� as may bpipearfie3#i Such "Q�: �4i (4) ozoeM0. !or and on brhdf of the Company, wdan the Company's serol or olhenviso, suelt.Wriarn Comttctmcnu of ate Compatty.m ate sptxificd in such written clelmadon, wbkh spedficaflon may be by W1. (5) to this Re`40'on.a­61d the of C_ and atftritj Ot*Wjim ompf" aW oft . r persons t<40 W.�aridon bdiurdta j;;:. *'K, All Does hereby nominate, cootiN!q,andappoiiifk*rt;,:Ri�r%r"aail *-�mf:.* q: i" f,iQ'9!jj-_e Florida; each indiv dfidlbrjfj Ere be tridii-tka 6: amed _ IaWful iittorm -in-fact, d" its -P-'d deid' undeiiAings tracts and other y Wmake, exer seal and qqo on its 6AWC an as Its aip M_ ^,OY�W all bonds, _gs, con m9gnizaric 'Ir. Dh 611aiiliiri�gi" e#Millij g*TI.O.", 00)Jdif& ftilquance of these .66w1odg" by'A'he f4lipygi 6`kzkq#i$,as or the eng;hal)U%�a"nJg tmt4 comoft, a- as they d fdjfkQ.*�ly: had n, . Y:e ck in ny at.1ts nVipal oikit"f N , A; 14 py, V &Msident has hereunto b� -rj'bA h- 'ft' W ofift s4id.Vt�TCHESTER MW S W, &0ieAid-'.SIeph614- I' is name ad Coi,poraW-si 'MP & !T-rii�FUttiNSU- WEST'W—.'tt,'COWANY 4, '-wl --v 5 B. M 6 COMMONWEALP NS COUNTY -OF PHILADELPHIA ss. On this I #&y&Augui� X& 201-31ifowmk4 *U'i� -and f te *'-n * 11weialth of PennsylViAi1*9 (Wifil' M.:Haney,Vice -Pivs'Qen6' pd'frially kric'i"A"M t-' - W' j�jiiii� Atd? fft r'4, -o R the I wbe Ito indi 66 &CuQ preceding ac *I' Wit be ex4bfQ ta: oig# tb� the�omcedingjn" r d WQ .al ;�. iuly:aM *d b It ccirpomtioi�-'ina,,thit:i$tes�lui-' 4Q the saidvorporate,seal.'Aiid R. si "a M, y the authority a thitaid 6n,�.i�lopted b i�,-B 0 �j OAr CDri V pan' Ifig Ivistrutift it n4- in Ncg,�. ofsaid,Com V. yje a rny-�ffic&f -at the city orPhiladelphialligilAy and year firki& writtefif'!%��` IN TESTIMONY WHEREOFhereunto ii 6nd and ;eall �y�'r.,, 4 y: h' o pie tCbitlf0ltW .4 Ij the unde. do;l %-vertij e -ER:Q*q.,.Q P�4�' . . . . . . . . . . . . . . . . . . . . . . . . antiWI which the *rdi go f.g isWisu -:Co I n so "istfit _,#afllixed. the corporaiii, 4fth:ko*b In Witness r4nalubscribo a iR.Aoisistfit R5 21 %; lu k 'w �M-ls Pq OT. BEU_SED1TO,EXECUTE ANY. B6Nq, pr MPF 90 5*11 H AN, PTION AFrER,.:Aqq &201: K 1-hefi &c ere N . i0l A, N INM^ yr N? '15 4. N M; THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION.