Loading...
HomeMy WebLinkAbout1994 - Contract Documents and SpecificationsF" r� CONTRACT DOCUMENTS AND SPECIFICATIONS INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA n NO. DATE REVISION 1 5/94 For Bids 6/3/94 ADDENDUM #1 AUTH., McCain SEM "M MASTELLER & MOLER, INC. MM -- CONSULTING ENGINEERS DATE: June 3, 1994 FROM: Masteller & Moler, Inc. TO: ALL BIDDING CONTRACTORS SUBJECT: Indian River County Project #US -93 -30 -DS f-, County Route 510/U.S. Highway #1 Water Transmission Indian River County, Florida This is to notify all parties holding plans and specifications of the following: An Addendum #1 to the County Route 510/U.S. Highway #1 Plans and Specifications has been prepared and is being mailed today via Certified Mail, return receipt requested. This information is also being faxed to you today in order that receipt of this information may be confirmed by return fax to our office no later than Monday, June 6, 1994. Please note there has been no change of the bid opening which is scheduled for Wednesday, June 8, 1994 at 2:00 P.M. Respectfully, MASTELLER & MOLER, INC. w Michael Delaney Project Manager f" MD/vk cc: William F. McCain File #9341LA P" 1623 N. U.S. Highway 1, Suite B2 r� Sebastian, FL 32958 (407) 589-4800 (407) 589-2742 Fax ❑ 7380 Murrell Road, Suite 106 Melbourne, Florida 32940 (407) 255-1175 (407) 253-4439 Fax POR ADDENDUM #1 P, Indian River County Project #US -93 -30 -DS County Route 510/U.S. Highway #1 Water Transmission P=4 Indian River County, Florida n DATE: June 3, 1994 FROM: Masteller & Moler, Inc. ,=, TO: ALL BIDDING CONTRACTORS This Addendum is issued in accordance with Section 1.2.3. and the following additions, revisions, deletions and P101 clarifications are hereby incorporated into the contract documents including seven (7) diagrams included herewith. �+ MINUTES OF THE MEETING HELD ON MAY 31, 1994 AT 2:30 P.M. The following items were discussed at the Pre-bid meeting: 1.) The right-of-way permit to be acquired by the Contractor from Indian River County requires no fee. 2.) Time of completion does not include the acquisition of FDEP clearance of water mains. Time of completion does however, include construction of all water main complete, �•, preparation of as -built drawings, all testing and restoration. As-builts are to be completed (30) days prior to the termination date for each portion of the project. 3.) A quantity of 12,000 lineal feet of poly wrap for the ductile iron pipe water main has been included on the bid form. It shall be the contractors responsibility to contact the Ductile Iron Pipe Research Association (DIPRA) to perform soil sampling along the route of the project for the determination of poly wrap requirements. Poly wrap will be P., installed on an as needed basis as determined by the DIPRA investigation and Indian River County Utilities. As a courtesy, the Engineer has contacted DIPRA to advise them of this project and to request scheduling of the investigation. 4.) The valve depicted on Sheet 21 but not shown on Sheet 3 has been deleted. MIR 5.) The plug valve called out on Sheet 23 has been revised to be a butterfly valve. 6.) All paving restoration on this project is bid on the basis of length of restoration required measured along the centerline of the water main at those locations cross -hatched on the Pq F" M" R" POR P" construction plans. For those areas where pavement is "not to be disturbed," no payment will be made in the event pavement is disturbed by the Contractor. In the event pavement is disturbed along areas indicated "not to be disturbed" the Contractor shall perform the restoration in accordance with applicable agency requirements at no cost to the Owner. 7.) The price for a completed steel cased boring installation includes water main. 8.) TR Flex restrained joints are acceptable within steel cased borings. In addition, ductile iron fittings and pipe joints shall be restrained with TR Flex Restraints, Megalug Restrainer or approved equal. Retainer glands shall not be utilized as a method of restraint. 9.) Existing utilities in the vicinity of proposed boring sites have been included on the plans based upon information provided by utility companies. 10.) Pavement cuts along the route of the project crossing driveways shall be restored to edge of pavement and nearest construction joint, if applicable. 11.) The quantity of fittings for the project in the bid form has been revised to 25 tons. 12.) The cost for flagman as necessary to meet FEC Railroad requirements and/or FDOT requirements is to be included in the unit prices bid for installation of water main on this project. 13.) Any special insurance required by the FEC Railroad relating to the boring operation shall be included in the lump sum price bid for the railroad steel cased boring installation. 14.) At this time, it is our understanding that the FDOT does not require any fee for completion of inspection of utility construction projects within the right-of-way of U.S. Highway #1 by their staff. 15.) This project is not funded by any Federal Aid. 16.) The contractor will be required to provide density testing along the route of the project at locations specified by the Engineer and/or County Utilities staff. Density tests shall be completed at each 12" lift at the Contractor's expense. Tests will be required at all driveway and road crossings and at 1000' intervals. The costs for testing shall be included in the �+ unit prices bid for water main for this project. 17.) Bidding contractor shall complete pre -qualification requirements as listed in both Article 1.2.2. and Article 1.10.3. including a current Financial Statement certified by an accountant. The Financial Statement shall be current within (18 0 ) days of the date of the bid opening. Pe! 18.) No sub -surface investigation was completed' on this project. 19.) Dimensions for the thrust block foundation for aerial �+ crossings have been included on the contract plans. (See attached detail). The following items not specifically discussed at the Pre-bid Meeting are added to clarify the Contract Requirements: 20.) At the request of William McCain of Indian River County P� Utilities a unit price is requested for various water main service sizes in the bid form. M, 21.) Specifications Section 2.2.4. Water Main - Cement lined ductile iron pipe has been revised from 2 mil thick external bituminous coating to 1 mil thick minimum. 22.) Specifications Section 1.10.1 has been revised to adjust quanitities in accordance with items discussed herein. �+ 23.) Added existing utilities at FEC boring (see attached). 24.) All 16" diameter water main borings are to be placed within 30" diameter steel casings (FECRR bore 7/16" wall thickness) - (Hiahwav bore .312" wall thickness). Please indicate receipt of this Notice by completing the bottom portion of this Notice and returning a copy BY FAX to Masteller & Moler, Inc. You are required to include an executed copy of this Notice with your submitted bid. rte+ ADDENDUM #1 received and considered by: Name of Bidder (Please Print) a" Name of Bidder's Representative P, (Please Print) Signature of Bidder's Representative Title: File #9341LA 9341addn F" Date: MM MR PIR P" 1.10.1. Form of Proposal (Con't) SCHEDULE OF QUANTITIES, PRICES AND TOTAL BID INDIAN RIVER COUNTY PROJECT JUS -93 -30 -DS COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA General: The contractor shall furnish all labor, superintendence, materials, plant, power, light, fuel, water, tools, appliances, equipment, supplies, and all other means of construction for properly performing the work. ITEM APPROX. UNIT UNIT TOTAL NO. OUANTITY MEASURE ITEM DESCRIPTION PRICE PRICE 1. 1 LS MOBILIZATION LUMP SUM 2. 241,325 LF 16" DIA. DIP WM 3. 100 LF 12" DIA. DIP/PVC WM +� 4. 25 LF 10" DIA. DIP/PVC WM 5. 100 LF 8" DIA. DIP/PVC WM 6. 100 LF 6" DIA. DIP/PVC WM 7. 47 EA FIRE HYDRANT ASSEMBLY 8. 30 EA 16" DIA. BUTTERFLY VLV 9. 2 EA 12" DIA. GATE VALVE 10. 7 EA 8" DIA. GATE VALVE 11. 4 EA AIR RELEASE VALVE W/ CONCRETE BOX 12. 1 EA 10" X 10" WET TAP W/ r� TAPPING VALVE 13. 1 EA 8" X 8" WET TAP W/ TAPPING VALVE 14. 1 EA 8" X 6" WET TAP W/ TAPPING VALVE 15. 2 EA 6" X 6" WET TAP W/ TAPPING VALVE 16. 25 TON FITTINGS 17. 5 EA 16" DIA. AERIAL CROSSINGS 18. 1 LS JACK & BORE CR #510 19. 1 LS JACK & BORE FEC 21. 1 LS JACK & BORE U.S. HWY #1 21. 1 LS JACK & BORE U.S. HWY #1 SOUTHERN END WHISPERING PALMS MHP 22. 1 LS JACK & BORE U.S. HWY #1 NORTHERN END WHISPERING PALMS MHP 23. 1650 LF SIDEWALK RESTORATION 24. 100 LF CURB RESTORATION 25. 1900 LF PAVED ROAD RESTORATION 26. 150 LF NON -PAVED ROAD RESTOR. 27. 2000 LF PAVED DRIVE RESTORATION PIR P" PSI MR 1.10.1. Form of Proposal (Con't) P" ITEM APPROX. UNIT UNIT TOTAL NO. OUANTITY MEASURE ITEM DESCRIPTION PRICE PRICE 28. 1500 LF NON -PAVED DRIVE RESTOR. 29. 15,320 LF SOD 30. 2000 LF SEED & MULCH "" 31. 12,000 LF Polyethylene Wrap 32. 2 EA 2" DIA. LONG SERVICE W/METER BOX RM 33. 2 EA 2" DIA. SHORT SERVICE W/METER BOX 34. 2 EA 1" DIA. LONG SERVICE W/METER BOX FUR 35. 2 EA 1" DIA. SHORT SERVICE W/METER BOX MR MR TOTAL AMOUNT BID ................$ ^ Written Amount of Total of Bid IBM MR The above "Total Amount Bid" for items #1 through #35 shall be the basis of award of the Contract. The Owner reserves the right to reject any and/or all bids. M" FM F" "M 2.2.4. Water Mains P" Materials A. Cement Lined Ductile iron Pipe (Cont'd) IN11 All pipe shall be clean and sound without defects. Repairing of defects by welding or other methods shall not be permitted. Pipe and accessories not complying with AWWA C151 (ANSI A21.51), unless modified MR by this Specification, shall not be accepted by the Contractor and shall be replaced by the manufacturer. All ductile iron pipe furnished under this Contract shall be internally coated with standard thickness cement -mortar lining, seal coated conforming to AWWA C104 (ANSI A21.4). The thickness of linings for ductile iron pipe and fittings shall not be less than 1/16" for sizes (3) inches through (12) inches, 3/32" minimum for sizes (14) inches through (24) inches, and 1/8" for sizes (30) inches and larger. Lining thickness of the cement-morter lining may be tapered to less M+ than the specified minimums at the ends of the pipe for a length not to exceed (2) inches. SEAL COAT: Unless otherwise specified, the cement -mortar lining shall be seal coated with asphaltic material in accordance with Section 4.12 et. seq. of AWWA C104 (ANSI A21.4). Field repair of the cement -mortar lining or seal coat will not be permitted. Any pipe or fittings with ridges, corrugations or other defects in the lining or seal coat shall be rejected and removed from the site. All ductile iron pipe and fittings furnished under this Contract shall be externally coated with a bituminous coating, minimum 1 mil. thick. The coating shall be applied to the outside of all pipe unless otherwise specified. The finished external coating shall be continuous, smooth, neither brittle when cold nor sticky when exposed to the sun and shall be strongly adherent to the pipe. Each pipe furnished shall be marked or stamped by the manufacturer. The minimum information shall be the manufacturer's mark (trademark) or name, the letters "D.I." or "Ductile," the class or ,.., nominal thickness and the weight. All required markings shall be clear and legible. Any pipe not marked as specified shall be rejected and removed from the site. P" 3" WIDE 12 GAGE GALVANIZED STRAP EMBEDDED IN CONC. A MIN. OF 12" CONSTRUCT S.S. ALL THREAD r-•1' (TYP.) \ (4) SIDES (TYP.) • ' �� i CONSTRUCT 5'x5'x3' CONC. THRUST t 1 BLOCK (TYP.) ' °• CONSTRUCT 16"0 RESTRAINED .� ��r• .'I!; • ! �•45' BEND AND CONC. THRUST BLOCK • O' • .:� . :(TY�P. ) � NYLON BEARING PAD UNDISTURBED SOILS (TYP.) 5-#5t " # , 1 4 LONG BOTH WAYS (TYP.) CONCRETE THRUST BLOCK DETAIL N.T.S. Al 11 lu JACK At --JP Sotfe STEEL CASE 1 W1 14;# pl.P. CAA 11�9 0 It C.R.510 55TH AVENUE (PAVED) HORIZ. SCALE: 1 "= 10' VERT. SCALE: 1 "= 51 J-Iw ik '/� 'o mt-.4imthlime- f i ANL %,,&NC. itiRuQi BLOCKS (TcYP.) CONST. 16*0 BUTTERf 4 y i I CONSTRUCT 12"0 D.I.P. V W/ 31 MIN. COVER (TYP.: CONST. 12*0 GATE VALM OFF W/ TERMINAL, CONC. BLOCK /-JAK N0 0 E 120 LF MIN.-30*0-7/460K. z STEEL ASI 16*0 D.I.P. CARRIER PIPE Z -Z Z -Z Zz- V3- A 6+00 CONC SLAB INV.=95.38 IR 30' MIN. (BOTH S ES) FROM XEAf ST A K JACK A D BORE Pit co c SLA 9, 87TH rr AVENUE / F.E,C. (PAVED) HORI Z. SCALE: 1"= 10' VERT. SCALE: 1 "= 5' CROSSING I I A ANU tiUKr)6'v UUI I F ! -30"�-. W "lK. I/ j L �„�lNG tvr1 .I.P. LRRIER PIPE 15+0) 015+ 3 .9 .�... .� ..� .�. .�. 4 RESTORE EXIST. PAVED ` ROAD IN-KIND (TYP.) 1� - -4 �` CONPT. 16"0 VALVE W/ YALVE BOX AND CONC. PAD (TYP.) � 11 I� t �I J�EXIST. 18" PIPE -•-- r I 1 � it U.S. HWY,#l,.%/ 87TH AVENUE (PAVED) HORIZ. SCALE: 1"= 10' VERT. SCALE: 1"= 5' to II l I 1 l l I I ] I 3 , I I( I l ] I I l Y x 1 �Ei Q � � a JACK AND BORE 100 LF MIS . 16 o t t /� -�: �' < 3co CASING WZ 8"0 D.I.P. CARRI R PIPE - � DETAIL SH ET 23A OF24 o o SEE E � ) a a i 1 i I 1 f U.S. HWY.#1 / WHISPERING PALMS SOUTH , (PAVED) HORIZ. SCALE: 1"= 10' Z c t w r w o1 O 0 o a w a w a EXIST. PAVED ROAD t 1 n, • a a o .. A I 1 • 36" MIN. COVER �,. EXIST. 24" FORCE MAIM JACK AND BORE 110 LF -16"0-1/4" THK.-----�t STEEL CASING W/ 800 D.I.P. CARRIER PIPE 18" MIN. r r r v l r v r v IN r % v r r i i I t t +, 1 t i r r v r v v _ f NOTE: WATER MAIN T4 BE RESTRAINED y CONST. 8" GATE VALVE JOIN'I'S WITHIN CASING.. lq o� y,1d NdS o` �n w CDk o 3 1 ` WAS • LS�X 4 r N a CCL i ,-- d © 1 4 33 13 '1t Ao 3J\1' t law, 3M t I PAVED DRIVE CONST. 16*0 REMAINED 45' BEND 4% 35 L.F. AND CONC. THRUST BLOCK (TYp.) .let MAIN RESTORE EXIST. PAVED DRIVE •�° 'n IN—KIND (TYP, —.. . � 38 1..F. -A CONSTRUCT 1 6"o 4- BUTTERFLY VALVE / --- ,ce R It DO NOT DIS _ T, PA`,rENRB 4+0o SLA F t EXIS MENT `�'C�1yE ARM AWCUT EX �\ � SIST. PAVEMENT--� I � SAWCUT EXIST_ DITCH '� ��' �� � � AVEMENT d-�-- �C R R "'a -• JACK '^ �C AND BORE PIT 'tom e RESTORE EXIST. PAVING CROSS—S •� Nom` WITHIN TRENCH AND 0VI'RLAY INTERSECN • PER I.R.Co. 770N 1STANDARDS 30 LF. (TRENCH) , ( CHS �" - JACK AND PIT 30' MIN.BO DES". h'- FROM NEAREST 87TH STREET ACI{ � (PAVED) SCALE: 1 "-30' P'4 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY PROJECT #US-93-30—DS ralm COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA faq Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday. June 8. 1994. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words "IRC BID #4084/County Route 510/US Hwv #1 Water Transmission." All bids, either mailed or walked in, will be received ,••, by the Purchasing Division 2625 19th Avenue, Vero Beach, Florida where they will be opened publicly and read aloud at 2:00 P.M. in the Purchasing Warehouse, 2625 19th Avenue, Vero Beach, FL. All bids received after 2:00 P.M. of the day specified above, will be returned unopened. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications and contract documents pertaining thereto, which may be obtained from the office of Masteller & Moler, Inc., 1623 U.S. Hwv 1, Suite B-2, Sebastian, Florida 32958 (407)589-4800. Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Masteller & Moler, Inc. in the amount of $150.00 for each set, which represents the cost of printing and handling, which is not refundable. All bids shall be submitted in duplicate on the Bid Proposal forms P09 provided within the specifications. A BID BOND must accompany each Bid and be properly executed by the Bidder and by a qualified Surety in the sum of not less than Five Percent (5%) of the total amount bid, made payable to Indian River County Board of County Commissioners. The County reserves the right to delay awarding of the Contract for a period of nintey (90) days after the bid opening, to waive infor- malities in any bid, or reject any or all bids in whole or in part with or without cause and/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. rte+ A Pre Bid Conference meeting will be held on Tuesday. Mav 31. 1994, at 2:30 P.M. in the 1st floor Conference Room, in the Indian River County Administration Building, located at 1840 25th Street, Vero Beach, FL 32960. INDIAN RIVER COUNTY BY: Purchasing Manager For Publication in the Press Journal MIN Date(s): May 16,19,26,& June 2, 1994 Iq n CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY PROJECT JUS -93 -30 -DS f'+ COUNTRY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA PREPARED FOR: THE BOARD OF COUNTY COMMISSIONERS n INDIAN RIVER COUNTY, FLORIDA r� RICHARD N. BIRD, CHAIRMAN JOHN W. TIPPIN, VICE CHAIRMAN n COMMISSIONER FRAN B. ADAMS COMMISSIONER KENNETH R. MACHT n COMMISSIONER CAROLYN K. EGGERT F09- JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY BARTON, COUNTY CLERK m CHARLES VITUNAC, COUNTY ATTORNEY TERRANCE G. PINTO, DIRECTOR OF UTILITIES P9 BY MASTELLER & MOLER, INC. 1623 N. U.S. HIGHWAY #1, SUITE B-2 SEBASTIAN, FLORIDA 32958 n (407) 589-4800 MARCH 1994 STEPHEN E. MOLER, P.E. FLORIDA REGISTRATION #33193 VICE PRESIDENT n n r+m MM CONTRACT SPECIFICATIONS AND BID DOCUMENTS INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY PROJECT #US -93 -30 -DS COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA TABLE OF CONTENTS n DIVISION 1 - GENERAL PROVISIONS r� SECTION 1 - GENERAL INFORMATION 1.1.1. Purpose 1.1.2. Organization of Articles 1.1.3. Definitions rq env SECTION 2. - INFORMATION FOR BIDDERS 1.2.1. Invitation to Bids 1.2.2. Qualification of Bidders 1.2.3. Plans and Specifications rp► 1.2.4. Proposal 1.2.5. Estimate of Quantities 1.2.6. Proposal Guaranties 1.2.7. Submitting Proposal 1.2.8. Withdrawing Proposal �+ 1.2.9. Causes for Rejection 1.2.10 Laws and Other Requirements 1.2.11. Familiarity with Work 1.2.12. Subsurface Conditions 1.2.13. Differing Site Conditions ,-, 1.2.14. Sales and Use Tax Acts env MOW DIVISION 1 - GENERAL PROVISIONS SECTION 2. - INFORMATION FOR BIDDERS 1.2.15. Pre -Bid Conference 1.2.16. Working Areas 1.2.17. Indemnification rum SECTION SECTION 3 - CONTRACT AND SUBCONTRACT PROCEDURE rpt M9 1.4.2. Other Contractors 1.4.3. 1.3.1. Award of Contract �., 1.3.2. Progress Schedule �•., 1.4.5. 1.3.3. Time of Award; Return of Bid Security Sanitary Provisions 1.3.4. Payment Bond 1.3.5. Execution of Contract 1.3.6. Failure to Execute Contract 1.3.7. Subletting and Assigning Contract 1.3.8. Pre -Construction Conference 1.3.9. Notice to Proceed rum SECTION 4 - SCOPE OF THE WORK 1.4.1. Work to be Performed M9 1.4.2. Other Contractors 1.4.3. Maintenance & Protection of Traffic 1.4.4. Final Cleaning Up �•., 1.4.5. Field Office 1.4.6. Sanitary Provisions 1.4.7. Materials and Equipment MM Emm1 DIVISION 1 - GENERAL PROVISIONS SECTION 4 - SCOPE OF THE WORK 1.4.8. Superintendence and Workers ^ 1.4.9. Construction Equipment ^ 1.4.10. Working Site 1.4.11. Contractor's Organization SECTION 5 - CONTROL OF THE WORK 1.5.1. Duties of Engineer 1.5.2. Plans and Specifications 1.5.3. Working and Shop Drawings and Data 1.5.4. Construction Layout ^ 1.5.5. Inspectors ^ 1.5.6. Unauthorized or Defective Work 1.5.7. Claims for Additional Compensation or Extension of Time ^ 1.5.8. Acceptance of Work M4 SECTION 6 - LEGAL AND PUBLIC RELATIONS 1.6.1. Insurance ^ 1.6.2. Damage Claims 1.6.3. Laws, Ordinances and Regulations ^ 1.6.4. Federal Aid rte, 1.6.5. Permits and Licenses 1.6.6. Responsibility for Work ^ ^ ^ PM tER DIVISION 1 - GENERAL PROVISIONS SECTION 6 - LEGAL AND PUBLIC RELATIONS 1.6.7. Explosives 1.6.8. Public Safety and Convenience 1.6.9. Accident Prevention 1.6.10. Property Damage 1.6.11. Public Utilities 1.6.12. Existing Monuments 1.6.13. Hauling Restrictions ram SECTION 7 - PROCEDURE AND PROGRESS 1.7.1. Commencement and Procedure 1.7.2. Progress and Time of Completion 1.7.3. Suspension of Work 1.7.4. Unavoidable Delays 1.7.5. Annulment of Contract 1.7.6. Default of Contract 1.7.7. Liquidated Damages 1.7.8. Extension of Time SECTION 8 - MEASUREMENT AND PAYMENT 1.8.1. Measurement of Quantities 1.8.2. Scope of Payment 1.8.3. Adjustment of Estimated Quantities �' 1.8.4. Change of Plans PSR DIVISION 1 - GENERAL PROVISIONS SECTION 8 - MEASUREMENT AND PAYMENT 1.8.5. Payments 1.8.6. Termination of Responsibility 1.8.7. Maintenance Bond 1.8.8. As -Built Drawings r� SECTION 9 - SPECIAL PROVISIONS 1.9.1. Description of Work 1.9.2. Pre -Bid Conference 1.9.3. Contract Change Order 1.9.4. Pre -Construction Conference n 1.9.5. Time of Starting and Completing Work 1.9.6. Insurance SECTION 9 - SPECIAL PROVISIONS (Cont'd) r� 1.9.7. Permits and Licenses ,•� 1.9.8. Interpretation of Specifications 1.9.9. Maintenance and Protection of Traffic 1.9.10. Inspection SECTION 10 - PROPOSAL 1.10.1. Form of Proposal PSI 1.10.2. Non -Collusion Affidavit of Prime Bidder n 1.10.3. Questionnaire P=1 1" DIVISION 1 - GENERAL PROVISIONS 1.10.4. Bid Bond 1.10.5. Surety's Consent 1.10.6. Statement of Stockholder Information Fool SECTION 11 - CONTRACT AGREEMENT 1.11.1. Form of Agreement r�1 1.11.2. Performance Bond 1.11.3. Payment Bond 1.11.4. Notice of Award 1.11.5. Notice to Proceed 1.11.6. Affidavit 1.11.7. Final Payment - Contractor 1.11.8. Partial Payment Request 1, n 1M p" ffl.dj f" M" p" I"1 PEq DIVISION 2 - SLJPPI,EMENTARY SPECIFICATIONS r■+ SECTION 1 - SITE WORK 2.1.1. Mobilization 2.1.2. Clearing Site 2.1.3. Maintenance and Protection of Traffic 2.1.4. Engineer's Field Office 2.1.5. Connection to Existing Water Main SECTION 2 - PIPE INSTALLATION 2.2.1. Excavation for Test Pits - Unclassified 2.2.2. Saw Cut Pavement n 2.2.3. Pavement Excavation 2.2.4. Water Mains 2.2.5. Fittings 2.2.6. Gate Valves & Valve Boxes 2.2.7. Butterfly Valves & Valve Boxes fEm 2.2.8. Fire Hydrant 2.2.9. Wet Tap w/Tapping Valve 2.2.10. Canal Crossings 2.2.11. Concrete Encasement of Water Main ism 2.2.12. Water Service Lateral FOR 2.2.13. Audio -Video Taping 2.2.14. Water Main Borings rpm P'I Mal m" n F" DIVISION 2 - SUPPLEMENTARY SPECIFICATIONS SECTION 3 - RESTORATION 2.3.1. Paved Road Restoration r� 2.3.2. Non -Paved Road Restoration 2.3.3. Paved Driveway Restoration 2.3.4. Non -Paved Driveway Restoration 2.3.5. Sod 2.3.6. Seed & Mulch 2.3.7. General Restoration 2.3.8. Trench Restoration 2.3.9. Sidewalk Restoration Mal m" n F" P" fam f" 1.1.1. Purpose DIVISION 1 GENERAL PROVISIONS SECTION 1 GENERAL INFORMATION P11 The purpose of this Division is to present, supplement and/or compliment, in an orderly fashion, the Supplemental Specifications, Contract Drawings and all associated or related items that make up the Contract Documents. PEI Frequently, references are made to the provisions of the Florida Department of Transportation Standard Specifications for Road and M9 Bridge Construction dated 1991, (FDOTSS) as currently amended, in accordance with the particular requirements of this Project. ,.., When there is conflict between the requirements of these General Provisions and the requirements of the General Provisions of the FDOTSS, these General Provisions shall govern. This Project is to be constructed in accordance with Indian River County Utilities Standards and Specifications. These Specifications incorporate by reference Indian River County Standard Specifications, ,••, Latest Edition. In any instance where there is a conflict between these Specifications and Indian River County Utilities Standards and Specifications, the Indian River County Utilities Standards and Specifications will supersede. 1.1.2. Oraanization of Articles ^ The articles herein are numbered in three (3) parts. The first part denotes the division number; the second, the section number of the division; and the third, the article number of the section. The headings of the articles herein are for convenience of reference only and shall have no bearing on their interpretation. All references to article numbers in these Specifications shall be construed to mean the articles as amended herein unless specifically stated otherwise. 1.1.3. Definitions Wherever in the Contract that the following terms, abbreviations or pronouns are used, their intent and meaning shall be interpreted as follows: PR n M Pa" P" R" Rol 1.1.3. Definitions (Con't) ABBREVIATIONS: A.A.N. American Association of Nurserymen, Inc. A.A.S.H.T.O. American Association of State Highway and Transportation Officials A.G.C. The Associated General Contractors of America, Inc. A.I.S.I. American Iron and Steel Institute A.N.S.I. American National Standards Institute, Inc. (formerly A.S.A. & U.S.A.S.I.) A.R.E.A. American Railway Engineering Association A.S.M.E. American Society of Mechanical Engineers A.S.T.M. American Society for Testing and Materials A.W.S. American Welding Society A.W.P.A. American Wood Preservers Association A.W.W.A. American Water Works Association C.R.S.I. Concrete Reinforcing Steel Institute F.S.S. Federal Specifications and Standards I.E.E.E. Institute of Electrical & Electronics Engineers (formerly A.I.E.E.) I.E.S. Illuminating Engineering Society I.P.C.E.A. Insulated Power Cable Engineers Association N.E.C. National Electrical Code (as recommended by the National Fire Protection Association) N.E.M.A. National Electrical Manufacturers Association S.A.E. Society of Automotive Engineers S.S.P.C. Steel Structures Painting Council M.U.T.C.D. Manual on Uniform Traffic Control Devices (Current Edition) F.D.O.T.S.S. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1991. ADDENDA Any interpretations or revisions, in a written, telegraphic or graphic form, to any of the `� contract documents, received by Bidders before the opening of bids. p*► ADVERTISEMENT The public announcement, as required by law, inviting bids for work to be performed or materials to be furnished, and is usually issued as "Notice" to Contractors," or "Notice to Bidders." AGREEMENT The written agreement between Owner and Contractor covering the work to be performed; other contract documents are attached to the agreements. BIDDER An individual, firm, partnership or corporation, r� acting directly or through a duly authorized representative, legally submitting a Bid on the Proposal Form provided. FOR !�1 1.1.3. Definitions (Con't) BONDS Bid, performance, maintenance, payment or any other instruments of security furnished by the Contractor and his authorized Surety in accordance with the w., contract documents. BRIDGE A structure, including supports, erected over a depression or over an obstruction such as water, `�' highway or railway, or for elevated roadway, for carrying traffic or other moving loads, and having a length, measured along the center of the roadway, of more than 20' between the inside faces of end supports. A multiple -span box culvert is considered a bridge, where the length between the extreme ends of the openings exceeds 201. CALENDAR DAY Every day shown on the calendar, ending and 104 beginning at midnight. CHANGE ORDER A written order to the Contractor, signed by the Owner or the Owner's agent, and the Engineer, req authorizing an addition, deletion or revision in the work issued after the Award of Contract. Such CHANGE ORDER may increase or decrease the Contract ,o, cost and/or time required and/or work required to perform the Contract. CONTRACT The agreement covering the performance of the FM' Project and payments therefor, including, if required: Advertisement for Bids, Proposal Form, Certification as to Publication and Notice of rte, Advertisement for Bids, Appointment of Agent by Nonresident Contractors, Non -collusion Affidavit, Warranty Concerning Solicitation of the Contract by r, Others, Progress Schedule, Resolution of Award of Contract, Executed Form of Contract, Contract Bond, General Specifications, Supplementary Specifica- tions, Plans, Change Orders, Supplementary 'M Agreements, Permits andletters or other information giving interpretations or revisions of any of the foregoing documents which are received by prospective Bidders not less than three (3) days prior to the date scheduled for the receipt of bids, all of which are to be treated as one instrument whether or not set forth at length in the Form of Contract. M" M9 1.1.3 . Definitions (Cont) CONTRACT BOND The security furnished by the Contractor and the Surety as a guaranty that the Contractor will fulfill the terms of the Contract in accordance with the plans, specifications and other Contract Documents, and pay all legal debts pertaining to the construction of the Project. CONTRACT TIME The number of work days or calendar days allowed for completion of the Contract, including authorized time extensions. In case a calendar date �+ of completion is stipulated in lieu of a number of work or calendar days, the Contract shall be completed by such calendar date. CONTRACTOR The party of the second part to the Contract, acting directly or through its principals and primarily liable for the acceptable performance of FIR primarily Project and for payment of all debts pertaining to the Project. r-4 CULVERTS Any structure not classified as a bridge, which provides an opening under the roadway. mot DEPARTMENT State of Florida Department of Transportation. ENGINEER The consulting firm of Masteller & Moler, Inc. its principals, or its authorized representative. EQUIPMENT The machinery and equipment, together with the necessary supplies for upkeep and maintenance f., thereof; also, the tools and all other apparatus necessary for the construction and acceptable completion of the work. ?EN' INSPECTOR The Owner/s and/or Engineer's on-site representative responsible for observation of work performed as set forth in these Specfications. MR MATERIAL All raw or prepared materials & manufactured or fabricated products entering into the finished ,E, project. NOTICE OF AWARD The written notice by Owner to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by him within the time specified, Owner will execute and deliver the Agreement to him. Mel M" 1.1.3. Definitions (Con't) NOTICE TO PROCEED A written notice given by Engineer to Contractor fixing the date on which the Contract time will commence to run and on which Contractor shall start mol to perform his obligations under the Contract Documents. OWNER A public or quasi -public body or authority, corporation, association, partnership or individual for whom the work is to be performed. R`' PLANS Drawings or reproductions thereof furnished by the Engineer, pertaining to the Project. Mal PROJECT The entire work to be performed under the Contract. PROPOSAL The prepared form furnished by the Owner, properly filled out and executed and submitted as a bid for the performance of the Project. PROPOSAL GUARANTY The security designated to be furnished by the MIq Bidder as guaranty that he will enter into the Contract for the work if his proposal is accepted. lam SPECIAL PROVISIONS Specific causes supplemental to the Standard Specifications, setting forth conditions varying from or additional to the Standard Specifications, for a specific project. SPECIFICATIONS The General and Special Provisions and all written r-+ agreements, made or to be made, pertaining to the method or manner of performing the Project or to the quantities or qualities of materials to be furnished for the Project. STATE The State of Florida. SUBCONTRACTOR An individual, partnership or corporation, or a combination of any or all jointly undertaking the execution of part of the work under the terms of r, the Contract, by virtue of an agreement, with the Contractor or with any other subcontractor. M19 SUBSTANTIAL The date as certified by the Engineer when the con - COMPLETION struction of the Project, or a specified part thereof, is sufficiently completed, in accordance with the Contract Documents, so that the Project or "04 with part can be utilized for the purposes for which it was intended. r, PSI f� 1.1.3. Definitions (Con't) SUPERINTENDENT Psi SUPPLEMENTARY SPECIFICATIONS Ion SURETY The Contractor's authorized representative in responsible charge of the work. Additions to or amendments of the Standard Specifications pertaining to the Project. The corporate body which is bound with and for the Contractor, and which contracts responsibility for his acceptable bid, performance and maintenance of the Project and for his payment of all obligations pertaining thereto. WORK All labor, materials and incidentals required for ,-, the construction of the improvement for which the Contract is made, including superintendence, use of equipment and tools, and all services and responsibilities prescribed or implied, which are necessary for the complete performance by the Contractor of his obligations under the Contract. Unless otherwise specified herein or in the Contract, all costs of liability and of performing the work shall be at the Contractor's expense. WORKING DAY A calendar day, exclusive of Saturdays, Sundays and Legal Holidays, on which weather and working conditions permit the Contractor to make effective `� use of not less than 50% of the usual daily man hours during regular working hours. n F" n M9 FMR r9 F;"-] pool rM9 IMM SECTION 2 INFORMATION FOR BIDDERS 1.2.1. Invitation to Bids In accordance with the Advertisement for Bids, Proposals will be received for the performance of the Project, the general designation of which is stated in the Advertisement for Bids:* Bids are requested on the item(s) stated in the Form of Proposal for the Project. The price(s) bid shall cover all costs of any nature, incidental to and growing out of the work. In explanation, but not in limitation thereof, these costs shall include the cost of all work, labor, material, equipment, transportation and all else necessary to perform and complete the Project in the manner and within the time required, all incidental expenses in connection therewith, all costs on account of loss by damage or destruction of the Project, and any additional expenses for unforeseen difficulties encountered, for settlement of damages, and for replacement of defective work and materials. The Bidder shall not attach conditions, limitations or provisions to his proposal. The attention to Bidders is directed to the provisions of Article 1.2.7.1 Submitting Proposal, with particular reference to the Bid Guarantee and Non -Collusion Affidavit to be submitted with the Proposal, and to the provisions of Article 1.2.9., Causes for Rejection. The Bidder warrants that, before submitting his proposal, he became familiar with the Plans, Specifications and other documents that will form parts of the Contract, investigated in detail the site of the Project and the available means of access, and made such examination thereof as necessary to satisfy himself in regard to the character and amount of work involved. He also warrants that he can secure the necessary labor and equipment and that the materials he proposed to use will conform to the requirements thereof and can be obtained by him in the quantities and at the time required. The cost of providing access to the Project will not be paid for under any specific scheduled item, but shall be included in the prices bid for the various items scheduled in the Proposal. The minimum criteria for work performed under this Contract shall be in compliance with all the requirements of the most current Addenda to the 1991 FDOTSS, unless amended herein. Copies of the current Addenda to the 1991 FDOTSS are on file with the FDOT. The Owner will consider only those bids received from parties who have obtained contract documents directly from the Owner or the Owner's Engineer. Contract documents are not transferable to other parties for bidding purposes. Bids received from firms whose names are not recorded by the Owner or the Engineer as having secured documents for P09 this Contract, will be rejected. r" MM !=1 1.2.2. Preaualif ication of Bidders For evaluating the qualifications of a Bidder, all of the following information is required: �-► 1. a financial statement certified by the Bidder's accountant; 2. a list of contract successfully and satisfactorily carried to completion on work of this or similar nature; 3. a list of contracts which the Bidder has underway at the present time, the percentage of completion of each contract, and the name and address of the owner; 4. the Bidder shall certify that he will, if the successful �•, Bidder, submit to the Engineer, no later than ten (10) calendar days after the signing of the Contract, all information required under article 1.3.2., Progress Schedule; The following information is optional: 1. a notarized certificate of the Bidder's ability to perform the 10M Contract in a satisfactory manner in the time limit specified; 2. a current prequalification statement from any acceptable State of Florida Department or Bureau. 1.2.3. Plans and Specifications The Project shall be performed in accordance with the requirements of the Plans and Specifications, subject to modifications as provided c-� in Article 1.8.4., Change of Plans. The Plans and Specifications are intended to compliment and supplement each other. Any work required by either of them and not by the other shall be performed as if denoted both ways. Should any work be required which is not denoted in the Specifications or on the Plans because of an obvious omission, but which is nevertheless necessary for the proper performance of the Project, such work shall be performed as fully as if it were described and delineated. Should any conflicts occur between Plans and Specifications, Specifications shall govern. �-, Before submitting his Proposal, it shall be the Bidder's res- ponsibility to determine that he has received a completed set of Plans and Specifications. If any person contemplating submitting a bid for the Project is in doubt as to the true meaning of the Plans, Specifications or other documents, he may submit, to the Owner's Engineer, a written request for an interpretation thereof. The persons submitting the request will be responsible for its delivery. Any F" 1.2.3. Plans & Specifications (Coni) m"' interpretation of the documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed or delivered to each Bidder on the official list of Bidders. Questions received less than two (2) calendar days prior to the date for opening of bids will not be answered... Only the interpretation or correction issued by the Engineer by Addendum shall be binding. Prospective Bidders are advised that no other source is authorized to give information concerning the documents mom or to explain or interpret the documents. All Bidders will acknowledge in the space provided for in the Proposal, the receipt of all Addenda and will confirm that the Addenda have been considered in the preparations of their proposal. Completeness of Work - The Contract documents, of which the Plans MR and Specifications form an essential part, are intended to cover the complete and proper execution of the Project. Details, parts and appurtenant work required to carry out their scope, even though not �, delineated, described, mentioned or indicated, shall be furnished the same as if they were specifically shown or mentioned. This applies to the prices bid which shall be deemed to include such details, parts and appurtenant work. The Plans with all notes thereon and the Specifications are intended to be corrective and of equal force and effect, and the Engineer will interpret their meaning should there be any apparent discrepancy. Figures shall be used in reading dimensions indicated and no scaled dimensions shall be used. Therefore, the Engineer shall have the right to make such interpretations as he may deem necessary for the proper completeness and objective purposes of the Plans and Specifications. Errors and Discrepancies - If, in the progress of the work, the Contractor discovers any error or omissions in the Plans or Specifications, or in the work, he shall immediately notify the Engineer and Owner, and the Engineer shall promptly verify the same. If, with the knowledge of any such error or omission and prior to the correction thereof, the Contractor proceeds with any work affected thereby, he shall do so at his own risk and the work so done shall not be considered as work done under and in performance of this Contract unless and until approved and accepted. M9 MWI 1.2.4. Proposal Proposals shall be submitted on the Form of Proposal as furnished, and shall be properly filled out and duly executed. The Bidder shall AE, state in the Form of Proposal, in figures, the price per unit of measure for each scheduled item of work for which he will agree to carry out the work, the products of the respective estimated quantities and the Unit Pricesbid therefore, andthe Total Price for the performance of the Project obtained by adding the amount of the several items. All figures shall be typewritten or printed clearly in ink. For the purpose of comparison of bids received, the Total Price, as correctly determined from the estimated quantities listed in the Proposal and the Prices per Unit of Measure bid respectively therefore, will be considered to be the amount bid for the Project, and award will ,.., be made on the correct Total Price. When the Proposal is made by an individual, his post office address shall be stated, and he shall sign the Proposal; when made by a firm or partnership, its name and post office address shall be stated, and the Proposal shall be signed by one or more of the partners; when made by a corporation, its name and principal post office address shall be stated, with corporate seal affixed and signatures notarized in all cases. Before award is made to a Bidder not a resident of the State of Florida, such Bidder shall appoint and name, with address, a proper agent in the State of Florida on whom service can be made in event of litigation. Should the lump sum price bid for the item "Mobilization" exceed ''' the maximum permissible amount for this item, as specified elsewhere herein, the bid price will be reduced to the maximum permissible amount, and the reduced price will be used in correctly determining the "I► total price for comparison of bids received. MIM 1.2.5. Estimate of Ouantities The quantities shown on the Schedule of Quantities are not guaranteed correct, but are approximations only, being shown for the 'I' purpose of comparing bids received. The Engineer or Owner does not assume any responsibility that the quantities shall materialize strictly in accordance with provisions of the Contract Documents in construction of the work, nor shall the Bidder or Contractor plead misunderstanding or deception because of such estimate of quantities of the character of the work, location or other conditions pertaining thereto. The Engineer or Owner reserves the right to increase or decrease any or all of the above mentioned quantities of work, or to omit any of them as it may deem necessary, and such increase or decrease of the quantities given for any of the bid items shall not be �+ considered as sufficient grounds for granting an increase in the unit prices bid except as set forth in Section 1.8.4., Change of Plans. I" !MiI MR 1.2.6. Proposal Guaranties rum No Proposal will be accepted unless the Bidder shall furnish one hundred (100%) percent security for the proper execution of the Contract. The Proposal, when submitted, shall be accompanied by two (2) Proposal Guaranties as follows: (1) a bid bond made payable to the order of the Owner as given in the Notice and"Advertisement for Bids and drawn on a bank or trust company satisfactory to the Owner in the sum of no less than five (5%) percent of the amount of the Proposal, except that the amount of the bid bond shall not be less than $500.00; and (2) a certified letter (bid letter) of intent guaranteeing the posting of a Performance Bond for 100% of the Project which will be prepared on the Surety's Consent form as set forth in Section 1.10.5. of these Specifications. This letter will be duly executed by the Bidder, as principal, and by a surety company approved by the Owner. Such bid bond and letter of intent must be enclosed in the sealed envelope containing the Proposal and must be delivered with such Proposal. The name and address of each surety must be stated in the bid or �., Proposal, and the Surety's consent must be given in the form attached hereto. Furthermore, each Surety's consent must be accompanied by a Power of Attorney nominating, constituting and appointing the person whose signature appears on said Surety's consent and bid bonds as the true and lawful agent of the surety to execute all bonds and the consent on r� its behalf. 1.2.7. Submittinq Proposal Two (2) originals of the executed Proposal, the Bid Security and all executed Addenda shall be enclosed in a sealed envelope, bearing on the outside the name and address of the Bidder as well as the designation of the work and Contract number as named in the Form of Proposal. Proposals will be accepted at the place and until the time �-+ stated in the Advertisement of Bids. Enclosed in the sealed envelope with the Proposal shall be RIM submitted two (2) originals of the following documents: (a) the two Proposal Guaranties, as described in Article 1.2.6.; (b) Statement of Stockholder Information, as described in Article 1.10.6.; (c) a Non -Collusion Affidavit and a Warranty concerning solicitation of the Contract by others, as described in Article 1.10.2.; (d) an executed Contractor's Questionnaire as specified in Section 1.10.3.; (e) all executed Addenda; (f) Affidavits of Prequalification, as specified in Article 1.2.2. MR P09 rom 1.2.7. Submitting Pr000sal (Conft) Two (2) originals of the required Non -Collusion Affidavit and the Warranty concerning solicitation of the Contract by others as cited in Article 1.10.2. (both on the form attached to the Form of Proposal) M shall be properly signed, sworn to and submitted. If forwarded by mail, the sealed envelope referred to above shall be placed in a second envelope addressed to the Owner as given in the Notice and Advertisement for Bids and shall be sent by registered mail. Mailed proposals received after the time set for the public opening of bids will be returned unopened. Mal 1.2.8. Withdrawina Proposal A Proposal, after having been submitted, may be withdrawn by the Bidder prior to the time set for opening of bids upon the presentation of a written request for such withdrawal to the Owner and delivered to the place where bids are to be submitted. No withdrawal of bids will be allowed after said time even though bids may not as yet have been opened. 1.2.9. Causes for Resection Proposals from Bidders not qualified to bid, according to the provisions of Articles 1.2.2., 1.2.6., and 1.2.7., will be rejected. Any Bids may be rejected per Indian River County Purchase Regulations. If the Bid Prices for the several items of the work are unbalanced, the Owner shall have the right, in its own best interests, to consider the Proposal irregular and accordingly reject the same. n The Owner may reject any or all bids not in accord with the Advertisement of Bids, or for any other irregularities, or may reject any or all bids if the price for work or materials is excessively above the estimated cost, or for any other cause. Proposals which are deemed by the Owner to be incomplete, mq conditional, -or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected. MR M" 1.2.9. Causes for Resection (Cont'd) 10" The Owner reserves the right to waive any informalities in the bids received, to award the Contract only to a Bidder experienced in this class of work, whose Proposal is deemed by the Owner to be most advantageous to the Owner's interests, and to reject any or all bids for any reason whatsoever. The provisions of the Specifications are made for the benefit of the Owner and no right shall be deemed to accrue to any person making a Proposal by reason of the submission of any Proposal hereunder or by the waiver or nonenforcement of any provisions or requirements of the Specifications. pal M" n F" I" F" F" Proposals may be rejected if received from Bidders who have performed work previously for the Owner in an unsatisfactory manner, and if the Engineer, in his sole discretion, deems it advisable to do so in the interest of the owner. 1.2.10. Laws and Other Reauirements Attention is called to Articles 1.6.3., 1.6.4. and 1.6.5., relating to Observance of Laws, Federal Aid, and Permits and Licenses, and to Articles 1.4.7., 1.4.8. and 1.4.9., relating to Materials and Equipment, Superintendence and Workers, and Construction Equipment. 1.2.11. Familiaritv with Work It is the obligation of the Bidder to ascertain for himself all the facts concerning conditions to be found at the location of the Project, including, but not limited to, means of access and all physical characteristics above, on and below the surface of the ground, to fully examine the Plans and read the Specifications, to consider fully these and all other matters which can in any way affect the work under the Contract and to make the necessary investigations relating thereto, and he agrees to this obligation in the signing of the Contract. The Engineer or Owner assumes no responsibility whatsoever with respect to ascertaining for the Contractor such facts concerning physical characteristics at the site of the Project. The Contractor agrees that he will make no claim for additional payment or extension of time for completion of the work or any other concession because of a misinterpretation or misunderstanding of the Contract, on his part, or of any failure to fully acquaint himself with all conditions familiar with the work as described above. There is no existence, on the part of the Owner, of any obligation or responsibility to make any adjustments as referenced above. It is the responsibility of the Contractor to consider the potential for subsurface or latent physical conditions at the site when preparing his bid. P" fum 1.2.11. Familiaritv with Work (Cont'd) The Bidder shall have satisfied himself that he can secure the necessary labor and equipment; that the materials and equipment he proposes to use will comply with the requirements therefore and can be obtained by him in the quantities and at the time required; that he can r-, secure the required insurance with special endorsements, and the Contract Bond; and that he can otherwise comply with the requirements of the Contract. M9 1.2.12. Subsurface Conditions Subsurface information may have been obtained for the Project for engineering design purposes. This information may also have been used in the preparation of estimates of quantities for bidding purposes. �., However, it is the obligation of the Bidder to make his own investigations of subsurface conditions prior to submitting his Proposal. The Bidder should review all available subsurface information, including, but not limited to, boring logs, core recovery, test results and soil reports. The Bidder's review should be in great detail through qualified and experienced representatives, and the Bidder, if not satisfied with the extent of available information, �-+ should, at his own expense, make an independent investigation, which may include additional borings, as deemed necessary by the Bidder. If additional time is required for such investigations, he should notify the Engineer and request an extension of the bidding date, but the Engineer shall not be obligated to grant the additional time requested. The determination of subsurface materials and conditions to be encountered is a matter of judgment and opinion based on the interpretation of information available. Information available to the Engineer or Owner will be made available to the Bidder upon request. MPI Subsurface information obtained by the Engineer or Owner, made available to the Bidders, is not guaranteed by the Engineer or Owner in any respect. The information is made available to Bidders, who shall make their own independent determination as to what value to assign to this information. The information is presented in good faith, but is not intended as a substitute for personal investigations, interpretations or judgment of the Bidder. Except as may be otherwise provided in the Contract documents, the risk of encountering unexpected subsurface conditions shall be borne by the Contractor. F" Any estimate or estimates of quantities shown on the Plans or in the form of proposal, based on any available boring logs, core recovery, test results, soil reports or any other subsurface investigations, are in no way warranted to indicate the true quantities. The Contractor agreees that he will make no claim against the Engineer or Owner, if the actual quantity or quantities do not 1"9 conform to the estimated quantity or quantities, except in accordance with the provisions of Article 1.8.4. P" Pm9 1.2.13. Differina Site Conditions '"' The Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of : (1) subsurface or latent physical conditions at the site differing materially from those r•E, indicated in this Contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those originally encountered and generally recognized as inherent in work of the character provided for in this Contract. The Engineer shall promptly investigate the conditions, and if he finds that such conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part �+ of the work under this Contract, whether or not changed as a result of such conditions, equitable adjustment shall be recommended to the Owner and if approved, the Contract modified in writing accordingly. No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required in the paragraph above. FMV F" 1.2.14. Sales and Use Tax Acts Bidder will make his own independent analysis of the Florida Sales and Use Taxes and the applicability or non -applicability thereof to the materials, supplies and services to be provided and performed under and as part of the Contract work. All taxes are to be included in the unit prices bid or lump sum bid. No separate payment of taxes will be made. M, 1.2.15. Pre -Bid Conference A pre-bid conference will be held at least one week prior to the bid opening date. The exact time and place is listed in Section 9 of these General Provisions. Such meeting shall serve the purpose of allowing the Owner, the Engineers, all prospective Bidders and other interested parties to discuss this Project. M" M" rM► M fm f" (M9 1.2.16. Workinq Areas rH9 The Contract Drawings show the Owner's property, if any, which the Owner will furnish the Contractor and other Contractors during the Construction of the work. rMl The Contractor may use the areas shown on the Contract Drawings for the receipt and storage of materials and the construction of such FIM plant as is necessary in connection with his operations. Upon completion of the work under this Contract, all such construction shall be removed and the property restored to a condition satisfactory to the Owner. The Bidder shall ascertain the adequacy of the areas for his facilities and the available means of access to the site. The Contractor shall make arrangements for such additional working area or access as he may require for his operations, at no cost to the Owner. M IN" F" PNI M" MR 1.2.17. Indemnification The Proposer shall indemnify and save harmless the COUNTY, its officers, agents and employees, from or on account of any injuries or damages, received or sustained by any person or persons during or on account of any operations connected with the construction of this Project; or by or in consequence of any negligence (excluding negligence of COUNTY), in connection with the same; or by use of any improper materials or by or on account of any act or omission of the said PROPOSER or his sub -contractor, agents, servants, or employees. PROPOSER agrees to indemnify and save harmless the COUNTY from all such claims and fees, and from any and all suits and actions of any name and description that r"1 may be brought against COUNTY on account of any claims, fees, royalties, or costs for any invention or patent, and from any and all suits and actions that may be brought against the COUNTY for the infringement of 10M any andall patents and rights claimed by any person, firm or corporation. The indemnification provided above will obligate the PROPOSER to defend at its own expense or to provide for such defense, at the COUNTY's option, any and all claims of liability and all suits and actions of every name and description that may be brought against the COUNTY which may result from the operations and activities under this Contract whether the construction operations be performed by the PROPOSER, sub -contractor or by anyone directly or indirectly employed by either. REQUIREMENT OF FLORIDA LAW THAT PUBLIC BUILDING CONTRACTOR MUST RECORD PAYMENT AND PERFORMANCE BOND IN THE PUBLIC RECORDS OF THE COUNTY n Because the County is exempt from the requirements of Florida Statutes Chapter 713, Mechanics Liens, there is no requirement that a FM+ Notice of Commencement be posted for County construction projects. However, under the requirements of Chapter 255, Florida Statutes, contractors are required to execute a Payment and Performance Bond, to deliver the bond to the public owner, and to record the bond in the M9deliver records of the County where the construction is located. Any claimant againstthe bond may apply to the County for copies of M9 the contract and bond and must be furnished with a certified copy of the contract and the bond. FW9 THIS IS PERFORMED AT THE RECORD SECTION OF THE INDIAN RIVER COURTHOUSE, 1245 14th Avenue, Vero Beach, Florida 32960. The bonds then will be forwarded to Purchasing from the record section within three days (working days). Failure to do so will be reason for rejection. RM P'q SECTION 3 f' CONTRACT AND SUBCONTRACT PROCEDURE r� 1.3.1. Award of Contract Award, if made, will be to the lowest, responsible Bidder whose Proposal conforms in all respects to the requirements stated herein. The award shall not be binding upon the Owner until the Contract has been executed by the Owner, nor shall any work be performed on account of the proposed Contract until the Contract has been duly executed and delivered. All Bidders whose Proposals are rejected will be notified in writing of the action taken by the Owner. 1.3.2. Progress Schedule Within ten (10) calendar days of the date of award of the Contract, the Contractor shall furnish a progress schedule, satisfactory to the Engineer, showing the times he intends to commence and complete the various work stages and operations and the principal n items of work included in the Project, and the quantity and kinds of equipment and character of labor force which he intends to use. Such information and comment is required in order to safeguard the Owner's interest, but it shall in no way relieve the Contractor of his obligations or responsibility for the safe and proper conduct of the Work. The method of procedure shall be that best adapted to the efficient, safe and expeditious execution of the Work. If, in the opinion of the Engineer or his authorized r-, representative, the progress schedule, as submitted by the Contractor, does not provide adequate plans, or does not take adequate considera- tion of climatological or other factors which may delay the progress of the Work, or for any other reason does not provide a reasonable expectation of time completion of the Work in accordance with the completion dates given in the Specifications, the Engineer may return the proposed project schedule to the Contractor for revision and resubmission. The Contractor shall cooperate with the Engineer or his authorized representative, and make available all information pertinent to the developing of the schedule. The schedule will be the plan to which Work progress will be compared for evaluation. This schedule, when approved by the Engineer will become part of the Contract. P"1 M" 1.3.2. Proaress Schedule (Cont'd) In the case of a lump sum bid, the Contractor will furnish the Engineer a project cost breakdown at the same time that the progress schedule is submitted. The project cost breakdown will be prepared in r-� sufficient detail listing project components in order that the cost breakdown can be used as a guide in preparing monthly payment certificates by comparing actual construction ..progress with the cost breakdown list. The cost breakdown list should also parallel the description of work to be performed as detailed on the progress schedule. rMT P9 Pol F" 1.3.3. Time of Award; Return of Bid Securitv N., The Bidder shall maintain the bid as valid and the Owner shall award a contract or reject all bids within ninety (90) days after receipt and opening of bids or within such time as may be specifically stated elsewhere in the Specifications. The Bid Security of the three (3) lowest Bidders will be returned within three (3) days after award of Contract and approval of the r-� Contractor's performance Bond, Sundays and Holidays excepted. The Bid Security of all other Bidders will be returned within ten (10) days from the date of the bid opening, Sundays and Holidays excepted. 1.3.4. Pavment Bond Within ten (10) calendar days of the date of award of the Contract, the Bidder whom the Contract has been awarded shall furnish and deliver a Payment Bond, satisfactory to the Owner. The bond shall be for a sum of not less than the Total Price bid for the Project and shall be maintained by the Contractor until acceptance of the Project, and in the event of insolvency of the Surety, the Contractor shall forthwith furnish and maintain, as above provided, other Surety satisfactory to the Owner. 1.3.5. Execution of Contract "MI Within ten (10) calendar days of the date of award of the Contract, the Bidder to whom the Contract is awarded shall execute and deliver the necessary documents entering into the Contract with the Owner. Payment and Performance Bonds for the total amount bid shall Ral have been furnished, executed and delivered before the Contract will be executed by the Owner. r, At the time of execution of the Contract, Contractor shall deliver the following documents to the Owner: 1=01 a) proof, satisfactory to the Owner, of the authority of the person or persons executing the Contract and Payment and Performance Bonds of the Contractor; !� b) satisfactory evidence of all insurance coverage prescribed by the Contract Documents; �., c) proof of current corporate status and certificate of authority to transact business in the State where the Work is to be performed and/or designation of a proper agent(s) in the State where the Work is to be done, upon whom service may be made in the '"' event of litigation, if Contractor is a non-resident thereof. Inq rel F" 1.3.5. Execution of Contract (Cont'd) �+ In case the Surety named in the Proposal is not approved by the Owner, the Bidder naming such sureties will be required, within five (5) calendar days or such further period as may be prescribed by the Owner after notice of such disapproval, to substitute the name of another Surety satisfactory to the Owner. Evidence of the right of the company or companies furnishing the bonds to do business in Florida and the authority of the agents to execute the Bonds, will be required. The successful Bidder, at the time of signing the Contract, shall produce and file with the Owner, a certificate evidencing that Bidder, n if an individual, firm or partnership, has filed and registered Bidder's trade name (or fictitious name) in the County and State wherein the work is to be performed; or, if a foreign corporation, that Bidder is authorized to transact business in the State (or States) wherein the work is to be performed. rm+ M9 M" "M F" M M9 The successful Bidder, at the time of the signing of the Contract, shall produce a certified copy of corporate resolution or statement signed by all partners or the sole proprietor, setting forth the name(s) and position(s) of the person or persons authorized to execute Contract modifications, Change Orders, and/or monthly estimates on behalf of the Contractor. 1.3.6. Failure to Execute Contract Failure upon the part of the Bidder, to whom the contract has been awarded, to execute and deliver the Contract, as provided in Article 1.3.5., and the Surety Corporation Bond, as provided in Article 1.3.4., in the manner and within the time provided, shall be just cause for annulment of the award and for the exclusion of the Bidder from bidding on subsequent projects, at the Owner's discretion. It is understood and agreed by said Bidder, that -if the award is annulled for the above persons, the certified check or bid bond, as described in Article 1.2.6., shall become the property of the Owner, not as a penalty, but as liquidated damages. 1.3.7 Sublettina and Assianina Contract The Contractor shall not sell, transfer, assign, hypothecate or otherwise dispose of the Contract to any other party. The Contractor shall perform with his own organization, and with assistance of workers under his immediate superintendence, work amounting to not less than 50% of the Total Price Bid for the Project, exclusive of specialty items not commonly found in Contracts for similar work or which require highly specialized knowledge, craftsmanship or equipment, not ordinarily available in the organization of contractors performing work n 1.3.7. Subletting and Assiqninq Contract (Cont'd) �+ of the character embraced in this Contract. Specialty items, if any, shall be as set forth in Section 9 of these Specifications. Where the value of the work to be sublet is $25,000 or more, subletting will be permitted only to subcontractors prequalified with the Owner and Engineer as described in Article 1.2.2. Subject to the written consent of the Owner and Engineer, work may be sublet. It is understood, however, that any written consent of the Owner or Engineer for the subletting of any of the work of the Contract, in no way relieves the Contractor from his full obligations under the Contract. The written consent to sublet any part of the work shall not be construed to be an approval of the said subcontract or of any of its terms, but shall operate only as an approval of the Contractor's request for the making of a subcontract between the Contractor and his chosen subcontractor. The subcontractor shall look only to the Contractor for the payment of any claims of any nature whatsoever arising out of the said subcontract, and said subcontractor agrees, as a condition of the Owner's consent to the making of said subcontract, that he shall make no claim whatsoever against the Owner, Engineers or his agents, or employees for any other cause whatsoever that may arise by reason of the relationship created between the Contractor and subcontractor unless the proposed subcontractor furnishing a statement to the effect that said subcontractor is acquainted with all the provisions of the Contract and agrees thereto. MMI In order to sublet any part of the work, the primary Contractor must make application to, and secure the written permission of the Owner and/or Engineer. Mi, The application shall give the items proposed to be sublet by items number and name, and the total value of the work proposed to be sublet. The application shall be accompanied by a statement showing that the subcontractor to whom the work is proposed to be sublet is particularly experienced and equipped for such work in addition to all other information contained in Article 1.2.2. F" 1.3.8. Pre -Construction Conference A preconstruction conference will be held at least five (5) Pon calendar days prior to the commencement of work. The exact time and place will be scheduled after the award of the Contract, by the Engineer and the Contractor. Mul 1".91 I" 1.3.8. Pre -Construction Conference (Cont'd) rM9 The agenda shall include, but not be limited to: review of the Progress Schedule, establish procedures for handling Shop drawings and other submissions, processing Applications for Payment and to establish a working understanding between all parties as to the Project, and its `�' implementation. Present at the conference will be the Owner or his representative, �+ Engineer or his representative, the Contractor and other interested parties. V" 1.3.9. Notice to Proceed Within f if teen (15 ) calendar days of the execution of the Contract, the Owner will issue to the Contractor "Notice to Proceed." After receipt of the Notice, the Contractor shall proceed with submission of proposed shop drawings, catalog cuts and other data pertaining to material and equipment required for the work. The Contract time will commence effective on the date the "Notice to Proceed" is issued by the Owner. Construction operations shall not begin until the Contractor has completed the proper requirements in accordance with Articles 1.3.2. and 1.7.1. F" M" M9 pq M psi SECTION 4 SCOPE OF THE WORK 1.4.1. Work to be Performed The work of the Contract comprises the performance and completion of the Project, including the furnishing of all materials, equipment, transportation, labor and all else necessary therefore and incidental thereto, and final cleaning up as provided in Article 1.4.4., the payment of all due obligations as provided in Article 1.8.5., and the replacing of defective work and materials as provided in Article 1.8.7., all in accordance with the Plans and Specifications. Plans and Specifications form an essential part of the Contract IMM Documents and are intended to cover the complete and proper execution of the entire Work. Any omission of the mention of any of the detail work to be performed under each item does not relieve the Contractor from his obligation to complete each and every item of work contracted P'+ for as shown on the Plans or called for in the Specifications. Any detail of work called out on the Plans, but not called out in the Specifications, or vice versa, any item of work or detail not called ,.., out on the Plans, but called out in the Specifications, shall be considered the same as if called out in both the Specifications and the Plans, which are mutually complementary in all cases. 1.4.2. Other Contractors r� The right is reserved by the Owner to do work with its own employees or by other Contractors and to permit public utility companies and others to do work, during the progress and within the limits of, or adjacent to, the Project, and the Contractor shall conduct his work and cooperate with such utility companies and others, so as to cause as little interference as possible with their work, as the Engineer may approve. The Contractor shall and hereby does agree, to make no claims against the Owner for additional payment due to delays or other conditions created by the operations of such other parties. If there is a.difference of opinion as to the respective wi rights of the Contractor and others doing work within the limits of or adjacent to the Project, the Engineer will decide as to the respective rights of the various parties involved in order to secure the completion of the Owner's work in general harmony and in a satisfactory manner. The Engineer's decision shall be final and binding on, and shall not be cause for claims by, the Contractor. The Contractor will be held responsible for damage to the work performed on the Contract that may be caused by or on account of the work of his subcontractors or utilities companies adjusting their �, facilities because of the project. n 1.4.2. Other Contractors (Con't) The Contractor will not be held responsible for damage to work performed on other contracts within or adjacent to the site of the project that may be caused by or on account of the work of other Pon contractors or utility companies. 1.4.3. Maintenance and Protection of Traffic Pal Hiahwav Traffic: - When vehicular or pedestrian traffic, or both, is to be maintained over existing highways or streets within the scope ,-, of the project, the Contractor shall plan and carry out his work to provide for the convenient and safe passage of such traffic. Reference to the "Manual on Uniform Traffic Control Devices for Streets and Highways" in the specifications (see Exhibit A & B in this Section for maintenance of traffic plans), shall mean the current edition published by the U.S. Department of Transportation, Federal �+ Highway Administration, as currently amended. Prior to construction, the Contractor shall obtain an Indian River ,.., County right-of-way permit. If necessary, the Contractor shall submit a traffic control plan. All cost incurred relating to an Idnian River County right-of-way permit, traffic control plans and protection of traffic shall be the responsibility of the Contractor. Construction barriers and major warning and delineation devices shall be placed in accordance with the construction barrier location plan, unless otherwise directed by the Engineer. Prior to beginning construction work in any area or phase of the Project, the Contractor shall erect or place those specified barriers, lights, signs, cones, and other warning and danger signals and devices which the Engineer deems adequate and appropriate for that particular area or phase. Traffic control devices shall conform to the Plans and Specifications and to the Manual on Uniform Traffic Control Devices of the Federal Highway Administration. ,.•, Traffic control devices shall be placed and maintained in good and clean condition where shown on the plans or directed by the Engineer. Traffic control devices once delivered to the Project, shall be moved to other locations as directed, or stored as required, until such time as the Engineer determines that they are no longer required on the Project. At such time, they will become the property of the Contractor to be disposed of by him, unless otherwise specified. The signs shall bear no symbols or messages; and the supports, no signs, other than specified. Signs shall be erected on good, substantial posts, with the bottom of the sign thirty inches (3011) above the ground so as to withstand normal winds, subject to the approval of the Engineer. Median ,� (p Median �j / / Work Areal 0 9 g M 9 M 9 a r work v<n;de Wnn FI ni q/ roe0• .r�r.rrr� —r is 8E9 Warning V9q dsl 0➢erali I / Work Areo tato SW L —I / n /'/� z_ coxstxucnox caxsrxuc nox I 2 isoo Ir T J Where Other perol;ns O Or ��1��1 IIIIII Cones Al At 50' lens And Type I Or Type IT afterB.,rAbodoson J Moinlenance Operations Occur CONDITIONS Or Drums At 50'Cenlers For first 250'. Thereafter Cones CONO/TlONS Within One I / 1 Mile. 51 s I WHERE ANY VEHICLE, EQUIPMENT, Al 50'CenIt,$ And Type I Or Type IT Barr;codes Or Drums TO Be OmiBed And Signing To WORKERS OR THEIR ACTIVITIES At 100 Centers. WHERE ANY VEHICLE, EQUIPMENT, Be COCrdiloled /n Accordance ENCROACH THE AREA CLOSER THAN Maximum S WORKERS OR THEIR ACTIVITIES With Index No. 600. Spacing B Devises f 1 To 8e Equal To IS'BUT NOT CLOSER THAN 2'TQ The 5➢eetl Limit (MPH) HI Bul Not Greater Toon 25'For ENCROACH THE AREA CLOSER THAN THE EDGE OF PAVEMENT FOR A Cones Or 50'For Type I Or Type Q Barriwoes Or Drums. IS' BUT NOT CLOSER THAN 2' TO PERIOD OF LESS THAN 60 MINUTES THE EDGE OF PAVEMENT FOR A PERIOD OF 550 MINUTES OR GREATER GENERAL NOTES 1. All YenlcleS. equipment, workers wd the;r bellnHOS are reSlriClee OI all llmef 10 M< tide o/ Ind rOvdway. SYMBOLS ® Work Arco 2. If In. work Opeloli.n eonnomm"IS on in. lw u h ndfic IM<s a, nen fp/r Or more wort vehicles Inlet Ill. INOOgh "off", lanes Sign With /B' x /Bv I Min. 1 Orange In a one bur Pert. o Hooper snail be provided olid o FLAWER Flog And Type 8 Light 8 Type I Or Type 1r Barricade Or Drum LWith flour the wort or". Sleody Burning Light At Night Only J. Cones pein the itedbn J. This TCZ plot -'So OppHet 10 workhe ' Ilan 2 feel ed less Iran IS /eel /ram ne Nay Be Used During Daylight Only (� Work Zone Sign I it. WORKERS Sgns to Ot removed w fully covered when to wort IS it ben; Perrormed. GENERAL NOTES 1. All YenlcleS. equipment, workers wd the;r bellnHOS are reSlriClee OI all llmef 10 M< tide o/ Ind rOvdway. ), BOrriMdes, Cones any drums stall ml M inlerml,<d in the 10er0l "cultilim 2. If In. work Opeloli.n eonnomm"IS on in. lw u h ndfic IM<s a, nen fp/r Or more wort vehicles Inlet Ill. INOOgh "off", lanes B. Avow, aenme dl"llbn of I,af/!C Only old do n01 reflecl In a one bur Pert. o Hooper snail be provided olid o FLAWER /pvGmen/moreingt. Stoll Slat/be sudslilWed for the WORKERS shot. The logger ,bll be X$;"'Oned of Ine point Of vehicle entry or demerit 9. Lm;lludirol dlmensiMs a,e to be adlusled to fit field flour the wort or". Co/Idilions. SGI /tde/ NO. 60d. pein the itedbn J. This TCZ plot -'So OppHet 10 workhe ' Ilan 2 feel ed less Iran IS /eel /ram ne to' When work is beha performed M a mdFlahe undivided rObOnT 'be signs normally ormally mWnlea A the mediw edg 4V e of either pv:m<enl. o 1. sown 1 troll" "'I". G. The first Ma wdming Signs. ext 5lt sol/ note It IB' x IB• (min. l "me flap and d Type B light allOChed it. WORKERS Sgns to Ot removed w fully covered when to wort mo operatic; of oil Nmes. it ben; Perrormed. Meth SIgn5 mry be tiled for mdinlenatae OIW utility 00erolfons I dayllghl only It Type 8 lights one orm;e flags 12. END CONSTRUCTION s/qns repaired only when wotA O,Ceeds are nal required. one daylight per;od. 5. The WORKERS ILgeM ion may be substituted for the sym[al sign, 13. When O Side rood Ml<rsecls the hi lmoy M which wort is 6. L 1mIn1• WS for speeds 245 men Dein; performed adeiliwal home control deuces fell be 2 erecled in o 10mve with other appcwole TCI Indexes. • pY/w speeds , to mph 14. If the wort op,n,,jM does WI exceed 15 mingles, signs. (alricMeS. Cones a, aNTS will net b, rebutted pt.,;deO Where: YGniClet in the Wort Allo nerd ora " 119w15! Opl101ing, W • Width of lolerol I/MSII/M in feel15. S• POSIee Nmil For yenerel TCI reptil/emtnts and oddtlipnM Mfalitallon SOeed I MPH) p;or to work opelol;M refer to lone, No. 600. TYPICAL APPLICATIONS Utility Work Culvert Extensions Side Slope Work Guardrail Work Londscaptnq Work Cleaning Drainage Structures Reworking Ditches Sign Installation And Moinlenance Shoulder Repoir Sln(> "ou". tt.unra Y wwrwl.n .0:0 psi W ✓ra WnZ Imtl nY RNI Nv(t MULTILANE DIVIDED OR UNDIVIDED RURAL -DAY OR NIGHT OPERA TAI w 1.mw.1 mw 1 I.��wl ew•+, a. to /an 611 [+l x W H E PPJJB� SYMBOLS y/(d Work Area Sign With 18" A 18" IMfn,) Orange Flag And Type 8 Light a Type I Or Type 11 Barricade Or Drum (With Steady Burning Light Al Night On/y). Cones may Be Used Airing Daylight Only Type 1. Type D Or Type OT Barricade 0, Drum ( With Flashing Light) D Work Zone Sign o Advance Warning Arrow vanel ?p^�TY�•F+Ya�y��p j 2f•t _ •i ^d`e •�.` lee 8 8 f.j0 b B 0 ° �I wo.A Arrn.; 'I 500' L I 2001Min. I "I i Where Other Cont, L [Ra Maintenance Operat 2 CaxSIRyLIIan Within One fit Mih I1 k ' ' To Be e n Gmill cl And /Maximum Spacing Between Devices lie,, To Be Equal To The Speed Limll I MPH) Not Greater Than 25'For Cones Or For Type I Or Type d Barricades Or Drums, Be CIx M Will, Index No. 6Q7 Cones A/ 25' Centers And Type 1 Or Type D Barricades Or Drums At 50'Cenlers For 250', Thereafter Cones At 50'Centers And Type I Or Type B Barricades Or Drums At 100'Cenlers. GENERAL NOTES h work operations shell pr confined 1A one traffic tone. leavirp e. L Ia:n. I. Lenp/h o/ Paan :n fee,, the adjmenl lane open to traffic. WS tat fpeec$ a e5 "Oh 2. Allvehicles, m; mem. workers and the;, al%vibes are • WS'to, speeds S 40 mph ES reslrlcled 01 .11 limes to ane Sade of IAe amemenl. Where, 7. TM firsttwo warning sides.each side. shellhave x IB' (mile. ! W. Width of bled rran Mon %n /eel S • Posled speed Om;' I MPH) prior b week operation oranga t1ap and a Type Bflight alOcnrd and Operating of all Nmti 9. BOrriCtdes, canes one grams Iran nal be blermAAd in the lateral Iro asllbn. 4. All SWS soon be past anamted if the Clo,we lime exceeds 12 toils. pir.b. Aos demote d0;1111;0of IraflK only da 0Ipl rr//NI Mvrearnt aMrk;rpl. 5. On ";video hlphwu, 'be melon sipns as sown are to be am/Iled' N Lppi4Vbdd:mM51an5 .11 la be oafusted to nil field 6. When work is performed in the median lone on divided highways the emnal0'ans. See Inde+ No. 600. [an•icadb, plan is n erred end left /one closed mrd lune edaa0dn the 5;043 sV6sldued /or right Ione closed one Ione reauctim signs. 12. When wmA is be;, performed en a en,N:bne urafvided roadway rhe same dpplles to uMiv;ded highway5m Yn IFP followin, e/cepllan3� 101 Work sMll be confined within one earon Ione. Pal FdaXonal %lee signs mhene ly ma,m"a in the median los sbwnI 'W" be am;ned. hdr%rodes. Cones4 or dnims $Pall he CClaced many me cenrerrne aGnb:,g the work area and across the "Alia, end of Inn work area. Is. When o side road tnrersecr$ the h;ghway ger h;Ch work IS When wail on uMl,41d it ,ve3 AKYrs ardr3 Ine cenl0lfine so As to encroach on bath en, ion toles. the Inverted plan IS opened hek, aerrarmea. Oda;rlcno, "mRc connal aev%ee3 shell be .1" in oCeadence WIh other applicable TC$ IMues. la 1" approach of doth raodw0y5. N. Far general rC2 rem;.enenls one oAJNioml lnlamvlion T. Sig.+s ora "o/fb control devices are to be modified in Accordance refer to Ina[+ No. 6001 .'in INi gMITTEMT WORK STOPPAGE OtIgns f SAtel $ Gpf 21 when lea .vert is ing pet/armed ee10 the hlvorjr 15 open io fro tic. TYPICAL APPLICATIONS Povemenl Resurfacing Pavement Repair Utility Walk Bridge Repair Gfmrdroil Work CONDITIONS WHERE ANY VEHICLE. EQUIPMENT. WORKERS OR THEIR ACTIVITIES ENCROACH ON THE LANE ADJACENT TO EITHER SHOULDER AND THE AREA 2'GUTSIDE THE EDGE OF PAVEMENT Sua 111-1 m ..n•4nnw euro mmol 1. m-, miss DUL TILAME. DIVIDED AND UNDIVIDED -RURAL NIGHT OPERATIONS OR OPERATIONS EXCfE NG 91VE DAYLIGHT PERIOD _J Pro so Gat 2 613 W 1.4.3. Maintenance and Protection of Traffic (Cont'd) Signs, barricades, traffic cones, drums and electrical flasher units shall be established, relocated, repaired and replaced in such manner and at such times and places as may be necessary for adequate protection of vehicular and pedestrian traffic, subject to approval by the Engineer. The Contractor shall provide sufficient watchmen and traffic directors and shall take all other precautions, including any which may be ordered by the Engineer, that may be necessary for the safety of the public and protection of the work. Watchmen shall patrol hourly and replace missing or inoperable lighting units. The Contractor shall not perform any construction work above vehicular or pedestrian traffic unless there be explicit provision therefor in the Supplementarty Specification or specific, written permission by the Engineer. Subject to such provision or permission, the Contractor shall provide the necessary devices and means to protect such traffic from falling construction materials and other projects, and from painting operations, during the time that construction work is carried on above traffic. Before starting work on bridge spans or other operations above traffic, the Contractor shall obtain the Engineer's approval of the precautions he intends to take for the protection of traffic. However, Engineers approval in no way affects the Contractor's full responsibility for the protection of traffic. Work which closes or alters the use of existing roads and streets shall not be undertaken until adequate temporary or permanent provisions for traffic have been provided or arranged for by the Contractor and such provisions have been approved by the Engineer. MI Where it is necessary for pedestrians to cross, or walk within the limits of the Project, the Contractor shall provide, without specific or additional compensation therefore, adequate temporary sidewalks of soil aggregate, stone or slag screenings or other suitable material and shall maintain them in a condition acceptable to the Engineer. Within ten (10) calendar days after notice to the Contractor of rN+ the award of the Contract, he shall submit, in writing, for approval of the Engineer; a plan of the methods, facilities and devices he proposes to use for the maintenance and protection of traffic. Wherever traffic lanes are to be maintained, such traffic lanes are to be not less than ten (101) feet in width in each direction and shall be delineated with solid yellow traffic stripes six (611) inches wide. The means provided for the maintenance of traffic shall be removed 1-9 upon conpletion of the work and any damage done to public or private property shall be made good by the Contractor at his own expense. rX9 I" f" "1 1.4.3. Maintenance and Protection of Traffic (Cont'd) �-y The cost of maintenance and protection of traffic as described above will not be paid for under any specific item, but the cost thereof shall be included in the prices bid for various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. Where the Project includes work across, over, under or adjacent to �+ railroad tracks or railroad right-of-way, the Contractor shall safeguard the traffic, tracks and appurtenances and other property of the railroad affected by his work. He shall comply with the regulations of the railroad company relating to the work, shall keep the tracks clear of obstruction, shall provide barricades, warning signs, light, and other danger signals and means of protection, and shall arrange with the railroad company for the furnishing of watchmen and flagmen and other protective service that may be required by the railroad company. The Contractor shall arrange with the railroad company for direct payment to the company watchmen, flagmen, and other protective service which it may require. F" M F" n In addition to any other insurance or bonds that may be required under the Contract, the Contractor shall carry insurance covering the work to be performed on, over, or under railroad property, when and as prescribed in the Supplementary Specifications. The maintenance and protection of railroad traffic will not be paid for under any specific scheduled item, but the cost thereof, including the safeguarding of tracks, traffic and appurtenances of the railroad, watchmen, flagmen, barricades, lights, signs, signals, warnings, all other protection and services, and insurance, when'and as specified in the Supplementary Specifications, but excluding work, labor, materials and equipment specifically provided to be performed and furnished by the railroad company, at its own expense or under direct reimbursement by the owner, shall be included in the prices bid for the various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. During any suspension, the Contractor shall make passable and shall open to traffic, such portions of the Project and temporary roadways or portions thereof, as may be agreed upon between the Contractor and the Engineer for the temporary accommodation of necessary traffic during the anticipated period of suspension. Thereafter, and until an issuance of an order for the resumption of construction operations, the maintenance of the temporary route or line of travel agreed upon, will be by and at the expense of the Owner. When work is resumed, the Contractor shall replace or renew any work or materials lost or damaged because of such temporary use of the Project; MR "In 1.4.3. Maintenance and Protection of Traffic (Cont'd) shall remove to the extent directed by the Engineer any work or �+ materials used in the temporary maintenance thereof by the Owner, and shall complete the Project in every respect as though its prosecutions had been continuous and without interferences. All additional work caused by such suspensions, for reasons beyond the control of the Contractor, will be paid for by the Owner at contract prices or by supplemental work. 1.4.4. Final Cleaning Uv As the work progresses, all debris, rubbish, refuse and all unused materials and tools shall be removed promptly from the site. Before the final acceptance of the Project, the Contractor shall remove all equipment, temporary work, unused and uselessmaterials, rubbish and i temporary buildings, shall repair or replace, n an acceptable manner, fences or other private or public property which may have been damaged or destroyed on account of the prosecution of the work, shall fill all depressions and water pockets on public and private property caused by his operations, shall remove all obstructions from waterways caused by his work, shall clean all drains and ditches within and adjacent to the P, site of the Project which have been obstructed by his operations, and shall leave the site of the Project and adjacent public and private property in a neat and presentable condition whenever his operations have disturbed conditions existing at the time of starting work. If directed by the Engineer, the Contractor shall procure and submit to the Engineer, signed statements from property owners affected, that he has fulfilled his obligations in the matters enumerated above with regard to their respective properties. The Contractor shall remove all silt and other deposits from all M9 culverts, inlet, outlet and parallel ditches, and other drainage structures, including stream channels. The Contractor shall also clean and remove from the Project and adjacent properties, including waste and borrow areas, all surplus and discarded materials, equipment and temporary structures, and shall further remove all debris and objectionable materials of any kind from areas used or disturbed by the construction operations within, or within sight of, the roadways. Waste and borrow areas shall be seeded and mulched as specified in Section 570 of FDOTSS. "14 All grass and vegetation within the slope limits as constructed by the Contractor, including waste and borrow areas, shall be mowed by him and he shall leave the site in a presentable condition throughout, rte+ satisfactory to the Engineer. Payment for final cleaning up and restoration of property, as above provided, will not be made under any specific item, but the cost r-� of this work shall be included in the prices bid for the various items scheduled in the Proposal. P9 M" 1.4.5. Field Office �-+ If required by the Supplementary Specifications, the Contractor shall provide and maintain, in good condition, for the exclusive use of the Engineer, one or more of the hereinafter described construction field offices at a location or locations to be approved by the Engineer. The number of field offices shall be as designated in the Supplementary Specifications or Proposal. ro" The office shall be of weatherproof construction having a floor space of no less than 288 SF, located on or in the immediate vicinity of the Project. The office shall be provided with sufficient natural M, and artificial light and shall be adequately cooled and/or heated. Doors and windows shall be equipped with adequate locks, and all keys shall be in the possession of the Engineer. Suitable sanitary conven- iences for the use of the Engineer, conforming to the requirements of r' Article 1.4.6., shall be provided in or adjoining the field office or offices which shall be maintained clean and in good working condition, and shall be stocked with lavatory and sanitary supplies at all times �+ during the period of the Contract. If a field office is not required, these conveniences shall be provided at a location directed or approved by the Engineer. The office shall be equipped with tables and chairs r.., for the use of four (4) people and shall have sufficient drawers for the standard size plans, either attached to the tables or in cabinet form, one (1) rough plan rack, one (1) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one (1) dual cassette telephone answering machine, and one (1) fire-resistant, (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1 -hour test. The room also shall be provided with a n desk and chair. Parking spaces for two (2) full-size vehicles shall also be provided within the immediate vicinity of the office. The Contractor will provide for the installation of telephone facilities in the field offices. However, only the minimum monthly service charge and work related toll charges will be paid by the Contractor. In lieu of the field office or offices specified above, the Contractor may provide equivalent office space, equipment and 1004 facilities subject to approval of the Engineer. The field office shall be ready for use no later than ten (10) calendar days after the date of mailing the fully executed Contract and "MI before any other work is started, shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Engineer and Owner, and then shall be removed. r-+ Payment for field office will not be made under any specific item, but the cost of this work shall be included in the prices bid for ,•� various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. M9 M" FNq I" FEM 1.4.6. Sanitary Provisions The Contractor shall provide and maintain, in a neat and sanitary condition, properly secluded accommodations for himself and his employees, complying with the regulations of the State Department of Health and other bodies having jurisdiction. Necessary conveniences, properly secluded, shall be provided and maintained for the use ,of the Engineer, satisfactory to the Engineer and sanitary authorities. The cost of sanitary conveniences for the Engineer and the cost of accommodations for the Contractor and his employees shall be included in the prices bid for the various items scheduled in the Proposal. 1.4.7. Materials and Equipment General - All materials for the Project shall be furnished by the Contractor, unless otherwise specifically prescribed. They shall conform to the Plans and Specifications, and shall be from approved sources. Only materials which have been approved by the Engineer shall be used. Within twelve (12) hours after receiving a shipment of materials, the Contractor shall advise the Engineer of the kind, size, quantity and location thereof. F" Oualitv and Source of Eauipment - All equipment for the Project shall be furnished by the Contractor, unless otherwise specifically prescribed. The equipment shall conform to the Plans and Specifications and shall be from approved sources or manufacturers. Only equipment which has been approved in writing by the Engineer shall be used. The naming of specific materials, equipment etc., is for the purpose of establishing a basis of quality and performance. Alternate or substitute materials, equipment, etc., may be considered by the Contractor, provided they are acceptable to the Engineer. The acceptance procedure for substitute or alternate material, equipment, etc., is set forth on the last page of this Article. Should an alternate or substitute material, equipment, etc., be approved by the Engineer, the total cost of any changes, alterations or modifications to the Project, Plans, etc., resulting from its use, shall be the responsibility of the Contractor and performed to the satisfaction of the Engineer. PO4 Quality and Source of Materials.- All materials for this Contract shall be new materials, unless otherwise specifically provided, and shall be approved by the Engineer. Mai n F" PU1 1. 4.7. Materials and Equipment .- "4 Ouality and Source of Materials (Cont'd) The Contractor shall, within ten (10) calendar days after the date of execution of the Contract by the Owner, inform the Engineer, in writing, from whom and where he proposes to obtain the materials required and advise the Engineer accordingly. Submission of the source of supply of each of the materials to be incorporated into the Work shall be made to the Engineer for approval, preferably before delivery of such material is started. Subsequent to the submission of this initial list of sources of supply, the Contractor shall notify the Engineer of new sources of supply in advance of the proposed shipment of materials from such new sources. The approval of the Engineer may be withdrawn, at any time, when it appears to the Engineer that the materials no longer conform to Contract requirements, after giving such approval. Approval by samples alone may be permitted by the Engineer only so long as the material conforms to the samples approved and it can be furnished at the time and in the quantity required by a producer equipped to furnish it in uniform quality and composition. Approval for a specific case or use does not imply approval for other cases or uses. Approved materials which appear defective when received, or which may have become damaged in any manner, shall not be used until retested and reapproved. All materials proposed to be used may be inspected or tested at any time during their preparation and use. If, after trial, it is �+ found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other �., approved sources. No material which, after approval, has in any way become unfit for use shall be used in the Work. Rol Orders for materials shall give detailed description of them and their intended use, manner of shipment, proposed delivery date and �+ shall state the official designation of the work on which they are to be used. Duplicates of orders (except for prices) shall be furnished by the Engineer at the time the order is placed, if requested by the Owner. Material delivery slips shall show such information as may be F" prescribed by the Engineer. F" P=81 F" 1.4.7. Materials & Eauipment (Cont'd) �*+ In any item of construction, the sources, brands or types of material shall not be changed without the consent of the Engineer. Unless otherwise directed by the Engineer, the Contractor's request for such changes shall be filed with the Engineer thirty (30) days in advance of such changes. The Contractor's notice shall state the name and address of the supplier, the location of the proposed source, the method of shipment and the intended use "of the material. The Contractor shall also furnish this information for all materials whenever he places an order therefore. The foregoing provisions shall apply with regard to requests by subcontractors for the sources of the materials they propose to use, such requests to be submitted through the Contractor. Commercial Articles - For the purpose of concisely indicating the standard of the requirements as to type, quality, design and finish, certain materials may be specified as named commercial articles, or approved equal, and in such case other makes of equal grade, suitability, availability and finish may be offered by the Contractor, but submitted only if approved by the Engineer. SamDlina and Testing Materials - All materials furnished by the Contractor, the subcontractors & suppliers for use in connection with the work, are subject to test, or visual inspection if testing is not required, for verification as to conformance to Contract requirements. In general and unless otherwise provided, representative samples �-+ of materials to be tested or inspected by the Owner will be selected at random by the Engineer or his Inspectors from sources or supplies provided by the Contractor. The Contractor shall provide samples, at no cost to the Owner, and shall furnish all necessary assistance to the Engineer or Inspector in selecting the samples. The Owner reserves the right to order that representative samples of certain materials be delivered to the Engineer, Inspector or to the Owner's laboratory. Samples required to be furnished or made available by the Contractor shall also be furnished or made available by the P9 Contractor's suppliers of materials whenever tests and inspections are made at plants, quarries, mills, foundries, warehouses, shops or other point of manufacture, treatment, fabrication, assembly or storage. Samples of materials, units of manufactured items and prototypes shall be furnished in such quantities and numbers as may be required for establishing quality, classification, suitability, verification or rq performance and mix formulation. 1, P" P" 1.4.7. Materials & EauiDment (Cont'd) Whenever the Contract Specification, or other specifications referred to therein, require that tests be performed by the manufacturer of the material or by a laboratory of the Contractor's selection, the cost of such tests shall be borne by the Contractor. Tests performed by the Owner will be made at the expense of the Owner. Methods of test shall be those prescribed or referred to in the Specifications for the various materials. If no methods of test are provided for in the Specifications for a particular material, the material shall be tested in accordance with an appropriate A.A.S.H.T.O. method or, if there is no appropriate A.A.S.H.T.O. method of test, such material shall be tested in accordance with an appropriate A.S.T.M. method of test. PEI Storaae of Materials - Materials shall be stored or stockpiled so as to insure preservation of their quality and fitness for the work. Material liable to damage or change in quality by the elements shall be stored in proper structures, or in such other manner as may be necessary to protect them from damage. Materials shall be kept clean ,.� and free from foreign matter of any kind, before, while and after being placed in the finished work, and provisions necessary therefore shall be made by the Contractor. `" Metalwork shall be stored on skids or. otherwise placed above ground and protected against contact with rising water or mud. �+ Unless otherwise directed, granular materials shall be stockpiled on hard, clean surfaces, shall be placed in neat stockpiles and when so required, shall be suitably covered. The locations for the methods of storing materials shall, at all times, meet with the approval of the Engineer. Any materials improperly stored will not be approved for use. Source of Materials and Eauipment A. Agreement: The Contractor agrees that only domestic construction materials and equipment, unless otherwise specified, will be used (by the Contractor, subcontractor, materialpeople and suppliers) in the performance of the Contract. P" FE9 P■r 1.4.7. Materials & Ecruipment (Cont'd) Source of Materials & Euuipment B. Domestic Construction Material: "Construction Material" means ro" any article, material or supply to the construction site for incorporation in the work. An unmanufactured construction material is a "domestic construction material" if it has been rum manufactured in the United States and if the cost of its components which have been mined, produced or manufactured in the United States, exceed 50% of the cost of all its components. "Components" means any article, material or supply directly PIRR incorporated in a construction material. C. Domestic Component: A component shall be considered to have P-► been "mined, produced or manufactured in the United States" (regardless of its source in fact) if the article, material or supply in which it is incorporated was manufactured in the United States and the component is of a class or kind determined by the Owner to be not mined, produced, or manufactured in the United States in sufficient and reasonable available quantities and of a satisfactory quality. Substitutions - Wherever on the drawings and in these Specifications materials or equipment have been specified by using the name of the proprietary product or manufacturer or vendor, the term "or equal" is always understood to follow immediately after the name of the manufacturer, vendor or proprietary products. The materials or equipment so specified have been selected as being most suitable for the service anticipated and will be regarded as standard. This is not done, however, to eliminate others equally as good and efficient. The Contractor should prepare his bid on the basis of the particular equipment and materials specified. The awarding of the Contract will constitute a contractual obligation on the part of the Contractor to furnish the specified equipment and materials. Should the Bidder desire to submit, for consideration, an unspecified product or products as equal to those specified, the Bidder shall furnish, as detailed below, a listing of any products he proposes to incorporate in the work other than those specified herein by manufacturer's name. This listing shall be accompanied by descriptive information for each unspecified product or products, including, as �-+ applicable, detailed drawings and Specifications, certified operation data and experience records. The Owner reserves the right to reject any unspecified product or products submitted which require changes in design, construction or other changes which may increase the contract price for the performance of any of the separate contracts of the Project. The alternate product or products submitted by the Bidder shall meet the requirements of the Specifications and shall, in all respects, be equal to the products specified by name herein and shall be approved by the Engineer. 1.4.7. Materials & EauiDment (Cont'd) 'o' The Engineer shall be in receipt of all substitution submittals at least twelve (12) working days prior to receipt of bids in order to evaluate the items and notify all Bidders. All Contractors on the list of Bidders shall be notified by certified mail of the approved list of substitute manufacturers which will be mailed no later than six (6) working days before the receipt of bids. No additional substitution request will be entertained by the Engineer after the letter has been sent. Imn The Contractor shall not consider or use any substitute items which have not been prequalified and are not included in the letter containing the approved list of substitutes. PEI The Contractor shall be responsible for any and all additional costs associated with redesign, redrawing, re-engineering and revisions to other contracts resulting from the use of the approved substitute. All material for approval as a substitute shall be submitted by the bidding Contractor. RM M, 1.4.8. Suberintendence and Workers Contract Supervision - The Contractor shall maintain an office near the site with adequate provision for receiving and delivering messages, at all times, from start until completion of the work. He shall, at all times when the work is in progress, keep a competent representative or superintendent on the work site who shall have full authority to receive and execute orders. Complete copies of Plans and Specifications shall be kept at such office at all times and individual copies of drawings shall be kept at locations where they apply. r� The Contractor shall make available to the Engineer and Owner, a means for (24) hours per day, (7) days per week contact with his organization, through an emergency telephone number with at least one alternate, to be supplied to the Engineer and Owner at least ten (10) days prior to the commencement of work on the Project. These numbers shall be kept current and up-to-date. The Contractor shall give the work constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer and with other Contractors authorized to perform work adjacent to or within the physical limits of the Contract. FMI FM9 M9 1.4.8. Superintendence and Workers (Cont'd) M+ The Contractor shall furnish the Engineer and Owner and his Inspectors with every reasonable facility for ascertaining whether or not the work is being -done in accordance with the requirements of the rM9 Contract. The Contractor shall furnish, construct and maintain whatever may be necessary of walkways, platforms, ladders, stairways and other �' facilities of usual and suitable character and adequate strength to provide properly for all operations of construction and inspection of work under the Contract. Workers - The workers shall be competent and shall perform their work in a neat and workmanlike manner. Any worker not properly rM9 qualified for his work orwho is doing it in an unsatisfactory manner or contrary to the Specifications or the Engineer's instructions, or who is disorderly, shall be discharged, if so requested by the Engineer, and shall not be employed again on the Project except with the approval of the Engineer. The superintendence and the number of workers shall be sufficient, in the opinion of the Engineer, to insure the completion of the Project with the time stipulated therefore. r•+ rn M" M" r I" P" M9 Mr M 1.4.9. Construction Equiument Good equipment only shall be used, and it shall be in proper working condition. Sufficient equipment shall be used to insure the completion of the Project within the time specified. The equipment shall be operated so as not to damage public or private property. When a specific type or character of equipment is called for it shall be provided and used. All equipment shall be subject to the approval of the Engineer. The Engineer shall have the right to reject or condemn any piece of plant, apparatus, staging or other appliance which, in his opinion, �-+ is improper or inadequate, but whether the Engineer exercises this authority or not, the Contractor shall not be relieved from his sole responsibilty for the safe, proper, and lawful construction, maintenance and use of such plant, apparatus, staging, or other appliance. If, in the opinion of the Engineer, the rate of progress of the work is not such as to insure its completion within the Contract time, the Engineer shall have the right to recommend that the Contractor employ more workers or increase his plant, and the Contractor shall forthwith comply with these recommendations, at the expense of the Contractor. If the Contractor or hMR is subcontractors do not own all or part of the equipment required, a written statement shall be submitted by the Contractor or his subcontractors, respectively, of the name and address of the owner or owners, stating that an agreement has been made to lease or loan the equipment and that in event of default, as set forth in Article 1.7.6., the Owner has the right to take over and use such equipment or cause it to be used for completing the Project. 1.4.10. Workina Site Any space that the Contractor may require for plant, equipment, storage or other purposes, in addition to that available therefor at the site of the Project, shall be procured by the Contractor and the �+ cost thereof shall be included in the prices bid for the various items scheduled in the Proposal or Lump Sum bid. In the event of default as set forth in Article 1.7.6., the Owner has the right to take over and occupy such space, or cause it to be occupied, for the purpose of completing the Project, at the Contractor's expense. If leased, the lease shall contain a provision that in event of default by the Contractor, the lease may be assigned to the Owner or its nominee, at the Owner's or its nominee's option, and copies of all such leases shall be provided to the Owner. The Contractor agrees in event of said default, that he will make such assignment. M "M ral 1.5.1. Duties of Enaineer SECTION 5 CONTROL OF THE WORK The Engineer will furnish Plans and Specifications and 'review monthly and final certificates as provided in Article 1.8.5. He will M give instructions necessary to attain due and full effect of the provisions of the Specifications. Should any differences of opinion arise as to the meaning or intent of the Plans and Specifications, his decision shall be final and conclusive. All materials and work shall be subject to his inspection and acceptance provided, however, that his acceptance of materials furnished or work performed does not commit the Owner to acceptance thereof if said materials or work do not conform to the requirements of the Specifications. This section shall not limit the right of the Engineer to observe, r-� evaluate and approve the work in the best interest of the owner. 1.5.2 Plans and Specifications Plans and Supplementary Specifications for the Project, and the Standard Specifications, form a part of the Contract and are on file ^ with the Engineer and Owner. One or more copies of the Plans and Specifications shall be kept at the site of the Project by the Contractor. ^ The successful bidder will receive three (3) copies of Plans and Specifications without charge, upon award of the Contract. Additional MIR copies of Plans and Specifications may be purchased by the successful bidder upon payment of the costs as noted in the Notice and Advertisement to Bidders. Additional plans may be purchased upon payment of $2.00 per sheet. Specification pages may be purchased upon payment of $0.25 per page with copy of one side. On the Plans, figured dimensions shall govern in case of discrepancy between scaled and figured dimensions. If any discrepancy is found between the Plans and Specifications, the Specifications shall govern. If there is a discrepancy between the Standard Specifications and the Supplementary Specifications, the requirements of the Supplementary Specifications shall govern. The Engineer shall have the right to correct apparent errors or omissions in the Plans and Specifications. ^ ^ F" PER 1.4.10 Workinq Site (Cont'd) M1+ Building, fences, and miscellaneous temporary structures erected by the Contractor shall be neat in appearance and acceptably painted. No advertising matter, other than Contract information and the name and MMR address of the Contractor shall be displayed on the work. All such advertising, its location and size, shall be subject to the approval of the Engineer. "M' The Contractor shall provide his own access to the site of the work. Any roadways or other facilities required for this purpose shall be constructed and finally removed by the Contractor at his own MM expense. All open excavations and other hazardous areas shall be safeguarded by the Contractor to the satisfaction of the Engineer by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons and damage to property. The Contractor Shall provide adequate lighting, at his own cost and expense, such as to permit proper workmanship and inspection on all operations which may be performed during hours of darkness. P, 1.4.11. Contractor's Oraanization The working force, equipment and working site, provided by the Contractor for the Project, shall at all times be adequate and sufficient to insure the completion of the Project within the time �► stipulated therefor. When, in the opinion of the Engineer, either the working force, the equipment at the working site, or any or all of them, are inadequate or insufficient to insure completion within said time, the Engineer may order the Contractor to correct the deficiency, and the Contractor shall comply with such order. The Contractor and his subcontractors shall not engage, on a full or parttime or other basis during the period of the Contract, any of the professional or technical personnel of the Engineer's office, or of any state, county or municipality, who are or have been at any time during the period of the Contract, or for thirty (30) days prior to the award of the Contract, in the employ of such public agencies, except regularly retired employees, without the written consent of the �.,.� employer of such personnel. n P9 P19 P" F" raq 1.5.3. Working and Shots Drawings and Data ism The Contractor shall prepare such working drawings as are necessary to show in detail the temporary work and methods of construction he proposes to use. In order to satisfy the Engineer that the plans and methods he proposes using in constructing the work P09 will furnish a completed structure in strict accordance with the Plans and Specifications, and within the time limit required, the Contractor shall submit such plans to the Engineer --for examination. Such ^ examination by the Engineer shall not relieve the Contractor of any of his responsibility to complete the construction in strict accordance with the Plans and Specifications. For any construction over thirty �-, (30) feet above finished grade, erection drawings -shall be provided and show in detail or shall clearly describe temporary structures, falsework and general features and capacities of erection equipment, and shall bear the name and seal of a Professional Engineer registered in the State of Florida responsbile for the design thereof . The Contractor shall prepare, check and submit to the Engineer and ^ Owner, for his review, such detailed shop or working drawings of the permanent work as may be required for carrying out the Project. These drawings will be checked by the Engineer and approved or returned for ^ correction, as promptly as the conditions will permit. The Engineer may reject drawings and not complete the check or correction when, in his opinion, the drawing(s) submitted are poorly drawn or of such quality as to require excessive and/or unusual effort for review and correction. The Contractor shall order no materials or equipment and do no work relating to said drawings before their approval. The carrying out of the work or the ordering of the materials or equipment c-► before the approval of the drawings may constitute a cause for rejection of such work, materials or equipment. No deviations from approved working drawings shall be made without the written approval of ^ the Engineer and Owner. Working drawings for steel structures shall consist of shop, erection and other drawings, showing details, dimensions, sizes and other information necessary for the complete fabrication and erection of the metalwork. Shop drawings for steel structures shall include a shop bill of materials on each individual drawing showing all pertinent �+ information, including weights of all items, together with the total weight of metal for the shop drawing. Working drawings for concrete structures shall consist of any additional detailed drawings, sketches and data sheets as may be required for the prosecution of the work, such as reinforcing bar lists, bending diagrams, drawings of falsework, bracing, centering and ^ formwork, cofferdams and masonry layout diagrams. The Contractor shall check completely the rod lists and details of reinforcement steel shown on the Plans and shall submit complete working drawings for the reinforcement steel to the Engineer for his approval. ^ n rmq rul 1.5.3. Workincr and Shop Drawinas and Data (Coni) inn It is expressly understood that the approval by the Engineer of the Contractor's working drawings relates to the requirement for design and conformance to Plans and Specifications only and that such approval does not relieve the Contractor from responsibility for errors in dimensions and elevations. The Contractor shall furnish the Engineer with such a number of blueprint copies of the working drawings as may be required for approval and construction purposes, after which one copy will be returned with corrections or marked approved, or approved as noted. �-+ Any drawings not fully aproved shall be resubmitted in the number as required above. The Contractor shall also furnish, in the number required above for working drawings, copies of catalog cuts, manufacturers' literature, manufacturers' specifications, photographs, etc., which may be required for electrical, plumbing, electronic and mechanical materials to be incorporated into the Contract. No approvals by the Engineer of such documents shall relieve the Contractor from the responsibility for erroneous or inconsistent dimensions, notations, ommissions or the proper functioning of these materials in the completed installation. The Contractor will keep one record of all Specifications, Drawings, Addenda, Modifications and Shop Drawings at the site in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer and Owner. The cost of preparing and furnishing working drawings, blueprints, copies of: catalog cuts, manufacturers' literature, manufacturers' specifications, photographs and all other graphic instruments, shall be included in the prices bid for the various items scheduled in the Proposal or lump sum bid. 1.5.4. Construction Lavout The Contractor shall provide a Florida State licensed surveyor, subject to the approval of the Owner, to layout and survey the proposed construction lines and to set grade stakes as required. The Contractor shall notify the Engineer in writing not less than five (5) calendar days in advance of when a bench mark is required. No claims shall be made by the Contractor due to delays if he fails to give such notice. The Engineer shall provide a bench mark at the project site to be used by the Contractor's surveyors. Where there is any question as to location, alignment or grade of the proposed construction, the Contractor shall report his findings to the Engineer for any decisions that must be made with regards to location or grade. M" MM P" IMM 1.5.4. Construction Lavout (Con't) The contractor shall make all necessary computations to establish the exact position of all the work from the control point which are shown on the plans or furnished by the Engineer. All the work shall be referenced to base lines which the Contractor shall establish from the control points, re-establish when necessary and maintain throughout the life of the Contract so as to permit the Engineer to make the necessary preliminary, interim, and final measurements and to check the ^ Contractor's layout if he so desires. The Contractor shall provide and maintain offset stakes outside n the limits of grading and construction. Each stake shall be identified and marked to show the offset distance from the base line and the Contractor shall furnish grade sheets showing the cut or fill to the finished profile lines with reference to the offset stakes. The Contractor shall provide adequate and accurate offset lines during such construction that will require occupation of the Base Lines by construction equipment or loss of the Base Line Points by construction operations. �..� The Contractor shall be responsible for maintaining the points he has established. Any error or apparent discrepancies found in the Plans or Specifications shall be called to the Engineer's attention for interpretation prior to proceeding with the work. The Contractor shall, in no case, make changes in the location or grade without written consent or approval of the Engineer. n The Contractor shall be responsible for the finished work conforming to the lines and grades called for on the Plans, and he shall correct all errors caused by his personnel at his own expenses. Attention is directed to the need for caution in laying out and constructing pipes and appurtenances to ascertain that these items do not encroach on private property where easements have not been obtained. r-, The cost to the Contractor of laying out the work from lines and grades furnished by the Engineer and the cost of stakes set by the Contractor, shall be included in the price bid for the various items scheduled in the Proposal, unless a_separate pay item has been included by the Engineer. M9 M, M" R" PRI RM Mwl F" R" fowl M" 1.5.5. Inspectors The Owner and Engineer shall have the right to observe all work done and all materials furnished, including the preparations, fabrication and manufacture in mill, plant, shop and field of the materials to be used, and may assign an Inspector or other authorized representative for this purpose. The Contractor shall provide all facilities necessary for such observation and shall furnish or cause to be furnished to the said Inspector or other authorized representative, safe access at all times to the places where preparation, fabrication or manufacture of materials and construction of the work in progress, as well as such information and assistance as may be required to make a complete and detailed observation. When the said Inspector or other authorized representative is in or about the premises above referred to in the course of his employment, he shall be deemed conclusively to be an invitee of the Contractor. If the Contractor is not the owner of the place where fabrication, preparation or manufacture is in progress, the owner thereof shall be deemed to be the agent of the Contractor with respect to the obligation assumed hereunder. The Contractor or his agent shall be responsible for the payment of claims for injuries to the Owner's and/or Engineer's authorized representative due to negligence on the part of the said Contractor or his agent. The cost of providing the necessary facilities, information, assistance, and protection and of satisfying claims for injuries to the Owner's and/or Engineer's representative, as specified above, shall be included in the prices bid for the various items scheduled in the Proposal. Inspectors or other authorized representatives may be stationed on the work to report to the Engineer as to the progress thereof and the manner in which it is being performed; to inform him whenever it appears that the materials furnished and the work performed by the Contractor fail to perform to the requirements of the Plans and Specifications; and to direct the attention of the Contractor to such failure. The inspection, however, shall not relieve the Contractor from his obligations to furnish materials or perform work in conformity with the requirements of the Plans and Specifications. The Contractor shall provide safe transportation for Inspectors to dredges and boats used for procuring or delivering materials to the Project. In case of performing the work until the the Engineer. any dispute as to materials furnished or the work, the inspector shall have the authority question at issue can be referred to and be The Inspectors or other authorized representatives of t or Owner shall not be authorized to revoke, alter, enlarge, release any requirements of the Plans and Specificatins, or or accept any portion of the work, or to issue instructions said Plans and Specifications. They shall in no case act as manner of to suspend decided by he Engineer relax, or to approve contrary to foreman or M MM 1.5.5. Inspectors (Con't) perform other duties for the Contractor nor interfere with the management of the work by the Contractor. Any advice which they may give the Contractor shall in no way be construed as binding on the �.., Engineer or on the Owner in any way, nor shall such advice relieve the Contractor from the fulfillment of the terms of the Contract. The Owner and its Engineer and his assistants and subordinates and �' all persons bearing the authorization of the Owner and/or his Engineer, shall have access at any time to the work and premises used by the Contractor; or to any plant or place where material is being made or PO4 stored for the work. "" 1.5.6. Unauthorized or Defective Work The Contractor shall use no materials in the work before they have been approved as provided in Article 1.4.7.; he shall perform no work before the lines, grades and benchmarks have been established and set; and he shall perform no work not provided for in the Contract unless a Change Order therefor has been issued as provided in Article 1.8.4. Work performed and materials furnished which do not conform to the requirements therefor will be rejected and shall be removed, replaced or repaired as the Engineer may direct and in a manner satisfactory to him, at the Contractor's expense. Materials which have been rejected, the defects of which have been subsequently removed or corrected, shall not be used unless approved by the Engineer. ''l' All work and materials which do not conform to the requirements of the Contract Documents shall be considered as defective work. �•, Any defective work, whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause, found to exist prior to acceptance of final payment for work, shall be removed immediately and replaced by work and materials which shall conform to the Specifications or shall be remedied otherwise in an acceptable manner as authorized by the Engineer. This clause shall have the full effect regardless of the fact that the defective work may have been done or the defective materials used with the full knowledge of the Inspector. The fact that the Inspector in charge may have previously overlooked such defective work may have been done or the rte, defective work shall not constitute an acceptance of any part of it. Any work which may be done by the Contractor prior to approval of Contract, work done contrary to or regardless of the instructions of the Engineer, work done beyond the lines shown on the Plans, or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the Contract. Work so done may be ordered removed or replaced at the Contractor's expense. n f" 1;;;l P" 1.5.6. Unauthorized or Defective Work (Cont'd) PM+ Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer, made under the provisions of this Article, the Engineer shall have authority to cause defective work to "19 be remedied or removed and replaced, and unauthorized work to be removed and to deduct the costs from any monies due or to become due the Contractor. 1.5.7. Claims for Additional Compensation or Extension of Time When the Contractor deems that additional compensation or extension of time is due him for work required to be performed or materials required to be furnished which, in the opinion, cannot be classified under the scheduled items of work and which have not been covered by a Change Order as hereinafter specified in Article 1.8.4., and it is his intention to make claim therefor, he shall notify the Engineer in writing of such intention before he begins the work or furnished the opportunity to modify the design or construction procedure, or both, before the Contractor begins the work or furnishes the materials in question, and the opportunity and proper facilities for keeping account of the actual cost of such work and materials after the work begins. If such notice is not given in writing, or if the Engineer is not afforded such opportunity and facilities, then the Contractor shall and hereby does agree to waive the claim for such additional compensation or extension of time or both. However, if the Contractor has complied with the foregoing provisions, this circumstance in no way shall be passed on by the Engineer and/or Owner �a and, if he finds it to be justifiable under the provisions of the Contract, the work or materials in question will be paid for under an appropriate Change Order. Attention is directed to the provisions of Article 1.8.4., regarding limitation of increase and reduction of quantities of major scheduled items and Article 1.8.5., Payments. MM 1.5.8. Acceptance of Work When M09 notify the advise the before the P09 Contractor acceptance RM ran the Project has been completed, the Contractor shall so Engineer. If it is not acceptable to the Engineer, he will Contractor as to the particular defects to be remedied final acceptance will be made. Payments made to the before the final acceptance do not commit the Engineer to of the Project. P*1 1.5.8. Acceptance of Work (Con't) 'w� The Owner shall not be precluded or estopped by any measurement, estimate or certificate, made either before or after the completion and acceptance of the Project and payment therefor, if such measurement, FMR estimate or certificate is found to be in error or untrue, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate or certificate is incorrectly made or"untrue, or that the work or materials do not conform in fact to the requirements of the Contract. The Owner shall not be precluded or estopped, notwithstanding any such measurement, estimate or certificate, and �^+ payment made in accordance therewith, from recovering from the Contractor and his Surety such damages as it may sustain by reason of the Contractor's failure to comply or to have complied with the terms of the Contract. Neither the acceptance of the whole or any part of the Project by the Engineer or by any representative of the Engineer, nor any payment made for the work, nor any extension of time granted by Contractor, nor any possession taken by the Owner, shall operate as a waiver of any portion of the Contract or of any power herein reserved, or of any right to damage therein provided. A waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach. M M pal M" tn9 SECTION 6 M+ LEGAL & PUBLIC RELATIONS 1.6.1. Insurance The Contractor shall not commence work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, -nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been obtained and approved. The insurance companies indicated in the certificates shall be authorized to do business in the State of Florida and shall be acceptable to the Owner. In carrying out the provisions of this Contract or in exercising any power or authority granted them by their position, there shall be no liability upon the Owner or Engineer, and their authorized representatives or assistants, either personally or otherwise; it being rM9 understood that in such matters, they act as agents and representatives of the Owner. f=9 The Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, M9 employees or sub -contractors. The cost of such insurance shall be included in the Contractor's bid. fool The Contractor shall include all sub -contractors as insured under its policies or shall furnish separate certificates and endorsements for each sub -contractor. All coverages for sub -contractors shall be subject to all of the requirements stated herein. Any deductibles or self insured retentions must be approved by the Risk Manager for Indian River County with the ultimate responsibility for same going to the Contractor. A written safety inspection plan must be submitted to the Indian mg River County Risk Management Department for approval prior to the signing of the Contract. M The Contractor's insurance coverage shall be primary. The insurance policies procured shall be occurrence forms, not claims made policies. M" n Rol r" M 1.6.1. Insurance (Cont'd) �+ The Contractor will be required to provide insurance of the prescribed types and minimum amounts as set below: a. Workers' Compensation Insurance - The Contractor shall procure and shall maintain, during the life of this Contract, Worker's Compensation Insurance, as required by the State of Florida, for*all of his employees to be engaged in work at the site of the project under `1 this Contract and in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees to be engaged in such work R-, unless such employees are covered by the protection afforded by the Contractor's Workers' Compensation Insurance. Employer's Liability - $500,000.00. b. Contractor's Commerical General Liabilitv Insurance, Includinq Contractual Liabilitv Insurance and Completed Operations Insurance, - The Contractor shall provide minimum limits of liability of One Million Dollars ($1,000,000.00) per occurrence combined single limit for bodily injury and property damage. Contractual Liability Insurance to include coverage for the liabilities assumed under Article 1.6.2., 1.6.6. and 1.6.8. IMM If any part of the work under the Contract is to be performed by a subcontractor, the prime Contractor shall carry, on his own behalf, Contractor's Protective Liability Insurance for both bodily injury and property damage for the same limit as specified above, and be 1=9 responsible for each subcontractor maintaining liability insurance as specified above. ,on The coverage provided shall include, but not be limited to: broad form property damage; premises/operations; contractual liability; completed operations; independent contractor's protective liability; tt "Explosion,," tt tt tt tt protection against tt X Explosion, C "Collapse" and ti U '�' "Underground"; and "Aircraft," if the latter is applicable. c. Business Automobile Liabilitv Insurance - To provide coverage �+ for all owned, non -owned, hired, leased and rented vehicles and automotive construction equipment with bodily injury limits of no less than Five Hundred Thousand Dollars ($500,000.00) each person, Five Hundred Thousand Dollars ($500,000.00) each accident, and property damage limits of no less than Five Hundred Thousand Dollars ($500,000.00); or combined single limits per accident for bodily injury and property damage of no less than One Million Dollars ($110001000. 00) . P9 FMI MR Pon 1.6.1. Insurance (Con't) d. Builders's Risk - The Contractor shall procure and shall maintain, during the life of this Contract, Builder's Risk coverage written as All Risk with limits equal to 100% of the completed value of the structure(s). A Machinery/Equipment Endorsement shall provide coverage during transit and installation. e. All Risks Includina Transportation Insurance - On all materials �-, delivered to the posession of the Owner as required by Article 1.8.5., Payment. Railroad Protective Liability Insurance, and Builders' All Risk Insurance shall also be provided on a 100% completed value basis on the insurable portion of the project. �+ The Owner, the Engineer, the Contractor and subcontractors, as their interests may appear, shall be named as the insured. f. Proof of Carriaae of Insurance - The Contractor shall furnish the Owner with satisfactory proof of the insurance herein required prior to signing of contracts to the Indian River County Risk Management Department. This proof shall consist of one certified copv of the policies, not certificates of insurance, of each insurer insuring the Contractor or any subcontractor employed under the Contract, which certificates shall contain the following information, r, (except in the case of Worker's Compensation Insurance, Items 1, 2 & 4 will be sufficient) : �, 1. Name and address of the insured; 2. Number of the policy and the type or types of insurance in force thereunder on the date borne by such certified copies of the r9 policies; 3. The expiration date of the policy and the limit or limits of rQ9 liability thereunder on the date borne by such certified copies of the policies; 4. A statement that the insurance of the type afforded by the policy applies to all the operations of the project which are undertaken by the insured during the performance of his contract or subcontract. This insurance specifically applies to all acts, omissions or activities of any subcontractor relating thereto, as well as the Contractor; rwi M 1.6.1. Insurance (Cont'd) r� 5. A statement showing the methods of cancellation. If cancellation may be affected by the giving of notice to the insured and Owner by the insurer, the policy shall provide that "PI cancellation shall not be effective until 30 days after receipt of such notice. All policies listed above shall, with the exception of workers compensation and employers liability, additionally name the Owner and Engineer as the "insured." All policies required shall be secured from an agency of an insurance company which is duly licensed to conduct such business in the State of Florida and which has an established place of business in mot the State. All insurance policies shall be placed with insurers with a Best's rating of no less than A + VII. A Certificate of Insurance attesting to the required coverages shall be provided to the Owner prior to Owner's obligation to issue the notice to proceed, and in any P"' event prior to the commencement of the work. Upon request, Contractor shall furnish a copy of any or all of the above required policies of insurance. The Contractor shall obtain necessary endorsements to make r.., Owner an additional insured under each of the coverages listed above with the exception of Workers Compensation and Employers Liability. Further, the Owner shall be entitled to thirty (30) days notice prior to cancellation of the above coverages, which notice period shall be reflected in the Certificate of Insurance. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate said policies of insurance. In addition, the Contractor shall furnish evidence to show that the public agencies listed in Section 9 of these specifications, are covered by the Contractor's General Liability Insurance by furnishing copies of the insurance documents proving their coverage. Fol 109 M F09 Pmt fpm -faq CERTIFICATE OF INSURANCE PLEASE TAKE NOTE OF THE FOLLOWING 1. DESCRIPTION / SPECIAL ITEMS MUST READ INDIAN RIVER COUNTY, FL, TO 6E ADDED AS ADDITIONAL INSURED. 2. CANCELATION MUST READ ENDEVOR TO IS TO 6E DELETED AND IT IS 30 DAYS WRITTEN NOTICE, c1cor XAN I sUE DATE (MMrOO/Y� RODLICEA "g CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, f EXTEND OR ALTER THE i COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANYf LETTER A COMPANY E3 ` ISURED LETTER COMPANY C LETTER i COMPANY D 1 Imo, COMP. LETTER � E l L 71:1' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN fSSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1110ICATED. NOTWITHSTANDING ANY REQUIREMENT. TERGA 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 CONDI- TIONS OF SUCH POLICIES. plL"IL1TY TYPE OF INSURANCE POLICY NUMBER LIMITS IN THOUSANDS i IMMIi CAR PAWAXYM �� �'R CY E0AVM1 • A �• ���,. CKCuRAE'eCE AGGREGATE GENERAL LIABILITY BOOnY '� x COMPREHENSWE FOR.0 'I""Ay S loo $ zoo % .x PREWSES/OnRATIONS UUNDERGS ROUND PROPERTY DAMAGE $ 1,000 $ 1,000MPLO,. X COLLAPSE Iuzn�D x PPMUC TSXOMPLETED OPERATIONS x CONTRAtTUu c°ia`R� $ 1, 000 $ 11000 X IMJEPENDEW COATRACrORS x BROAD FORM PROPERTY OAMACE PERSOfm kAw i x PERSONAL VUJRY $ 1 , 000 AUTOMOBILE uAf11LITY - - —T %;CIE'S AW AUTO X ALL OW WED AUTOS (PRN. PASS.) FIRM $ 500 • . �'f t ULT x ALL OWNED AUTOS ($av PASS. ) X HIRED AUTOS �m $ 500 = .—. X NONMED AUTOS PROPERTY OAwAGE 5 500 COAAGE LLA8ILITY S' �• I.,r- Ila t PO $1,000 EXCESS UABILrTY UMBRELLA FOR.,,, �it�tED $ $ OTHER TWW UMBRELLA FORM IM WORKERS* COPENSATION tTAMORY� ! `�=L`j�.�Pr �� AND iW S 100 __J_ EMPLOYERS'' EPLOYERS' LIABILITY �'; S SOO �F1 S l.Y _ 1 00 . -. OTHER l Railroad Prot. L -abi 1 i t y' 100% Completed Proj ect Builders' Risk Value ;CRIPTION OF OPERATIONSr .00ATK>NS1YEHJCLESISPECLAL ITEMS Indian River Countv is to be named as additional insured for this project: ' Indian River County Project #UW -93 -30 -DC County Route 510/U.S. Highway #1 Water Transmissio •'' INDIAN RIVER COUNTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ETC - n 18 4 0 2 5th Street PIRAT DATE THEREOF, THE ISSUING COMPANY WILL )EK0CXVVQXWx I AIL �. DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, 1W FAA.URE TO WAIL SUCH NOTICY SHALL •CPOSE NO 01 LIGATION OR LIA04JTY Vero Beach, FL 32960 OF ANY KIND UPON THE COMPANY, Rs ACCENTS OR REPRESENTATIVES. ; AWHOFUZEO REPRES=•"•'rF-= f - G MM M9 r" F" 1.6.2. Damage Claims The Contractor shall indemnify and save harmless the Owner and Engineer, their officers, agents and servants and each and every one of them against and from all suits and costs of every kind and description and from all damages to which the Owner and Engineer, any of their officers, agents or servants may be subjected by reason of injury to the person or property of others resulting from the performance of the Project, or through the negligence of the Contractor, or through any improper or defective machinery, implements of appliances used by the Contractor in the performance of the Project, or through any act or omission on the part of the Contractor or his agents, employees or servants; and he shall further indemnify and save harmless the Owner and Engineer, their officers, agents and servants from all suits and actions of any kind or character whatsoever which may be brought or instituted by any subcontractor, materialman or laborer who has performed work or furnished materials in or about the Project or by, or on account of, any claims or amount recovered for any infringement of patent, trademark or copyright. The cost of such indemnification shall be included in the prices bid for the various scheduled items in the Proposal. So much money due to the Contractor under and by virtue of the Contract as shall be considered necessary by the Engineer may be retained by the Owner and held until such suits, actions, claims or amounts shall have been settled, and suitable evidence to that effect furnished to the Owner and Engineer. It is specifically agreed between the parties executing this Contract that it is not intended by any of the provisions of any part of the Contract to create the public or any member thereof a third mot party beneficiary hereunder, or to authorize anyone not a party to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. 1.6.3. Laws, Ordinances and Reaulations The Contractor shall observe and comply with all federal and state laws, rules and regulations, and local ordinances, that affect those engaged or employed on the Project, the materials or equipment used, or the conduct of the work. Attention is called to the following specific regulations: Establishment of an eight-hour working day for laborers, workers and mechanics and requiring payment of prevailing rates of wages (if specified in the Supplemental Specifications) and providing penalties �+ for violations. r+ 1=9 n MMI 1.6.3. Laws. Ordinances and Reaulations (Cont'd) ,o, Laborers, workers and mechanics hired for the performance of work under this Contract or any subcontract hereunder, neither the Contractor or his subcontractors, nor any person acting on their behalf shall, by reason of race, creed, color, national origin or ancestry, Mol discriminate against any citizen who is qualified and available to perform the work to which the employment relates. �+ Neither the Contractor or his subcontractors, nor any person on their behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin or ancestry. That this Contract may be cancelled or terminated by the Owner and all money due or to become due hereunder, may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Contract. M9 The Contractor, as a condition of the Contract, shall and hereby does agree that in the performance of the Project, only domestic materials and manufactured and farm products of the United States will be used, whenever available, unless otherwise specifically provided in the Supplementary Specifications with respect to any material or equipment which the Engineer may deem available to except from this requirement in the interest of the Owner. The Contractor, as a condition of the Contract, shall and hereby does agree to give a suitable warranty that no person or selling agency P., has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business, for the violation of which warranty the Owner shall have the right to annul such Contract without liability or in its descretion to deduct from the Contract price or consideration the full amount of such commission, percentage, brokerage or contingent fee. ,14 The Contractor shall comply with any Statutes pertaining to Child Labor. The Contractor shall comply with any relative Safety Code for `�' Workers in the Construction Industry, and the rules and regulations of the Department of Labor and Industry promulgated to implement and supplement this law. r� The Contractor shall comply with the "Occupation, Safety and Health Act" and all current amendments as listed in the Federal �, Register. This includes the "Trench Safety Act" of October 1990. fW9 1.6.3. Laws, Ordinances and Requlations (Cont'd) fm Rules and Regulations Concerning Precautions to be taken in the Proximity of High -Voltage Lines for the Prevention of Accidents shall be followed. MM Rules and Regulations Governing Blasting on Construction and Related Operations shall be followed. ' ro" Attention is also called to soil removal ordinances which may be in effect in municipalities, governing the removal of soil materials within the municipal limits. It shall be the responsibility of Bidders and the Contractor to ascertain the existence and provisions of any such ordinances that may affect their bids and the prosecution of the Project. �' State and Local rules and ordinances relating to Soil Erosion Control Measures shall be followed. The Contractor shall comply with the Florida Department of Environmental Regulation's requirements concerning the handling of all solid waste materials generated during construction. Disposal must be in an approved licensed landfill site. rpr r=r fmn rq MM r r, M M9 1.6.4. Federal Aid VW9 When the Project is carried out with Federal Aid, it shall be subject to inspection and approval by the Federal agencies involved and in accordance with the rules and regulations promulgated by it, r=4 pursuant to any Act of Congress relating thereto. 1.6.5. Permits and Licenses n Except as otherwise hereinafter provided, the Contractor shall procure all required permits and licenses, pay all charges and fees r -i therefore, and shall give all notices necessary and incident to the due and lawful prosecution of the Project. The cost thereof shall be included in the prices bid for the various items scheduled in the Proposal. Before the Contractor performs dredging or channel excavation within any waterways for the procurement of materials, or performs therein other work on his own, when such work is not part of the permanent or temporary work provided for in the Contract, he shall advise the District Engineer, Corps of Engineers, U.S. Army, Division of Water Policy and Supply, State of Florida Department of Environmental Regulation and State Water Management District of his intended work. If the waterway is not tidal, he shall notify the State Division of Water Policy and Supply, State of Florida Department of Environmental Regulation and State Water Management District. The Contractor shall procure all necessary permits for such work from the above named agencies having jurisdiction and interest and shall comply r+ with their rules and regulations in the performance of the above of riparian grants or leases issued by the Department of Natural Resources, the Contractor shall procure from the grantees or lessees ,..� consent for -such work and for the necessary occupation of the premises. Charges for permits and all other charges by the above named agencies, grantees and lessees in connection with the work described above, shall be paid to them direct by the Contractor and shall be included in the unit prices bid for the various items scheduled in the Proposal. If any permits have been procured by the Owner, the Contractor r-+ shall comply with the conditions of the permit and shall advise such agencies and parties of his proposed operations and obtain their cooperation and such supplemental permission as may be necessary. Copies of all permits secured by the Contractor shall be filed with the Owner and the Engineer. Pon Copies of all formal permits secured by the Owner or his Engineer shall be posted at the job site field office. r-+ MM P4 1.6.6. Responsibilitv for Work PEI The Contractor assumes full responsibility for materials and equipment employed in the construction of the Project and agrees to make no claim against the Owner for damages to such materials and equipment from any cause whatsoever. Until its final acceptance, the 'E' Contractor shall be responsible for damage to or destruction of the Project, or to any part thereof, due to any cause. �+ The Contractor shall make good all work damaged or destroyed before the final acceptance of the Project and the cost thereof shall be included in the prices bid for the various items scheduled in the n., Proposal. 1.6.7. Explosives Explosives shall be stored safely under lock and key. The storage places shall be marked plainly DANGEROUS EXPLOSIVES and be in the care of a competent watchman at all times. The storing and handling of explosives and highly flammable materials shall conform to the Federal Regulations relating thereto. Proper means shall be used to avoid blasting damage to public and private property. Flagmen shall be provided, when necessary, who shall warn and keep traffic from the danger area, and all persons within the danger area shall be warned and given time to withdraw. The cost of the above shall be included in the PEI prices bid for the appropriate items scheduled in the Proposal. The bringing of the explosives within the Project limits and the ,�, performance of any blasting shall not be done except with prior written permission of the Engineer and in conjunction with the appropriate Federal Rules and Regulations. 1.6.8. Public Safetv and Conveniences �+ The safety, protection and convenience of the public and adjacent residents are of primary importance and shall be provided for by the Contractor in an adequate and satisfactory manner. The Contractor shall provide and maintain ingress and egress for all residences and places of business located within construction limits. Adequate temporary crossings shall be constructed and maintained where access to adjacent property is desired, whether for convenience or fire protection. All fire hydrants shall, at all times, be left clear of obstructions and readily accessable to fire apparatus and no materials or other obstruction shall be placed within ten (101) feet of a fire r-� hydrant. Fire alarm boxes shall be maintained so as to be readily accessible and open to view. P'q 1.6.8. Public Safetv and Convenience (Cont'd) Trucks hauling material shall have tight tailgates and shall be loaded with adequate freeboard of not less than three (3") inches, without precarious cones or piles of material. The Contractors shall provide for prompt removal from existing roadways of all dirt and other materials that have been spilled, washed, tracked or otherwise deposited thereon "by his hauling and other operations, whenever the accumulation is sufficient to cause the formation of mud, interfere with drainage, damage pavements or create a traffic hazard. fem The Contractor shall employ construction methods and means that will keep flying dust to the minimum. He shall provide for the laying ran of dust preventatives on the Project, and on the roads, streets and other areas immediately adjacent to the Project limits, wherever traffic or buildings that are occupied or in use are affected by such dust caused by his hauling or other operations. The materials and methods used for dust laying shall be subject to the approval of the Engineer. Neither oil nor kerosene shall be used to control dust. r+ Precaution shall be exercised at all times for the protection of persons and property. The Contractor shall comply with all applicable federal, state and local laws governing safety and shall provide all safeguards, safety devices and protective equipment, and take any other needed actions on his own responsibility, or as directed by the Engineer, as reasonably necessary to protect the life and health of personnel on the job, the safety of the public, and to protect property during the construction of the Project. Also, the safety provisions of building and construction codes shall be observed. Machinery, equipment and other hazard of whatsoever character, shall be guarded in accordance with the safety provisions of the current "Manual of Accident Prevention in Construction," published by the Associated General Contractors of America, to the extent that such provisions are not inconsistent with applicable federal, state and local laws and regulations. The Contractor will be required to furnish sufficient qualified uniformed traffic control officers for each crew of workers at his own expense to protect the workers whenever working within or adjacent to streets, roadways, or railroad tracks, and shall instruct the workers regarding the hazards involved within the areas of streets, roadways and/or railroad tracks. If any operation, practice or condition during the course of the M9 work is unsafe or is deemed by the Engineer to be unsafe, the Contractor shall take corrective action. Where any operation, practice or condition endangers persons or property, it shall be discontinued ro, and adequate remedial action taken before the affected part of the work is resumed. rol 1.6.8. Public Safetv and Convenience (Cont'd) The Contractor shall not start any fires within the Project limits or the adjacent areas without first obtaining the necessary permits that may be required by all or any of the various levels of government. The cost of carrying our the foregoing provisions shall be included in the prices bid for the various items scheduled in the Proposal. 1.6.9. Accident Prevention Precaution shall be exercised at all times for the protection of persons and property. The safety provisions of applicable laws, �.., building and construction codes, and the rules and regulations of the Department of Labor and Industry, shall be observed. Machinery, equipment and other hazards of whatsoever character shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction," published by the Associated General Contractors of America, to the extent that such provisions are not inconsistent with applicable federal, state, and local laws and r-+ regulations. If any operation, practice or condition during the course of the Rol work be deemed by the Engineer to be unsafe, the Contractor shall take corrective action when notified in writing by the Engineer. However, where in the opinion of the Engineer, any operation, practice or condition endangers person or property, it shall be discontinued and ''' adequate remedial action taken before the affected part of the work is resumed. The Contractor shall provide such equipment and facilities as are necessary or required for first aid service to any who may be injured in the progress of the work, and he shall have standing arrangements with local hospitals for the removal and hospital treatment of any employee who may be injured or who may become ill. The Contractor shall keep records of all accidents, including in such records such data as may be required by the Department of Labor of the State of Florida and/or the Federal Occupation and Safety Health Act. F" The Contractor must promptly report in writing to the Engineer and the Owner, all accidents whatsoever, arising out of or in connection PEI with the performance of the work, whether on or adjacent to the site, which cause death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported r29 immediately by telephone to the Engineer. M" F" 1.6.9. Accident Prevention (Cont'd) ,19 If any claim is made by any third person against the Contractor or any subcontractor on account of accident, the Contractor shall promptly report the fact in writing to the Engineer and the Owner, giving full details of the claim. rol Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility for safe prosecution PEI of the work at all times. 1.6.10. Property Damaae The Contractor shall not enter on or make use of private property in the presecution of the Project unless written permission therefor is secured in duplicate, from the private property Owner, one copy of which shall be filed with the Engineer. He shall promptly restore or repair, without cost to the Owner and in a manner satisfactory to its �•, Owner, property damaged or destroyed by his operations. Special attention shall be given to the protection of existing landscape features and natural vegetation. 1.6.11. Public Utilities M+ Utilities as referred to herein, shall be understood to mean utilities of the Owner as well as publicly owned utilities and other privately owned utilities. Within the site of the Project there may be utility structures, and notwithstanding any other clause or clauses of this Contract, the Contractor shall not proceed with his work until he has made diligent inquiry at the offices of the Engineer, the utility companies and municipal authorities or other owners, to determine their exact location. Sufficiently prior to the Pre -Construction meeting, the �+ Contractor shall notify, in writing by certified mail return receipt requested, the utility companies and municipalities or other owners involved, of the nature and scope of the Project, the time and location of the meeting and of his operations that may affect their facilities or property. A copy of such notices and signed return receipt shall be sent to the Engineer. ''' Except as otherwise specifically provided, the Contractor shall be responsible for the safety, protection, maintenance and final restoration to as useful, safe and durable a condition as existed prior n to construction, of all surface and subsurface utilities (together with all parts and appurtenances thereof), facilities, streets, waterways, structures and other properties at or near the site. Mn M P" P" 1.6.11. Public Utilities (Cont'd) Before the Contractor begins any work or operations in the vicinity of subsurface structures, he shall carefully locate such structures and conduct his operations so as to avoid any damage to ,.., them. Unless otherwise specifically stated herein, the Contractor shall be responsible for the continuity of service of all overhead, surface and subsurface utilities affected by his operations, and shall maintain them in a safe and satisfactory operating condition. The Contractor shall, at his own expense, make good any direct or indirect damage that may be done in the course of construction to any utility structure or property through or by reason of the prosecution of the work. The liability of the Contractor under this covenant is absolute and is not dependent upon any questions of negligence on his part or on the part of his agent, servants, employees, subcontractors or suppliers, and the neglect of the Engineer to direct the Contractor to take any particular precaution or to refrain from doing any particular thing shall not excuse the Contractor of any such damage in any case. The Contractor shall carry out his work carefully and skillfully and shall support and secure all utility structures so as to avoid damage to them. Flow in drains and sewers shall be satisfactorily maintained. He shall not move, without the Owner's consent, any utility structures, and at the completion of the work, their condition shall be as safe and permanent as before. When utility structures, "`n facilities or equipment are demaged by the Contractor, he shall notify their owners, who may cause the damage to be repaired at the Contractor's expense. If the cost thereof be not paid by the FM9 Contractor within thirty (30) days after repairs have been completed, the Owner may retain an amount sufficient to cover the cost from any monies due or that may become due the Contractor under this Contract. House service connections damaged by the Contractor shall be repaired �' by competent, skilled mechanics. When the removal, relocation or replacement of utility structures or facilities is deemed essential for the proper execution of the Contract, the cost of such work shall be included in the prices bid for the various appropriate items scheduled in the Proposal, unless specifically provided for in the form of Proposal. A partial list of some of the utilities located within or adjacent to the Project limits is located in Section 9 of these General Provisions or on the plans. M9 !"1 Fem 1.6.11. Public Utilities (Cont'd) 109 It is understood and agreed that the Contractor has considered in his bid, all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional rol compensation will be allowed for normal delays, inconvenience, or damage sustained by him due to any interference from the said utility appurtenances or the operation of moving them. R9 1.6.12. Existinct Monuments Existing monuments and title stones which need not be removed, shall be left in place and protected by the Contractor against damage and dislocation. When relocation or change in the grade of existing monuments is necessary, they shall be protected in their original position until their removal is approved by the Engineer, and shall be reset when directed by a licensed land surveyor, and in conformance with the new lines and grades. Monuments and title stones that are to �+ be left in place or reset and are moved without approval of the Engineer, shall be replaced at the Contractor's expense. The resetting of monuments as provided above, and payment therefore, shall be included in the prices bid for various items scheduled in the Proposal. 1.6.13. Haulinct Restrictions The Contractor shall be responsible for all hauling done on the Project and on highways adjacent thereto in connection with the 11MI Contract. The Contractor shall comply with all applicable federal, state and local laws concerning hauling restrictions on highways. MM Mel �11 R" �0 SECTION 7 ram PROCEDURE AND PROGRESS 1.7.1. Commencement and Procedure The Contractor shall commence work within ten (10) calendar days after the date of mailing the fully executed Contract and the receipt of the Notice to Proceed and shall continue without interruption until the work is completed, except as provided in Article 1.7.3. The sequence of work shall conform to the progress schedule submitted in accordance with Article 1.3.2., provided, however, that said schedule may be modified from time to time as directed or approved by the Engineer. The Contractor shall give the Engineer not less than seven (7) calendar days notice of the time and place or places he will start the work. The Contractor shall send notices to the proper Municipal Officials in which the Project is located. The notices shall be sent out before work on the Project is begun. The notices shall be published at least twice in at least two newspapers published in the County. One such newspaper must be of a daily nature. Such publication shall be made before the work on the Project is begun. The costs incurred in performing the aforementioned notifications shall be borne by the Contractor in their entirety, and shall be assumed to have been included in the bid submitted. No separate payment shall be made for this item. The progress schedule to be submitted by the Contractor, in accordance with Article 1.3.2., shall clearly outline the various �., stages and operations by which he proposes to complete the entire Project, including the maintenance and protection of traffic as specified in Article 1.4.3. Construction operations shall not begin until the above schedule has been approved by the Engineer, and the Contractor shall not deviate from the proposed schedule without the expressed permission of the Engineer. The Contractor shall arrange and conduct the work using such procedures and stages as may be necessary to comply with the provisions of Articles 1.4.2., 1.4.3.1 1.6.11.1 1.7.1., 1.7.2. and provisions of any other Articles which may be dependent upon the procedures and stages of his work. No work which closes or alters the be undertaken until adequate provisions, p" of Article 1.4.3., have been made by the Engineer. M" use of existing roadways shall conforming to the requirements Contractor and approved by the fm 1.7.1. Commencement and Procedure (Cont Id) The Contractor shall arrange and prosecute his work so that each MM successive construction operation at each location shall follow the preceding operation as closely as the requirements of the various types of construction will permit, and the combined successive operations M14 shall be limited to a minimum practical length of time, as approved by the Engineer. The work under this Project shall be carried out in accordance '=' with logical stage construction and in accordance with the provisions of Article 1.4.3. However, two or more construction operations may proceed simultaneously subject to the approval of the Engineer. As directed by the Engineer, the Contractor shall develop and submit a detailed plan of stage construction and maintenance and protection of traffic for written approval by the Engineer, which incorporates the requirements of the Owner and is based on approved construction methods and procedures. The Engineer may revise stage construction and maintenance and protection of traffic, if deemed necessary, due to unforeseen circumstances which may arise during construction. Revisions so made r-, shall not be considered reason for any claim for extra payment or extension of time by the Contractor. Completed or partly completed sections of the Project to be opened to traffic prior to acceptance of the Project, due to the various stages of construction, are subject to the approval of the Engineer and the provisions of Articles 1.4.3. and 1.6.6. When possible, the construction of subsurface structures within or immediately adjacent to roadway limits shall be performed while traffic ,.., is being diverted from such areas. If traffic must be maintained in such areas, the work shall be done expeditiously in stages, as approved by the Engineer, and with minimum interference with traffic. M Subsurface structure excavation within and immediately adjacent to roadways available to traffic shall not remain open overnight. �+ Operations adjacent to roadways on which traffic is being maintained shall be confined to only one side of the roadway at any one time. When the Contractor's excavating operations encounter prehistoric remains or artifacts of historical or archeological significance, the room operations shall be temporarily discontinued in that area. The Engineer will consult archeological authorities and determine the disposition of the remains or artifacts. The Contractor agrees that he will make no claim for additional payment or for extension of time f=1 because of any delays in or alteration of his procedure due to removal of any such remains or artifacts. M M" M f6od 1.7.1. Commencement and Procedure (Cont'd) rM9 In all areas where work is being performed during the hours of dusk or darkness, the Contractor shall furnish, place and maintain lighting facilities meeting with the approval of the Engineer and capable of providing light of sufficient intensity to permit good workmanship and proper inspection at all times. No separate payment will be made for lighting work areas as specified above, but all costs thereof shall be included in the unit prices for the various scheduled items in the Proposal. The Contractor shall schedule and conduct the work exercising such precautions as necessary to prevent or reasonably minimize the pollution or contamination of streams, canals and other waters with sediment, chemicals, fuels, lubricants, bitumens, raw sewerage and other harmful materials. Wherever construction exposes work which is subject to erosion, the extent of such exposure in advance of subsequent construction shall be subject to the approval of the Engineer. Erosion control features or other work to be completed within such areas shall follow as soon after exposure as practicable and shall comply with all local, state or federal requirements regarding same. Construction of drainage facilities as well as performance of other Contract work which will contribute to the control of siltation or erosion shall be carried out in conjunction with earthwork operations, including all borrow pit operations, or as soon thereafter as is practicable. ran During construction, the Contractor shall shape the top of earthwork so as to effect the drainage of rainwater and to prevent the flow of runoff over the slopes except at locations selected or approved �., by the Engineer. If and where the Engineer so directs, temporary slope drains shall be constructed to carry the runoff. Payment for temporary drains ordered by the Engineer will be included in the various items scheduled in the Proposal, or lump sum bid. The erosion control measures described herein shall be continued until the permanent drainage facilities have been constructed and/or until the grass on seeded slopes is sufficiently established to be an effective erosion deterrent. Unless otherwise approved in writing by Engineer, construction operations in rivers, streams and impoundments shall be restricted to those areas where channel changes are shown on the Plans and to those areas which must be entered for the construction of temporary or permanent structures. Rivers, streams and impoundments shall be promptly cleared of all falsework, piling, debris or other obstructions placed therein or caused by the construction operations. f=9 FMq 1.7.1. Commencement and Procedure (Cont'd) FMI Excavation from the roadway, channel changes, cofferdams, etc., shall not be deposited in or so near to rivers, streams, canals or impoundments that it will be washed away by high water or runoff. R9 Frequent fording of live streams with construction equipment will not be permitted. Therefore, temporary bridges or other structures shall be used whenever an appreciable number of stream crossings are r'*' necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams except as may be required to construct channel changes and temporary or permanent MM structures. In the execution of any work within or adjacent to any State or R14 National Park, forest or other public or private lands, the Contractor shall comply with all of the appropriate authorities having jurisdiction over such forest, park or lands. He shall keep the areas embraced in his construction companies in an orderly condition and rM9 dispose of all refuse and discarded materials. M 1.7.2. Proaress and Time of Completion The progress and the time of completion of the Project shall rM9 conform to the requirements therefor as stated in the Special Provisions, except as provided in Article 1.7.8. When the progress and the time of completion are stated in terms of working days, these, as defined in Article 1.1.3., will be counted starting ten (10) calendar M9 days after the date of mailing the fully executed Contract to the Contractor or as stated in the Notice to Proceed; and when specified in terms of calendar days or months or specific dates, the actual number of working days will not be considered, but the Contractor shall arrange his working force and equipment so as to ensure completion within the specified time. 1.7.3. Suspension of Work R9 If the Engineer deems it in the best interest of the Owner, he may notify the Contractor in writing to suspend work on all or any part of the Project, and the Contractor shall do no work where so suspended PIPI until he has received written notice from the Engineer to resume work. When work is suspended as above provided, payment for the completed parts of the work will be made provided in Article 1.8.5., and a suitable extension of time for completing the suspended work will be M14 granted. No other compensation or allowance will be made on account of M9 FMI 1.7.3. Suspension of Work (Cont') such suspension unless it shall be for more than ten (10) calendar days. Should the suspension be for more than ten (10) calendar days and should the Contractor be put to additional expense on account ,••� thereof, he shall have the right to file with the Engineer a statement showing the character and amount of such additional expense and, ,if the Engineer deems it a proper charge, the Contractor will be reimbursed therefor. However, he shall have no expense claims for said first ten (10) calendar days of suspension, and any claim for allowance as above provided shall be filed, in writing, with the Engineer before the expiration of the first ten (10) calendar days of suspension. No payments will be made for work done by the Contractor on suspended work. If the suspension extends for one (1) year and the value of the suspended work, based on bid prices and estimated quantities, exceeds 25 percent of the total price bid, the Owner will, at the Contractor's request, annul the Contract as provided in Article 1.7.5. When said value is 25 percent or less, and the suspension extends for one (1) year, the Owner will, at the Contractor's request, by Change Order as provided in Article 1.8.4., omit the suspended work from the Contract. rMl 1.7.4. Unavoidable Delays If for any reason beyond the control of the Contractor other than FE9 as provided for in Article 1.7.3., the work be delayed, the Contractor may be granted an extension of time as provided in Article 1.7.8., but he shall have no right to, nor shall he make any claim whatsoever for damages or additional compensation by reason of the delay. M9 1.7.5. Annulment of Contract When the Engineer deems it advisable and/or in the best interest of the Owner, or in the event of a national emergency, that construction be stopped directly or indirectly, by a national or state agency, he may annul the Contract on thirty (30) calendar days written notice to the Contractor and, if the Contractor be not in default, payments will be made as provided in Article 1.8.5., for all work done under the terms and conditions of the Contract, except that payments will be made in such amounts as the Engineer may consider just and proper for such parts of the work that are not fully completed and, for ,-, that reason, not susceptible of classification under the bid prices, and for expenditures in connection with the preparing for and moving equipment to and from the work for which the Contractor is not otherwise compensated. It is understood and agreed, however, that no payments shall be made for any claim for loss of anticipated profits. P9 M9 P01 fowl 1.7.5. Annulment of Contract (Cont'd) Attention is directed to the provisions cited herein under Article 1.6.3., whereby, for violation of the Contractor's warranty concerning solicitation of the Contract by others under an agreement or understanding for compensation of the Owner shall have the right to annul the Contract without liability or, at the Owner's discretion, to deduct from the contract price or consideration the full amount of such compensation. r-, When the Contract is annulled as above provided, the Contractor shall, if so required by the Engineer, remove promptly any or all of FM9 his equipment and supplies from the site of the Project or other property of the Owner, failing which, the Owner may remove or have removed such equipment and supplies at the expense of the Contractor. 1.7.6. Default of Contract MM When, in the opinion of the Engineer, the Project or any part thereof has been abandoned, unnecessarily delayed, or cannot be completed by the Contractor within the time specified at his rate of progress, or the Contractor is willfully violating any of the covenants of the Contract, or is carrying out the Contract in bad faith, then the Engineer may so certify in writing to the Owner, and the Owner may declare the Contractor in default of the Contract and notify him to discontinue the Project. The Owner may then call on the Surety to complete the Project or may complete it by other means, as he may elect. He may take over any working site procured the Contractor and r -r may use materials and equipment at the site of the Project and other equipment used elsewhere for the Project at the time of default, and may procure other materials, equipment and all else necessary for the completion of the Project. The Owner shall recover the cost of finishing the work of the original Contract, over and above the cost thereof at the original bid prices, by deducting the amount thereof from any monies due or which may become due the Contractor under the Contract, and when such monies are insufficient to pay said cost, the 1pount of said cost in excess of such monies shall be paid by the Contractor or the Surety. M9 1.7.7. Liauidated Damaaes If the Contractor fails to complete the Project and each and every part and appurtenance thereof fully, entirely and in conformity with the provisions of the Contract, within the time stated in the Contract, r'+ or within such further time as may have been granted in accordance with the provisions of the Contract, then the Contractor shall and hereby does agree to being assessed four hundred fifty dollars ($450.00) each and every calendar day that the Contractor is in default on time to complete the work, which said amount per day is agreed upon by the parties hereto to be liquidated damages, not a penalty. M9 PM1 1.7.7. Liauidated Damaqes (Cont'd) In addition, the Engineer will be entitled to reimbursement of liquidated damages for additional construction inspection service expenses incurred due to the Contract being completed beyond the allowable time of completion which amount shall be invoiced on an hourly basis at the rate of $45.00 per hour. The Contractor shall be responsible for payment of all inspection services required to complete the project beyond the project completion date. The days in default mentioned above shall be the number of calendar days in default. r� The Owner shall recover said damages by deducting the amount thereof from any monies due or that may be due the Contractor and if said monies are insufficient to cover said damages, then the Contractor or his Surety shall pay the amount due. "+ 1.7.8. Extension of Time Extension of the time stipulated in the Contract for completion of rM9 the Project will be made if and as the Engineer may deem proper, when work under a Change Order as hereinafter provided is added to the total work of the Contract; when the work is suspended as provided in Article 1.7.3., and when the work of the Contractor is delayed on account of pal conditions, other than daily weather conditions, which in the opinion of the Engineer warrant such extension; provided however, that no extension on account of delay will be granted unless notice of such r� delay, and of the Contractor's intention to claim an extension of time, be given the Engineer, in writing, within five (5) calendar days after the beginning of such delay, and said notice shall give complete information of the nature, cause and probable extent of the delay. Extensions of time shall be binding only when issued in writing. MM F" R9 ism MM SECTION 8 TW9 MEASUREMENT AND PAYMENT P" 1.8.1. Measurement of Ouantities All work completed under the Contract will be measured for payment rml according to United States Standard Measures. 1.8.2. Scone of Pavment rI The Contractor hereby agrees to accept payment as provided in Article 1.8.5., as full payment for performing and completing the Project, for furnishing all labor, materials, equipment, transportation and all else necessary therefor, for all incidental expenses in connection therewith, for loss by damage to or destruction of the Project as provided in Article 1.6.6., for any additional expenses on account of unforseen difficulties encountered, for settlement of claims, and for replacement of defective work and materials for one (1) year after acceptance of the Project by the Owner and the Engineer. r� Accordingly, a Maintenance Bond shall be posted for a one (1) year period at the time of final acceptance and prior to final payment. M 1.8.3. Adjustment of Estimated Quantities (Chanae Orders) While the Project is progressing, the quantities of the various items scheduled in the Proposal and placed in the Project will be measured. When these quantities 'are greater or less than the corresponding estimated quantities stated in the Proposal, Change P•, Orders will be issued by the Engineer to cover the difference between estimated and actual quantities, and no payment will be made for work done in excess of the quantities stated in the Proposal until such Change Orders have been issued, approved, and executed by all parties. 1.8.4. Chanae of Plans It is understood and agreed, that the Engineer may change the Plans so as to increase or decrease the quantities of work to be performed or materials to be furnished under the various items scheduled in the Proposal at the unit bid prices and such changes will be authorized by the issuance of a fully executed Change Order. The order will show in detail the type and quantity of work to be performed or be added or deducted from the total price bid in the Proposal for each scheduled item increased or decreased by order; the number of days M M r -t M M Flu -01 n 1.8.4. Chanae of Plans (Cont'd) if any, that will be added or deducted from the time for completion stipulated in the Contract on account of the added or decreased work covered by the order. The Contractor shall do no work and furnish no materials, except as shown on the Plans, until he has received a copy of said Change Order duly approved and executed. If the Contractor refuses to accept said Change Order, he may be declared in default as provided in Article 1.7.6. It is further understood and agreed that the Owner and the Contractor may enter into supplementary agreements, executed on Change Order forms, for the Contractor to furnish materials or perform work of a type not susceptible of classification under any of the items scheduled in the Proposal. The Change Order shall state the type and character of such work to be performed or materials to be furnished under the supplementary agreement and the amount to be paid therefor, and the number of days, if any, that will be added to or deducted from the time for completion stipulated in the Contract on account thereof. The work and materials covered by the supplementary agreements shall conform to the requirements therefor of the Specifications provided for the supplemental work. The amount to be paid the Contractor for performing the work or furnishing the materials covered by the supplementary agreements, may be determined at the discretion of the Engineer on a lump sum or unit price basis, or on the basis of actual cost to which a percentage of the actual cost or a fixed sum is added. If the Contractor fails to execute the Change Order for the supplementary agreememt, the Owner may have the materials furnished or the work performed by others, and the Contractor shall not interfere therewith. If any acceptable materials may have been furnished, which cannot be used on account of the supplementary agreement, such materials may be purchased from the Contractor at the actual cost to the Contractor and shall then become the property of the Owner or other allowance may be made therefor as approved by the Engineer. On federal aid projects, all changes of Plans and other `!' modifications of the Contract shall be subject to approval by the proper Bureau before they shall become effective. r" M9 PWI n "01 1.8.5. Pavments Payments will be made for the actual quantity of authorized work done under each item scheduled in the Proposal at the unit price bid therefore, except as otherwise provided in Article 1.8.4., and under supplementary agreements, if any, at the price or prices stipulated therein. PEI MM rol rNq M14 P" Mn 1.8.5. Pavments lCont'dl Monthly certificates will be made of the approximate quantities of work done during the preceding month and payments on account therefore will be based on the prices bid in the Proposal and/or sitpulated in supplementary agreements, if any, except that ten (10%) percent of the amount due on such partial payments, will be withheld from the Contractor pending completion of the Contract or Agreement. The monthly certificates and payments on account will also include fifty (50%) percent of the value of materials and equipment, based on receipted bills or other satisfactory evidence, furnished but not incorporated in the work as determined by the Engineer, provided that: 1) such materials have been delivered at or near the site of the work; 2) are properly stored and protected and have been inspected and approved; and 3) that the Contractor has furnished the Engineer with satisfactory releases of lien for said materials; and Drovided further, that if claims have been filed with the Owner or Engineer against the Contractor, sufficient money may be withheld to satisfy such claims until they have been satisfied, all in accordance with certified material costs provided to the Engineer by the Contractor. When the project is completed and accepted by the Owner, a final certificate of cost of the Project will be made by the Engineer, based on the actual quantities of authorized work done under each item scheduled in the Proposal and under supplementary agreements, if any, at the unit price or prices stipulated therein. When this final certificate is approved, the money due .the Contractor for the performance of the Project, as determined by said final certificate, after deduction of previous payments on account, will be paid the Contractor, provided, however, that before such final payment is made, the following requirements shall be satisfied: a) there shall be no outstanding claims against the Contractor filed with the Owner, b) the Contractor shall have paid all due obligations and shall have furnished, when directed by the Engineer, receipted bills or other satisfactory evidence that all obligations incurred by him and by his subcontractors in carrying out the project have been satisfied, and c) the Contractor shall have delivered a bond as hereinafter specified in Article 1.8.7. �+ When the work is suspended as provided in Article 1.7.3., a semi- final certificate may be made at the discretion of the Engineer. This certificate will show the cost of the work completed and the estimated cost to complete the work, based on the unit prices bid and the quantities scheduled in the Proposal as amended by Change Orders, if any, except that for such parts of the work and for that reason are not appropriate for estimate as above provided, the estimated cost to complete will be determined by the Engineer. When the semifinal certificate is approved, payment will be made to the Contractor in the sum of the cost of the work completed after deduction of previous ri monthly payments on account and deduction of twenty-five (25%) F" IZZ M19 rW9 1.8.5. Pavments (Cont'd) �+ percent of the estimated cost to complete the work determined as described above, provided, however, that before said payment is made, the following requirements shall be satisfied: a) there shall be no outstanding claims against the Contractor filed with the Owner; b) when directed by the Engineer, the Contractor shall have furnished receipted bills or other satisfactory evidence that all obligations incurred by him and his subcontractors in carrying out the work have been satisfied; and c) the Contractor shall have delivered a bond as hereinafter specified in Article 1.8.7. Pon Before a semifinal payment will be made, the Contractor shall execute and deliver a release substantially in the following form: rW) "In consideration of the above payment, (I)(We) hereby release the Owner, Engineer, and their agents from all claims and liability of whatsoever nature for anything done or furnished or in any manner growing out of the performance of the Project, except that it is MM understood that credit will be given in the final certificate for the amount, covering twenty-five (25a) percent of the estimated cost to complete the work, which has been deducted in the rM9 semifinal certificate." Before final payment, based on the final certificate of cost and actual quantities will be made, the Contractor shall execute and MM deliver a release substantially in the following form: "In consideration of the above payment, (I)(We) hereby release the r� Owner, Engineer and their agents from all claims and liability of whatsoever nature for anything done or furnished or in any manner growing out of the performance of the Project." The acceptance by the Contractor of payment of said final or semi- final certificate shall operate as and shall be released to the Owner, the Engineer and their agents from all claims or liability to the Contractor for anything done or furnished for or relating to the Project, or any act or neglect of the Owner, the Engineer or any person relating thereto, and except that in the case of semifinal certificate r� being paid as above described, the Contractor has the right and is obligated to continue and complete the Project when notice to resume has been received by him. raq rMq M MM 1.8.6. Termination of Resbonsibility When all the work included in this Contract has been accepted by the Owner and Engineer and the final certificate has been paid, the Project shall be considered as completed, and the Contractor shall be released from all further obligations and requirements, except as set forth and provided in Articles 1.5.8. and 1.8.7. and as provided in Article 1.8.5. M 1.8.7. Maintenance Bond n At the time Final Payment is submitted, as provided in Article 1.8.5., the Contractor shall furnish a surety corporation bond to the rlw� Owner in a sum equal to one hundred twenty-five (125%) percent of the Contract price. The bond shall remain in full force and effect for a period of one (1) year. The bond shall stipulate that in the event any work performed or materials and equipment furnished were not performed or furnished according to the terms and performance requirements of the Contract, then Surety will make good the defects thereof which have become apparent before the expiration of the said period of one (1) year. In addition, the Contractor shall be responsible and liable to the Owner for any defects in the work or material supplied in accordance with the applicable State statute. M4 If, in the judgment of the Engineer, any part of the Project need be replaced, repaired or made good during the specified guaranty period, for the reasons stated above, he will notify the Contractor in iwq writing. If the Contractor refuses or neglects to start such work within five (5) days from the date of service of such notice or at such other time as the Engineer may direct, or if he fails to complete such work within the time prescribed by the Engineer, then the Owner will have the work done by others and the cost thereof shall be paid by the Contractor or his Surety. Before the Surety is released from its bond, the Engineer shall certify in writing that the foregoing obligations have been duly performed. It shall be the Contractor's and/or Surety's responsibility to mm notify the Owner in writing by registered mail sixty (60) calendar days prior to the expiration of the Project Maintenance Bond that said Bond is due to expire. MR r" M F" 1.8.8 As -Built Drawinas Prior to final payment, the Contractor shall furnish the Engineer with one (1) set of prints upon which as -constructed dimensions of all appurtenances are shown as determined by a Florida State Licensed �-, Surveyor hired by the Contractor. The format of the as -built prints shall meet the approval of the Engineer. No separate payment will be made for As -Built Drawings, the cost thereof shall be included in the prices bid for the various items, or lump sum bid, scheduled in the Proposal. M14 M M M9 P, R" pq M r" !9 SECTION 9 IMM SPECIAL DIVISION M 1.9.1. Descrintion of Work Without intending to limit and/or restrict the scope of the work required by the Specifications and the applicable drawings, the work generally consists of furnishing and installing all materials, equipment, accessories, appliances and providing all labor, �► transportation, and services necessary to accomplish and complete the construction of the following: Approximately 24,325 LF 16" diameter water main, 100 LF 12" diameter water main, 25 LF 10" diameter water main, 100 LF 8" diameter water main, 100 LF 6" diameter water main including one (1) FEC jack & bore, one (1) U.S. Highway #1 jack & bore, one (1) County Road 510 jack & bore, one (1) jack & bore south end Whispering Palms MHP and one (1) jack & bore north end Whispering Palms MHP, fire hydrant assemblies, valves, fittings, wet taps with tapping sleeve and valves, aerial crossings and complete restoration F69 1.9.2. Pre -Bid Conference This is to supplement Article 1.2.15. A Pre-bid conference will be held on Mav 31. 1994 at 2:30 n.m. local time, with Indian River County representatives, Consulting Engineers, all prospective Bidders and other interested parties to discuss this Project. The meeting will take place at the Indian River County r-+ Administration Building, 1840 25th Street, Vero Beach, Florida; in the first floor Conference Room. M9 1.9.3. Contract Chanae Orders This is to supplement Article 1.8.3. The following form included in this Section shall be utilized for the processing of any and all Change Orders. rmm P09 1.9.3. Chancre Order CONTRACT CHANGE ORDER CHANGE ORDER NO. ORIGINAL CONTRACT PRICE DATE REVISED CONTRACT PRICE JOB NAME INDIAN RIVER COUNTY PROJECT #UW-93-30—DS, COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT s—+ OWNER INDIAN RIVER COUNTY M9 ORIG. REVISED UNIT ORIG. TOTAL UNIT PRICE TOTAL ITEM DESCRIPTION PRICE UNITS PRICE CHANGE CHANGE PRICE riq rn r-, fel 1.9.3. Change Order (Cont'd) Page of — CONTRACT CHANGE ORDER CHANGE ORDER NO. ORIGINAL CONTRACT PRICE: DATE: REVISED CONTRACT PRICE: JOB NAME: INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS, COUNTY ROUTE 510/ U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT �+ OWNER: INDIAN RIVER COUNTY The amount of the Contract will be (DECREASED)(INCREASED)(UNCHANGED) by the sum of: 'o' (written amount) Dollars ($ ), r0+ The Contract total including this Change Order will be: M (written amount) Dollars /$ ). rMl The Contract Time provided for Project Completion will be (DECREASED) (INCREASED)(UNCHANGED): Days. This document will become a supplement to the Contract and all provisions will apply hereto. CONTRACTOR: DATE: ENGINEER: M Masteller & Moler, Inc. DATE: OWNER: DATE: Indian River Countv Commission, Richard N. Bird, Chairman M 1.9.4. Pre -Construction Conference This is to supplement Article 1.3.8. MM A pre -construction conference will be held at a time to be determined by the Engineer, with the Contractor, Indian River County Utilities Department, Indian River County Public Works Department, interested utility companies and other interested parties, to discuss the implementation of this Project. pal 1.9.5. Time of Startina and ComDletina Work This is to supplement Article 1.7.2. F" Time is of the essence on this Contract. The Contractor shall begin work on the Contract promptly and shall complete the work within the specified period of time after the Notice to Proceed, as directed by the Owner. If the work is not completed in the specified time, the Contractor shall thereafter pay to the Owner, liquidated damages as described in Article 1.7.7. The amount of calendar days permitted for this contract is 120 days for the portion of the project south of Stratton Avenue and 180 days for the portion of the project north of Vickers Road as depicted on Sheet 2 of 24 of the contract plans. The date upon which each portion of the Contract shall be completed shall be determined based upon the date of the Notice to Proceed. 1.9.6. Insurance r"I Article 1.6.1. is supplemented to include the following insurance requirements. The Contractor shall furnish evidence to show that the following agencies are covered by the Contractor's General Comprehensive Liability Insurance specified in Article 1.6.1. Indian River County Masteller & Moler, Inc. ,M, The above named agencies shall be furnished copies of the insurance documents proving their coverage. 1.9.7. Permits and Licenses This is to supplement Article 1.6.5. �+ The Contractor shall give proper notice to the State and/or County Department of Highways when work is to be performed on State and/or County road rights-of-way. The Contractor will pay the cost of any inspector or flagman required by the State and/or County Department of Highways and, in addition, will pay the cost of bond, as required, accompanying the permit. These costs applicable to unit price contracts shall be included to the basic price bid for the work. fpM MM fAWf 1.9.7. Permits and Licenses (Cont'd) IN9 The Contractor shall give proper notice to the Florida East Coast Railroad (FEC) when work is to be performed on FEC rights-of-way. The Contractor shall pay the cost of any inspector or flagman required by the FEC and, in addition, will pay the cost of bond, as required, accompanying the permit. The costs applicable to unit price contracts shall be included to the basic prices bid for this work. The Owner accepts responsibility for obtaining permits from the following agencies: ,•, Florida Department of Environmental Regulation (FDER) Florida Department of Transportation (FDOT) Florida East Coast Railroad (FEC) rom 1.9.8. Interaretation of Specifications �+ This Project is to be constructed in accordance with Indian River County Utilities Standards and Specifications. These Specifications incorporate by reference Indian River County Standard Specifications, Latest Edition. In any instance where there is a conflict between these Specifications and Indian River County Utilities Standards and Specifications, the Indian River County Utilities Standards and Specifications will supersede. PEI 1.9.9. Maintenance and Protection of Traffic This is to supplement Article 1.4.3. The Contractor shall abide by the Specifications for Maintenance and Protection of Traffic as described in the latest edition of the State of Florida Department of Transportation Standard Specifications for Road and Bridge Construction. M9 r+ 1.9.10. Inspection This is to supplement Article 1.5.5. If the Contractor works on Saturdays, Sundays, holidays, or more than eight (8) hours on a weekday, he will be responsible for payment of the wages of the Resident Inspector(s). �+ Compensation for inspection services beyond the normal (8) hour weekday during the contract period will be forty-five ($45.00) dollars per hour, per inspector. Mileage reimbursement is included in the field inspection rate. The Engineer will invoice the Contractor directly for work done during the preceding month. Payments will be made directly to the FMI rn 1.10.1. Form of Proposal foal rol Proposal BID PROPOSAL INDIAN RIVER COUNTY. FLORIDA (Bidder's Name) (Bidder's Address) to furnish and deliver all materials and to do and perform all work in M9 accordance with the Contract Documents attached hereto for the INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS, COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT, Indian River County, Florida. To: The County Administrator, Indian River County 1840 25th Street Vero Beach, Florida 32960 Gentlemen: The undersigned Bidder has carefully examined the Contract Documents and the site of the work and is familiar with the nature and extent of the work and any local conditions that may in any manner affect the work to be done, and the equipment, materials and labor required. r� The undersigned agrees to do all the work and furnish all materials called for by said Drawings and Specifications, in the manner prescribed therein, in accordance with the Contract Documents and to the standards of quality and performance established by the Owner, for the Unit Prices stated in the Bid Schedule, for each of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for the purpose of bid comparisons for determination of low Bidder. It is further understood that payment will ►-, be in accordance with quantities placed in the construction as more specifically provided in the Instructions to Bidders and Technical Specifications included as part of the Contract Documents. 1. To do any extra work, not covered by the above schedule of prices, which may be ordered by the Engineer upon authorization by the County Commission, and to accept, as full compensation therefore, such prices as may be agreed upon in writing by by the Engineer and the Contractor. M 1.10.1. Form of Proposal (con't) 2. To begin work within ten (10) calendar days from the date of receipt by him of Notice to Proceed, and to complete the work no later than One PM, Hundred Twentv, (120) calendar days for the portion of the project south of Stratton Avenue and One Hundred Eiahtv (180) calendar days for the portion of the project north of Vickers Road after receipt of Notice to Proceed. 3. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of M9 full completion and the actual date of such full completion of the contract work, the amount of four hundred fifty dollars ($450) per calendar day. Dated this day of 19 Respectfully submitted, Contractor root Address rM9 Phone By. MM MM f" I" r-1 M M9 M 1.10.1. Form of Proposal (Con't) SCHEDULE OF QUANTITIES, PRICES AND TOTAL BID INDIAN RIVER COUNTY PROJECT #US -93 -30 -DS COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA General: The contractor shall furnish all labor, superintendence, materials, plant, power, light, fuel, water, tools, appliances, equipment, supplies, and all other means of construction for properly performing the work. ITEM APPROX. UNIT UNIT TOTAL NO. QUANTITY MEASURE ITEM DESCRIPTION PRICE PRICE 1. 1 LS MOBILIZATION LUMP SUM 2. 24,325 LF 16" DIA. DIP WM 3. 100 LF 12" DIA. DIP/PVC WM P'+ 4. 25 LF 10" DIA. DIP/PVC WM 5. 100 LF 8" DIA. DIP/PVC WM 6. 100 LF 6" DIA. DIP/PVC WM 7. 47 EA FIRE HYDRANT ASSEMBLY 8. 30 EA 16" DIA. BUTTERFLY VLV 9. 2 EA 12" DIA. GATE VALVE 10. 7 EA 8" DIA. GATE VALVE 11. 4 EA AIR RELEASE VALVE W/ CONCRETE BOX 12. 1 EA 10" X 10" WET TAP W/ r� TAPPING VALVE 13. 1 EA 8" X 8" WET TAP W/ TAPPING VALVE 14. 1 EA 8" X 6" WET TAP W/ pot TAPPING VALVE 15. 2 EA 6" X 6" WET TAP W/ TAPPING VALVE 16. 42 TON FITTINGS 17. 5 EA 16" DIA. AERIAL CROSSINGS 18. 1 LS JACK & BORE CR #510 19. 1 LS JACK & BORE FEC 21. 1 LS JACK & BORE U.S. HWY #1 21. 1 LS JACK & BORE U.S. HWY #1 SOUTHERN END WHISPERING PALMS MHP 22. 1 LS JACK & BORE U.S. HWY #1 NORTHERN END WHISPERING r+ PALMS MHP 23. 1650 LF SIDEWALK RESTORATION 24. 100 LF CURB RESTORATION 25. 1900 LF PAVED ROAD RESTORATION 26. 150 LF NON -PAVED ROAD RESTOR. 27. 2000 LF PAVED DRIVE RESTORATION M t=1 rEq 1.10.1. Form of Proposal ( Con' t ) n ITEM APPROX. UNIT UNIT TOTAL NO. OUANTITY MEASURE ITEM DESCRIPTION PRICE PRICE 28. 1500 LF NON -PAVED DRIVE RESTOR. 29. 15,320 LF SOD 30. 2000 LF SEED & MULCH rawl fm" TOTAL AMOUNT BID ................$ Written Amount of Total of Bid M9 MM The above "Total Amount Bid" for items #1 through #30 shall be the basis of award of the Contract. The Owner reserves the right to reject any and/or all bids. RM U041 f" lum n f" ral "M 1.10.1. Form of Proposal (Con't) Trench Safetv Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Fla.) effective October 1, 1990. The bidder further identifies the costs to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF, SY) A. r-� B C. D. Total $ Failure to complete the above may result in the bid being declared non-responsive. Signature Address PEI Title Date rom License Number (If Applicable) (SEAL - if BID is by a corporation) ATTEST: MM I" r" 169 1.10.2. Non -Collusion Affidavit of Prime Bidder State of Florida, County of Indian River r14 being first duly sworn, deposes and says that: (owner, partner, officer, representative or agent) M9 He is of the Bidder that has submitted the attached Bid: �+ He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: �.., Such Bid is genuine and is not a collusive or sham Bid; Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agree, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for n which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement of collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or any other Bid, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or '^ unlawful agreement any advantage against Indian River County or any person interested in the proposed Contract; and "•, The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement, on the part of the Bidder or any of its agents, representatives, owner, employees or parties in interest, including �' this affiant. F" He further warrants that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by (Contractor) (Signed) (Title) Subscribed and sworn to before me this Ism day of , 19 rMl My commission expires: F" M" r, M 1.10.2. Non -Collusion Affidavite of Prime Bidder (Cont'd) Bid or Contract No. fmq SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES raq rmr STATE OF P09 COUNTY OF (To be signed in the presence of a notary public or other public officer authorized to administer oaths) . - Before me, the undersigned authority, personally appeared Pon Iwho, being by me first duly sworn, made the following statement: 1. The business address of (name P19 of bidder or contractor] is . 2. My relationship to (name of rN9 bidder or contractor] is (relationship such as sole proprietor, partner, president, vice president]. 3. I understand that a public entity crime as defined in Section 287.133 of the Florida Statutes includes a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or such an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 4. I understand that "convicted" or "conviction" is defined by the °0' statute to mean a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or flIq information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendre. 5. I understand that "affiliate" is defined by the statute to mean (1) a predecessor or successor of a person or a corporation convicted of a public entity crime, or (2) an entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime, or (3) those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate, or (4) a person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months. 1.10.2. Non -Collusion Affidavit of Prime Bidder (Cont'd) F0+ 6. Neither the bidder or contractor nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the bidder or contractor nor any affiliate of the bidder or contractor has been convicted of a public entity crime subsequent to July 1, 1989. [Draw a line through paragraph 6 if paragraph 7 below applies] 7. There has been a conviction of a public entity crime by the bidder or contractor, or an officer, director, executive, partner, r� shareholder, employee, member or agent of the bidder or contractor who is active in the management of the bidder or contractor or an affiliate of the bidder or contractor. A determination has been made pursuant to Section 287.133(3) by order of the Division of Administrative Hearings that it is not in the public interest for the name of the convicted person or affiliate to appear on the convicted vendor list. The name of the convicted person or affiliate is A �+ copy of the order of the Division of Administrative Hearings is attached to this statement. ron [Draw a line through paragraph 7 if paragraph 6 above applies[. rMn r—� Sworn to and subscribed before me in the state and county first mentioned above on the day of , 19 . r� Notary Public My commission expires M9 ",I PWI M (affix seal) F.q PER 1.10.3. Questionnaire OUESTIONNAIRE The undersigned guarantees the truth and accuracy of all statements and answers herein contained. (Please use additonal sheets as necessary to fully answer questions) 1. How many years has your organization been in business as a General Contractor? 2. What is the last project of this nature that you have completed: 3. Have you ever failed to complete work awarded to you; if so, where and why? MM r-+ 4. Name three (3) individuals or corporations for which you have performed work and to which you refer: M9 5. Have you personally inspected the proposed work site and have you a complete plan for its performance? MR 6. Will you sublet any part of this work? If so, give details: 7. What equipment do you own that is available for the work? r" ,14 8. What equipment will you purchase for the proposed work? M" M, run 1.10.3. Ouestionnaire (Cont'd) 9. What equipment will you rent for the proposed work? M 10. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet, if necessary.) r-� n 11. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business, and the address of the place of business. (If a corporation, state the name of the President and Secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) Owl Correct Name of Bidder (a) The business is a (Sole Proprietorship)(Partnership)(Corporation) M" (b) The address of principal place of business is: fun (c) The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: ron Bidder n 1.10.4. Bid Bond BID BOND KNOW ALL MEN BY THESE PRESENTS, that we (hereinafter called Principal) and �-, (hereinafter called the Surety), a Corporation duly authorized under the laws of the State of Florida with its principal offices in the City of and authorized to do business in the State of Florida are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ) for the payment of which sum will and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit or has submitted a bid for WHEREAS, the Principal desires to file this Bond in accordance with law, in lieu of a Certified or Cashier's Check otherwise required to accompany this Bid, NOW, THEREFORE, if the Obligee shall accept the Bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such Bid, and give such Bond or Bonds as may be Specified in the Bidding or Contract Documents with good and sufficient Surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosection thereof, or in the event of the failure of the Principal to enter such �•, Contract and give such Bond or Bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. M SIGNED AND SEALED THIS day of , 19 109 Principal Witness Title `o' Surety Witness Title fml Agent must attach current Power of Attorney M" Seal rMor r1Mr 1.10.5. Suretv's Consent SURETY'S CONSENT That for and in consideration of the sum of One Dollar ($1.00), lawful of the United States, paid the undersigned corporation and for other valuable considerations, the receipt whereof is hereby acknowledged, the FMV consents and agrees that, if the Contract for which the preceding Proposal is made be awarded to r, this Company will become bound as surety for its faithful performance, and will execute the Payment Bond following Section 11, Division 1 hereof, and if the said Pont shall omit or refuse to execute such Contract within ten (10) days from the time when notified so to do, then the undersigned corporation will r -r pay, without proof of notice, on demand, to the said any difference between the sum which the next highest bidder, or the person, persons or corporation to whom the Contract shall be finally awarded, would be entitled to receive upon such completion and the amount of the foregoing Proposal, the amount of said difference to be calculated upon the estimated amount of work by which the bids are tested. If more than one surety executes this consent, each such corporation shall become bound, jointly and severally, by the terms thereof. IN WITNESS WHEREOF, the undersigned corporation has caused this r„9 agreement to be signed by its proper officers and its corporate seal to be hereto affixed this day of A.D., 19 NOTE: The surety must sign below and state its place of business or `'r residence: n FIM (Attach acknowledgment and statement of surety or sureties here.) n I" 1.10.6. Statement of Stockholder Information STATEMENT OF STOCKHOLDER INFORMATION (to be submitted with Proposal) In compliance with Chapter 33, Laws of 1977, the following stockholder information is submitted (See Article 1.2.7.) PWI F19 Name of Corporation, Partnership or Individual Submitting Proposal MM Address LIST OF STOCKHOLDERS M NAME ADDRESS Mul rM Rim -d M I" MM paq 1.11.1. Form of Aqreement FORM OF AGREEMENT INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT INDIAN RIVER COUNTY, FLORIDA M9 FM THIS AGREEMENT made and entered into on the day of , 19 , by and between: (name) (address) hereinafter called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, hereinafter called the County. WITNESSETH: That the Contractor and the County, for the consideration hereinafter named, agree as follows: Article 1: SCOPE OF THE WORK: The Contractor shall furnish all of the materials and perform all the work shown on the Drawings and described in the Specifications entitled INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS, COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION SYSTEM for Indian River County, Florida and shall do everything required by this Agreement and Contract Documents. Article 2: COMMENCEMENT AND COMPLETION: The Contractor will be required to commence work under this Contract within ten (10) calendar days after receipt of the Notice to Proceed and shall complete the project within One Hundred Twentv, (120) calendar days for the portion of the project south of Stratton Avenue and One Hundred Eiahtv, (180) calendar days for the portion of the project north of Vickers Road as specified in the Bidding and General Requirements. The Contractor agrees to "0' reimburse Indian River County, Florida, as liquidated damages for each calendar day elapsing between the date herein specified as the day of full completion and the actual day of such completion of the contract r -i work the amount of four hundred fifty dollars ($450.00) per calendar day. Time is of the essence. Article 3: THE CONTRACT SUM: The County will pay the Contractor for performance of the Contract, subject to additions and deductions provided therein, in current funds as follows: Numerical Amount: ,,, Written Amount: r*+ rpm M 1.11.1. Form of Aareement (Cont'd) raq Article 4: PROGRESS PAYMENTS: The County will make partial payment during the progress of the work as approved by Indian River County and the Engineer. Article 5: ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the County `'' Engineer will promptly make such inspection and when he finds the work acceptable under the terms of the Contract and finds the Contract fully performed, he will promptly issue a final certificate, over his own PIM signature, stating that the work provided for in this Contract has been completed, and acceptance by him under the terms and the conditions thereof is recommended and the entire balance found to be due the Contractor will be paid to the Contractor by the County following County Commission approval of the final Contract payment. Before issuance of final certificate, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid. An affidavit must be submitted by the Contractor to the Engineer R-, stating that all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting firm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a duly authorized officer of the subcontracting firm, nortarized and attested by two witnesses is required from each Subcontractor engaged under the scope of this Contract, and must accompany the request for final payment. The making and acceptance of the final payment shall constitute a waiver of all claims by the County, other than those arising from unsettled liens, from faulty work appearing after final son payment or from requirements of the Specifications and of all claims by the Contractor, except those previously made and still unsettled. Article 6: THE CONTRACT DOCUMENTS: Advertisement for Bids, Addendum as Required, Bidding and General Requirements, Bid Proposal, Questionnaire, Form of Agreement, Final Payment -Contractor, Affidavit, �-+ Final Pay Request, Payment & Performance Bond, Technical Specifications, and the Drawings, form the Contract and they are as fully a part of this Contract as if the same were hereto attached or herein repeated. M Iom M 1.11.1. Form of Actreement ( Cont' d ) Faq Article 7: LIABILITY INSURANCE: The Contractor, on his part, agrees to protect, indemnify, save harmless and ensure Indian River County and MM Masteller & Moler, Inc. from any liability to any persons for injuries to the person, including loss -of life, or damage to property, resulting from the acts or omissions of the Contractor, or any subcontractor, or the officers, employees or agents thereof, in performing his r`' obligations under this Contract. The parties expressly recognize that the relationship between the County and Contractor is that of independent contractors, and that neither the Contractor nor any of his r-, servants, agents or employees shall ever be considered to be an agent, servant or employee of the County. fm" Article 8: PAYMENT & PERFORMANCE BOND: The Contractor shall furnish the County immediately upon acceptance of the Bid, and prior to any obligation of the Owner to execute this Contract or to issue the Notice MM to Proceed, a Payment & Performance Bond in the penal sum of the contract amount, with good and sufficient sureties, conditioned upon the performance of this Contract by the Contractor in accordance MM with the terms and conditions hereof, within the time herein provided, and with the additional obligation that such Contractor shall promptly make payment to all persons supplying him labor, materials and supplies, used directly or indirectly by the said Contractor in the prosecution of the work provided for in this Contract. For any Contract not exceeding $100,000.00, the County Commission may, by resolution, waive the requirements for a Performance Bond as required in this ►�+ paragraph, and substitute in lieu thereof another suitable form of surety. M" r►K- Fbml M9 f=1 1.11.1. Form of Aareement (Cont'd) Pp" IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. PWi (Contractor) Signed and sealed by the Contractor in the presence of: rm FMI PII Signed and sealed by the Owner in the presence of: PMI M" M Noted and Approved r r By: Attest: (Seal) INDIAN RIVER COUNTY (Owner) By. Richard N. Bird, Chairman of Indian River County Commission Attest: Jeffrey Barton, Cnty.Clerk (Seal) By. Terrance G. Pinto Executive Director Utility Services Division By. James E. Chandler County Administrator By. Joseph Baird Director of Budget Management This foregoing Contract Agreement is in correct form according to law and is hereby approved: Charles Vitunac, County Attorney F04 Attorney for Contractor P19 PEI 1.11.2. Performance Bond PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: that (Name of Contractor) P"+ (Address of Contractor) a , hereinafter called PRINCIPAL and ram (Corporation, Partnership, Individual) (Name of Surety) hereinafter called SURETY, are held and firmly bound unto r19 Indian River Countv Board of Countv Commissioners ( Name of Owner) Mul 1840 25th Street, Vero Beach, Florida 32960 (Address of Owner) hereinafter called OWNER in the total aggregate penal sum of Dollars ($ in lawful money of the United States, for the payment of which sum well r*, and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the day of It 19 , a copy of which is hereto attached and made a part hereof for the construction of: M M P4 P9 PM9 M" 1.11.2. Performance Bond (Cont'd) NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the SURETY and during the one (1) year guaranty period and if the PRINCIPAL shall satisfy all claims and demands incurred under such Contract, shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said SURETY for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of ,••� any such change, extension of time, alteration or addition to the terms of this Contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that it is expressly agreed that this BOND shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Contract not �+ increasing the Contract price more than twenty (20%) percent, so as to bind the PRINCIPAL and the SURETY to the full and faithful performance of the Contract as so amended. The term "Amendment," wherever used in this BOND and whether referring to this BOND, the Contract or the Loan Documents, shall include any alteration, addition, extension or modification of any character whatsoever. r9 M FNI 1.11.2. Performance Bond (Cont'd) r=+ WITNESS WHEREOF, this instrument is executed in counterparts, (Number) rw, which shall be deemed an original, this the day of ATTEST: Principal (Principal) Secretary MM (SEAL) By r -v Address: Witness as to Principal Address: n Surety M ATTEST: By �+ Witness as to Surety Attorney -in -Fact Address: Address: P09 NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. PWI M M M M1 (s) Pum t=1 1.11.3. Pavment Bond rW9 PAYMENT BOND I" KNOW ALL PERSONS BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called PRINCIPAL and (Corporation, Partnership, Individual) (Name of Surety) M hereinafter called SURETY, are held and firmly bound unto Indian River Countv Board of Countv Commissioners P09 (Name of Owner) 1840 25th Street, Vero Beach, Florida 32960 (Address of Owner) hereinafter called OWNER and unto all persons, firms, and corporations who or which may furnish labor, or who furnish materials to perform as described under the contract and to their successors and assigns in the total aggregate penal sum of dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the day of , 19 , a copy of which is hereto attached and made a part hereof for the construction of: rm NOW, THEREFORE, if the PRINCIPAL shall promptly make payment to all persons, firms, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extensions or modification thereof, including all °0' amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in 1.11.3. Pavment Bond (Con't) MM connection with the construction of such WORK, and for all labor cost incurred in such WORK including that by a SUBCONTRACTOR, and to any mechanic or materialman lienholder whether it acquires its lien by ropt operation of State or Federal law; then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, that beneficiaries or claimants hereunder shall be limited to '1' the SUBCONTRACTORS, and persons, firms and corporations having a direct contract with the PRINCIPAL or its SUBCONTRACTORS. P19 PROVIDED, FURTHER, that the said SURETY for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the WORK or to the SPECIFICATIONS. PROVIDE, FURTHER, that no suit or action shall be commenced hereunder by any claimant: (a) Unless claimant, other than one having a direct r., contract with the PRINCIPAL, shall have given written notice to any two of the following: the PRINCIPAL, the OWNER, or the SURETY above named within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the PRINCIPAL, OWNER, or SURETY, at any place where in office is regularly maintained for the �., transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date of which PRINCIPAL ceased work on said CONTRACT, is being understood, however, that if any limitation embodied in the BOND is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended r-+ so as to be equal to the minimum period of limitation permitted by such law. PROVIDED, FURTHER, that it is expressly agreed that this BOND shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Contract not increasing the contract price more than 20 percent, so as to bind the PRINCIPAL and the SURETY to the full and faithful performance of the Contract as so amended. The term "Amendment," wherever used in this BOND and whether referring to this BOND, the contract or the loan n documents shall include any alteration, addition, extension or modification of any character whatsoever. P'9 1.11.3. Pavment Bond (Con't) PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose r-� claim may be unsatisfied. WITNESS WHEREOF, this instrument is executed in counterparts, (Number) which shall be deemed an original, this the day of ATTEST: r-+ Principal (Principal) Secretary ( SEAL) mov By Address: M Witness as to Principal ru" Address: r-1 ATTEST: Surety 109 By Witness as to Surety r1ml Address: Address: (s) r� NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury rW1 Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. P" Pont Mel 1.11.4. Notice of Award NOTICE OF AWARD TO: PROJECT Description: INDIAN RIVER COUNTY PROJEDT #UW -93 -30 -DS, COUNTY ROUTE 510/U.S. HIGHWAY #1 WATER TRANSMISSION PROJECT The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement of Bids dated , 19 , and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $ You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and Certificates of Insurance within ten (10) calendar ,., days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. P, Dated this day of , 19 . r (Owner) By. Title: ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by ro" this the day of , 19 . By. Title: MP i-+ M 1.11.5. Notice to Proceed ^ ^ NOTICE TO PROCEED To: Date: Project: INDIAN RIVER COUNTY PROJECT #UW -93 -30 -DS, CR 510/ ^ U.S. HWY #1 WATER TRANSMISSION ^ You are hereby notified to commence WORK in accordance with the agreement dated , 19 , on or before , 19 You are to complete the WORK within (120) consecutive calendar days for the portion of the project south of Stratton Avenue and (180) ^ consecutive calendar days for the portion of the project north of Vickers Road from this date. The date of completion of all WORK is, therefore, the day of , 19 rte+ (Owner) ^ By. PMI Title: ^ ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO 10' PROCEED is hereby acknowledged by this the day of ^ 19 , by Title: ^ M" ^ Lw-; PMM1 1.11.6. Affidavit AFFIDAVIT State of Florida , County of Indian River Before me personally appeared the undersigned who, by me being first duly sworn, deposes and says: The undersigned is a sub -contractor under the prime contractor under a contract entered into by and between Indian River Countv, Florida and for the performance of the following described work: MIR MM MM The undersigned further deposes and says that said labor, materials, and/or services were of a total value of $ , of which there remains due owing and unpaid the sum of $ , to the undersigned. (Corporate Seal) FMq (Sub -contractor) PO4 Witness: By MR Attest: Sworn to and subscribed before me Title: this day of , 19 pq Notary Public State of Florida at Large My Commission Expires: M M9 (Notary Seal) IN1 1.11.7. Final Pavment - Contractor f'' FINAL PAYMENT - CONTRACTOR STATE OF FLORIDA, COUNTY OF Indian River Personally before the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says; That he is the Contractor with whom Indian River County, Florida, a political subdivision of said state, did on the day of , 19 , enter into a contract for the performance of certain work, more particularly described as follows: ", Affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all lienors contracting directly with or directly employed by such Contractor have been paid in full EXCEPT: M" NAME DESCRIPTION AMOUNT who have not been paid and who are due the amount set forth. M WITNESS: (Corporate Seal) (Contractor) By. Subscribed and sworn to before me this day of , 19 Attest: Notary Public State of Florida at Large. My Commission Expires: (Notary Seal) r" I herewith acknowledge receipt of final payment on above and do hereby r=9 certify that I have no claims against the Owner of said property. (Contractor) P" 1.11.8. Partial Pavment Form PARTIAL PAYMENT ESTIMATE (NUMBER ) 104 Name of Contractor: P14 Name of Owner (Association): INDIAN RIVER COUNTY Date of Completion: Amount of Contract: Dates of Estimate: Original Original $ From Revised Revised $ To Description of Job: Indian River County Project #UW -93 -30 -DS, County Route 510/U.S.Highway #1 Water Transmission M9 Project FMN Contract Items This Period Total to Date Item Ouantitv Unit Unit Price Ouan. Amount Ouan. Amount M M1 r 1.11.8. Partial Pavment Form (Con't) r� Amount This Period Total to Date Amount Earned $ $ Amount Retained $ $ PE' Previous Pavments XXXXXXXXXXXXXXXXXXXXXX S Amount Due $ S Estimated Percentage of Job Complete ............................. n Is Contractor's Construction Progress on Schedule?....... Yes No �+ I hereby certify that I have carefully inspected the work and, as a result of my inspection and to the best of my knowledge and belief, the quantities shown in this estimate are correct and have not been shown in previous estimates and the work has been performed in accordance with the contract documents. (Name of Contractor) r-+ By. Date F" By. Approved by Indian River County M9 ram M9 rol r" Masteller & Moler, Inc. (Engineer Firm) By. Stephen E. Moler,P.E.Vice President Date M" tool DIVISION 2 r" SUPPLEMENTARY SPECIFICATIONS SECTION 1 M 2.1.1. Mobilization r► Descrivtion Mobilization shall consist of initiating the Contract, and may include such portions of the following as are required at the beginning of the Project: setting up the Contractor's general plant, offices, shops, storage areas, sanitary and other facilities as required by the specifications, by Local or State Law, or by regulation; providing access to the project site; obtaining necessary permits and licenses and payment of fees; protecting existing utilities; lighting work areas; providing working drawings; sampling and testing of materials and providing required insurance and bonds. Materials MR Such materials as are required that are not to be part of the completed contract shall be determined by the Contractor. PM Methods of Construction All work done in providing the facilities and services under this ,.01 item shall be done in a safe and workmanlike manner. Ouantitv and Pavment MIq Payment for Mobilization will be made at the Lump Sum Price bid for this item in the Proposal, which price shall include the costs of initiating the Contract as hereinbefore described. MR The provisions for payment for the item Mobilization supersede any provisions elsewhere in the Specifications for including the costs of "14 these initial services and facilities in the prices bid for the various items scheduled in the Proposal. ism The Lump Sum Price bid for Mobilization shall be payable to the Contractor whenever he shall have completed twenty (20%) percent of the work of the Contract. For the purpose of this item, twenty (20%) percent of the work shall be considered completed when the total of payments earned, exclusive of the amount bid for this item, as shown on the monthly certificates of the approximate quantities of work done, prepared in conformance with Article 1.8.5., shall exceed twenty (20%) percent of the total price bid for the Contract. F" F" 2.1.1. Mobilization (Con't) M" 2.1.2 Clearina Site Description: F" Clearing site shall consist of the work of clearing the site of the project within the limits specified, including the removal and resetting of street and road signs, mail boxes, bushes and shrubs, resetting fences, removal of trees, grubbing and removal of all other material or obstruction necessary for the proper construction of the Project. r*f Materials: fool No materials are involved. Method of Construction: The site of the project shall be cleared within the limits of construction including the removal of all trees, brush, weeds, roots, stumps, matted leaves, small structures, debris, and other unsuitable +-+ matter, except as otherwise hereinafter provided or as noted on the Contract Plans. P" The lump sum price bid for Mobilization is limited to the following maximum amounts: ORIGINAL CONTRACT AMOUNT MAXIMUM AMOUNT OF FROM MORE THAN TO AND INCLUDING ITEM OF MOBILIZATION 0 100,000 31000 100,000 500,000 15,000 500,000 11000,000 30,000 11000,000 21000,000 60,000 21000,000 31000,000 90,000 31000,000 41000,000 120,000 41000,000 51000,000 125,000 51000,000 61000,000 1500,000 61000,000 71000,000 175,000 71000,000 10,000,000 200,000 10,000,000 ---------- 250,000 Should the Lump Sum price bid for the item Mobilization exceed the r� maximum permissible amount for this item, as specified herein, the bid price will be reduced to the maximum permissible amount, and the reduced price will be used in correctly determining the total price for comparison of bids received. M" 2.1.2 Clearina Site Description: F" Clearing site shall consist of the work of clearing the site of the project within the limits specified, including the removal and resetting of street and road signs, mail boxes, bushes and shrubs, resetting fences, removal of trees, grubbing and removal of all other material or obstruction necessary for the proper construction of the Project. r*f Materials: fool No materials are involved. Method of Construction: The site of the project shall be cleared within the limits of construction including the removal of all trees, brush, weeds, roots, stumps, matted leaves, small structures, debris, and other unsuitable +-+ matter, except as otherwise hereinafter provided or as noted on the Contract Plans. P" n FE1 2.1.2. Clearina Site 1=1 Method of Construction (Cont'd) Trees, shrubs, and other landscape features within the limits of construction which do not interfere with the Project and are shown on the plans or designated by the Engineer for preservation shall not removed, but shall be protected during the progress of the work' in a manner satisfactory to the Engineer and shall be trimmed of overhanging �+ branches at the direction to the Engineer. All dead trees and those which die during the life of the Contract remaining after clearing site shall be removed. Such removals shall be part of the work included in site clearing. In performance of clearing site, the Contractor shall be responsible for the preservation of all public and private property, existing trees, plants and other vegetation that are to remain within or adjacent to the project and shall use every precaution necessary to prevent damage or injury thereto. The Contractor shall repair all injuries to bark, trunk, limbs and roots of remaining plants by properly dressing, cutting, tracing and painting, using only approved tree surgery methods, tools and material, and shall replace to their original condition by approved seeding methods and materials, all grass areas beyond the limits of construction which have been damaged by his work. The Contractor shall not remove, cut, injure or destroy trees or shrubs outside the limits of construction without authority of the Engineer. ,•K When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct, on the part.of the Contractor in the execution of the work, such property shall be restored by the Contractor, at his expense, to a condition equal to that existing before such damage or injury was done, or he shall make good such damage or injury in such other manner as may be acceptable to the Engineer. R.F.D. mail boxes shall be removed carefully and shall be reset at the exact locations approved by the Owners and by the Engineer so as to be accessible to the postal carrier without having to leave the truck. Street and road signs which were removed shall be carefully reset at the exact location and in the manner required by the public M19 authorities having jurisdiction thereof. Prior to acceptance of the Project, all materials and debris mi accumulated shall be removed from the site of the Project and shall be disposed of by the Contractor as herein before specified. The ground surface shall be graded, if necessary, to eliminate water pockets and the entire site of the Project shall be cleaned up and left in a condition satisfactory to the Engineer. n P" 2.1.2. Clearina Site f=9 Ouantity and Pavment F" Separate payment for the item "Clearing Site" will not be made, but shall be included in the various unit prices bid in the Proposal. The price shall include the cost of clearing, grubbing, disposal ,of elm trees and other accumulated materials, the removal and resetting of mail boxes and road and street signs, removal of trees and resetting of fences, all as above described, all materials, labor, equipment and all else necessary therefore and incidental thereto. 2.1.3. Maintenance and Protection of Traffic Description This work consists of the maintenance and protection of both vehicular and pedestrian traffic within the area of the Project and shall include the furnishing and placing of all flashing warning lights, signs, barricades and other protective devices; cleaning of streets; providing all necessary personnel, such as uniformed traffic �r control officers and flagmen; all in accordance with Indian River County right-of-way permit, these Specifications and/or as directed by the Engineer. Traffic Control and Warnina Devices Maintenance and protection of traffic for this Project shall conform to the 1978 edition of the Manual on Uniform Traffic Control Devices for Streets and Highways and its latest edition and addendas, hereinafter referred to as the MUTCD; Section 102, Maintenance of Traffic of the Florida Department of Transportation Standard Specifications, as amended, and all other warning signs and maintenance devices as may be deemed necessary by the Engineer. Design and coloration of barricades, traffic cones and drums shall be in strict conformance with F.D.O.T. Standard Specifications and Sections 6C-2, 6C-31 6C-4 of the MUTCD. I" Construction Reauirement Within ten (10) days after the Notice to Proceed, the Contractor shall submit, in writing for the approval of the Engineer, a plan of the methods, traffic corridors, facilities and devices he proposes for the use for the maintenance and protection of traffic. As a general guide, the Contractor shall refer to Figure #6-6 of Page 276 of the MUTCD and consider the warning devices as shown on Figure #6-6 as the minimum requirements for qualification of this Article. Signs, barricades, traffic cones and electric flasher units shall be n established, relocated, repaired and replaced in such manner and at M" FOR P"1 2.1.3. Maintenance and Protection of Traffic Construction Reauirement (Cont'd) such times and places as may be necessary for adequate protection of vehicular and pedestrian traffic, subject to the approval of the �' Engineer. The Contractor shall provide sufficient flagmen and shall take all other precautions, including any which may be ordered by the Engineer, that are necessary for the safety of the public and ►"� protection of traffic and work. No trenches shall be left open within the usable traffic width of a road, but shall be backfilled within the same day of construction of utilities. Patrols shall be made on a r., regular basis to assure that all maintenance devices and warning signs are in working condition and have a clean appearance. The means provided for the maintenance of highway traffic shall be removed upon completion of each project roadway, including shoulder operations and any damages done to public and private property shall be made good by the Contractor at his own expense. Ouantitv and Pavment Separate payment for Maintenance and Protection of Traffic will not be made, but shall be included in the price bid for "Water Main." Said price shall include furnishing, placing and maintaining all traffic control and warning devices, providing all necessary personnel, such as traffic control officers and flagmen, cleaning of streets, and all equipment, materials, tools and labor incidental thereto. 2.1.4. Enaineer's Field Office This is to supplement Article 1.4.5. This Article is amended to state that no engineer's field office is required. P" FOR M" MR n Irl In" 2.1.5. Connection to Existina Water Main f" Descriution Contractor shall perform all work necessary to locate and verify Fol sizes of existing water mains at locations where connections are to be made as depicted on the Construction Plans. Connections to existing water main must not be made unless an existing or proposed isolation valve between existing and new mains is available and that it will be kept closed until FDEP clearance is received. Water for filling and flushing the new mains must be through a jumper connection equipped with a backflow preventor to protect the existing system from backflow contamination. Method of Construction The Contractor shall remove the existing plug and thrust block and provide the necessary fittings to connect the proposed water main to PO4 the existing water main as shown on the Contract Plans. Ouantity and Pavment Separate payment for this item will not be made, but shall be included in Price Bid for "Water Main" in the proposal, which price MMshall include the cost of contents removal, backfill storing of contents, fittings, all materials, labor, equipment and all else necessary therefore and incidental thereto. FE" RM I" M" R" PER M4 P" M F" n DIVISION 2 SUPPLEMENTARY SPECIFICATIONS SECTION 2 PIPE INSTALLATION 2.2.1. Excavation for Test Pits - Unclassified Description P" Excavation for test pits shall include test excavations to determine precise locations of utilities, including culverts, sewers, water pipe, gas pipe, conduits, cable, manholes, inlets and similar structures. I" Materials No materials are required. P+ Method of Construction Before laying pipe line, the Contractor shall ascertain the location and grade of utility pipes and other subsurface structures which may interfere with such construction. Test pits shall be excavated wherever necessary to obtain the required information, subject to the approval of the Engineer. The Contractor shall determine the precise locations of utilities being crossed by the construction. The Engineer shall then determine the alignment of the construction which will avoid conflict with existing utilities. Quantity and Pavment No separate payment for test pits will be made. For test pits, the cost shall be included in the unit price bid for "Water Main" in the Proposal, which price shall include all excavaion, materials, labor and all else necessary therefor and incidental thereto. n F" 2.2.2. Saw Cut Pavement Description This item of work shall consist of saw cutting of the bituminous and concrete roadway, driveways and sidewalks, in accordance with these specifications and within reasonable conformity to the lines shown on the drawing and/or as directed by the Engineer. P, n n P� M 2.2.2. Saw Cut Pavement P" Materials n No materials are required for this item of work. Methods of Contruction Sawing shall be done with equipment approved by the Engineer. Saws shall be equipped with guides, blade guards, water cooling system and cut -depth control. Adequate and extra equipment and parts shall be availalbe at the site prior to and during the sawing operations. Ouantitv and Pavment No separate payment will be made for this item, but shall be included in the price bid for "Water Main" in the Proposal, which price shall include all material, labor, equipment and all else necessary therefor and incidental thereto. 2.2.3. Pavement Excavation Description Mq Pavement excavation shall consist of the cutting, removal and disposal of bituminous paving, reinforced and non -reinforced concrete pavement courses, including any overlying surface courses. R+ Materials No materials are involved. F" Methods of Construction Existing reinforced and non -reinforced concrete pavement, concrete bases and their surface courses, and bituminous concrete, block and brick surfaces shall be removed from their base courses, when and as prescribed or as shown on the Plans. Prior to any excavation, the Contractor shall cut all pavement surfaces to a neat line, for a maximum width in accordance with the allowable excavation for the various depths of the pipeline as hereinafter specified. Concrete base courses or concrete surfaces that have been overlayed with asphalt concrete need not be saw cut. Pavement breakers, which involve the use of a ball, weight or punch, dropped mechanically or by gravity, shall not be used within five feet (51) of a joint adjacent to other pavement which is to remain in place. P" M" pq F" Pum 2.2.3. Pavement Excavation (Cont'd) F" Ouanti,ty and Pavment No separate payment for Pavement Excavation will be made. For pavement excavation, the cost shall be included in the unit price bid for "Water Main" in the Proposal, which price shall include the cost of excavation, transportation or other disposal of the material., all labor, equipment and all else necessary therefor and incidental thereto. M" 2.2.4. Water Mains Description Water mains shall include cutting existing pavement, where required, excavation for furnishing and construction of pipe water mains and appurtenances for the carrying and distribution of potable water; backfilling the excavation, testing and disinfecting of water main's pipe. The mains shall be of the type and sizes specified and shall be constructed at the prescribed locations and depth in �•► accordance with the Plans and Specifications or as directed by the Engineer. Materials The Contractor shall be responsible for all material furnished by him. All such material which is defective in manufacture or has been damaged in transit or has been damaged after delivery, shall be replaced by the Contractor at his own expense. ,.., When received from the carrier and at the time of unloading, the Contractor shall inspect all pipe and accessories for loss or damage in transit. No shipment of material should be accepted by the Contractor unless proper exceptions are made on the receipt obtained by the carrier at the time of delivery, as to loss and/or damage. The Contractor shall promptly notify the Engineer of any loss or damage. The Contractor shall be responsible for material furnished to or by him and accepted incorporated in the complete project. the safe storage of all by him until it has been n All material found, during the progress of the work, to have cracks, flaws, or other defects will be rejected by the Engineer or his authorized inspector, and the Contractor shall promptly mark and remove such defective material from the site of the work. The following pipe materials are acceptable for this project: R" F" P" 2.2.4. Water Mains f" Materials (Cont'd) A. Cement Lined Ductile Iron Pibe (C.L.D.I.P.) PIM Ductile Iron shall be manufactured in accordance with AWWA C151 (ANSI A21.15) centrifugually cast, internal seal coated standard thickness cement mortar lining, thickness Class 50 for sizes six inch (611) diameter and larger, and thickness Class 51 for sizes under (611) normal diameter, externally coated with coal tar or asphalt base bituminous coating. The minimum working pressure for the pipe shall be 150 psi. Ductile iron pipe, finishes, fittings and appurtenances shall conform to the following applicable standards: MM AWWA C150 (ANSI A21.50) - American National Standard for the Thickness Design of Ductile Iron Pipe. P09 AWWA C151 (ANSI A21.51) - American National Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand Lined Molds for Water or Other Liquids. lom AWWA C104 (ANSI A21.4) - American National Standard for Cement Mortar Lining for Ductile Iron and Gray Iron Pipe & Fittings for Water. AWWA C111 (ANSI A21.11) - American National Standard for Rubber Gasket Joints for Ductile Iron & Gray Iron Pressure Pipe and �► Fittings. AWWA C110 (ANSI A21.10) - American National Standard for Gray Iron �., and Ductile Iron Fittings 3" through 48" for Water and Other Liquids. ANSI/AWWA C600 - AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances. ANSI/AWWA C651-92 - AWWA Standard for Disinfecting Water Main. Ductile Iron Pipe with push on joints or mechanical joints shall conform to the applicable dimensions and weights in accordance with the requirements of AWWA C150 (ANSI A21.50), AWWA C151 (ANSI A21.51) & AWWA C111 (ANSI A21.11). The manufacturer shall furnish a sworn statement that the pipe has been manufactured in accordance with AWWA C151 (ANSI A21.51) and that the pipe furnished has been inspected, tested and complies with all the requirements of this standard. All pipe shall be given a minimum �•, factory hydrostatic test of 500 psi. MR PSI M 2.2.4. Water Mains fu" Materials A. Cement Lined Ductile iron Pine (Cont'd) MIq All pipe shall be clean and sound without defects. Repairing of defects by welding or other methods shall not be permitted. Pipe and accessories not complying with AWWA C151 (ANSI A21.51), unless modified F" accessories this Specification, shall not be accepted by the Contractor and shall be replaced by the manufacturer. rte+ All ductile iron pipe furnished under this Contract shall be internally coated with standard thickness cement -mortar lining, seal coated conforming to AWWA C104 (ANSI A21.4). The thickness of linings Pon for ductile iron pipe and fittings shall not be less than 1/16" for sizes (3) inches through (12) inches, 3/32" minimum for sizes (14) inches through (24) inches, and 1/8" for sizes (30) inches and larger. Lining thickness of the cement-morter lining may be tapered to less than the specified minimums at the ends of the pipe for a length not to exceed (2) inches. r� SEAL COAT: Unless otherwise specified, the cement -mortar lining shall be seal coated with asphaltic material in accordance with Section 4.12 et. seq. of AWWA C104 (ANSI A21.4). Field repair of the cement -mortar lining or seal coat will not be permitted. Any pipe or fittings with ridges, corrugations or other defects in the lining or seal coat shall be rejected and removed from the site. All ductile iron pipe and fittings furnished under this Contract shall be externally coated with a bituminous coating, minimum 2 mil. thick. The coating shall be applied to the outside of all pipe unless otherwise specified. The finished external coating shall be continuous, smooth, neither brittle when cold nor sticky when exposed to the sun and shall be strongly adherent to the pipe. Each pipe furnished shall be marked or stamped by the manufacturer. The minimum information shall be the manufacturer's mark (trademark) or name, the letters "D.I." or "Ductile," the class or PER nominal thickness and the weight. All required markings shall be clear and legible. Any pipe not marked as specified shall be rejected and removed from the site. M9 F" MI F" M 2.2.4. Water Mains B. Polv Vinvl Chloride Pipe (PVC) Poly Vinyl Chloride Pipe (PVC) shall be manufactured in accordance with AWWA C900. All PVC Water Main shall be white or blue in color with three (3) blue color coded snipes. These stripes shall be applied in the manner as the required ASTM coding using permanent ink and shall be at least 1/2" high with the word "Water" in 3/4" high letters appearing one (1) or more times every twenty-one (2111) inches. The Contractor has the option to secure non-metallic warning tape Fog to each joint of pipe instead of painting the stripes onto the pipe. The warning tape shall be blue, with the words "water" appearing one or more times every (21) inches. F" All PVC pipe shall be extruded from Class 12454-A or Class 12454-B materials conforming with the outside diameter (OD) dimensions of cast iron pipe (CI) and with thicknesses of DR Series 18. This standard may be used to the extent applicable for PVC pipe meeting other dimensional requirements. The pipe shall have a minimum working pressure of 150 psi. Poly Vinyl Chloride Pipe shall conform to the following applicable standards of the American Society for Testing and Materials (ASTM): D1598: Test for Time -to -Failure of Plastic Pipe Under Long -Term Hydrostatic Pressure. D1599: Test for Short -Time Rupture Strength of Plastic Pipe, Tubing, and Fittings. D1784: Specification for Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds, Rigid. D2122: Determining Dimensions of Thermoplastic Pipe and Fittings. D2241: Specification for Poly Vinyl Chloride (PVC) Plastic Pipe (SDR -PR). D2672: Specification for Bell -End Poly Vinyl Chloride (PVC) M9 Pipe. D3139: Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. The National Sanitation Foundation (NSF) standard referred to in this standard is: f" M" M" P" 2.2.4. Water Mains A* B. Polv Vinvl Chloride Piue (PVC) (Cont'd) No. 14: Thermoplastic Materials, Pipe, Fitting, Valves, Traps & Joining Materals. The manufacturer shall furnish a sworn statement that the pipe has been manufactured in accordance with AWWA C900-81 and that the pipe furnished has been inspected, tested and complies with all the requirements of this standard. All pipe shall be clean and sound without defects. Pipe and accessories not complying with AWWA C900-81, r-, unless modified by this Specification, shall not be accepted by the Contractor & shall be replaced by manufacturer. All PVC nine shall be installed with 2" wide metallic backed warning tapes conforming to ASTM -B117 and shall be installed (1211) to (1811) in depth above the top of and parallel with PVC pipe in continuous lengths and wrapped around fittings, risers and valves. PVC pipe shall be made from Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784, with an established hydrostatic -design -basis (HDB) rating of 4,000 psi for water at 73.4F (23C). The standard code designation for compounds meeting both requirements; i.e., class and HDB, is PVC 1120. The PVC compounds used to make pipe shall contain no ingredient that is in an amount that has been demonstrated to migrate into water in quantities that are considered to be toxic. The PVC compounds shall be tested and certified as suitable for potable water products by the NSF Testing Laboratory or the Canadian �., Standards Association (CSA) Testing Laboratory, or any other similarly accredited testing agency acceptable to the purchaser, in accordance with requirements that are no less restrictive than the applicable requirements specified in Section 3, 4 of the NSF Standard No. 14. Gaskets and lubricants intended for use with PVC pipe shall be made from materials that are compatible with the plastic material and r-+ with each other, when used together, will not support the growth of bacteria, and will not adversely affect the potable qualities of the water that is to be transported. One gasket shall be furnished with each length of elastomeric-gasket bell -end pipe. MR M" f" M9 2.2.4. Water Mains IMR B. Polv Vinvl Chloride Pipe (PVC) (Cont'd) Pipe shall be homogeneous throughout; free from voids, cracks, inclusions, and other defects; and as uniform as commercially practical in color, density, and other physical properties. Pipe surfaces shall be free from nicks, ,scratches, and other blemishes. The joining surfaces of pipe spigots and of integral -bell and sleeve -reinforced bell sockets shall be free from gouges and other imperfections that might cause leakage at joints. "19 The pipe shall not fail, balloon, burst, or weep, as defined in ASTM D1598, at the applicable sustained pressure listed in Table 4 of AWWA C900 when tested for 1,000 hour as specified in ASTM D2241. The rR9 quick -burst strength of pipe, including any integral bell -end, shall meet the applicable minimum pressure requirement listed in AWWA C900, Table 5. r"' Bell -end pipe designed for making PVC joints using elastomeric gaskets to affect the pressure seal shall be tested as assembled joints and shall meet the laboratory performance requirements specified in rin ASTM D3139. Pipe shall bear identification markings that will remain legible during normal handling, storage, and installation, which have been �' applied in a manner that will not reduce the strength of the pipe or otherwise damage them. Markings on pipes shall be as described in AWWA C900, Section 2.5.2 and this Specification. Pipe that does not comply with the applicable requirements of this standard or that are damaged when received, shall be replaced by the Contractor. The manufacturer shall take adequate measures in the production of PVC pipe to assure product compliance with the requirements of this standard. Tests shall be performed at indicated intervals in accordance with requirements specified in AWWA C900. MR M9 MM Fal F`9 2.2.4. Water Mains ron Methods of Construction General Existing utilities shall be investigated by the Contractor and shall be clearly marked prior to any excavation. The location of utilities shown on the plans are plotted from information furnished by '�' the utility companies listed on the plans and in Article 1.9., which are approximate only and are not warranted as complete or accurate. The Contractor shall familiarize himself and verify conditions at the FEN+ site and shall make diligent inquiry of the utility companies, municipality and municipal authorities to determine the exact location of utility structures. The Contractor shall notify the Underground "VI Notification Center at 1-800-432-4770 (48) hours minimum, prior to any excavation. Contractor shall notify separately and individually, all applicable Utilities which are not members of the Underground Notification Center, (48) hours minimum, prior to any excavation. pal Detour and Maintenance of Traffic Prior to any excavation, detour routes shall be posted and all traffic control devices (including barricades, signs, and flagmen required by the approved plan for maintenance and protection of traffic approved by the Engineer, local Police Department and Highway Department, having jurisdiction thereof) shall be in place. As -built and Record Plans The Contractor shall maintain one (1) set of record plans on which shall be marked to scale, the location and depth of all underground ,�, utilities and services exposed by the Contractor; location of all valve boxes, fittings, hydrants, service connections and curb stops, referenced by at least two (2) dimensions measured to permanent, above ground objects or structures. The Contractor shall also submit to the 1=91 Engineer an As -built Location Plan which shall indicate the dimensions of the water main between fittings, depth of pipe from the surface at each fitting and at even (1001) stations, size of pipe, stationing, ^+ size and type of material for service connections as determined by a Florida State Licensed Surveyor hired by the Contractor. Depth of Cover Except where otherwise shown on the plans, indicated elsewhere in the Contract documents, or directed by the Engineer, all water main ''' pipe shall be laid to a minimum depth of cover of not less than ( 3 ) feet measured from the top of the pipe to the existing ground surface or finish grade established on the Contract plans. M9 MR PSI fun 2.2.4. Water Mains Seauence of Successive Operations The amount of water main construction which will be permitted in advance of the trench restoration will be limited by the Engineer. The maximum length of trench without trench restoration shall be limited to one day's production or 1,000 feet maximum. In areas where existing utilities, existing structures, limited work area or the necessity to Ion maintain traffic flow require the maximum length of trench to be permitted in advance of trench restoration, will be determined by the Engineer. F" Materials, Inspection and Receivina When received from the carrier and at the time of unloading, the ",When shall inspect all pipe and accessories for loss or damage in transit. No shipment of material should be accepted by the Contractor, unless proper exceptions are made on the receipt obtained by the PM9 carrier at the time of delivery, as to loss and/or damage. The Contractor shall be responsible for all material furnished by ro" him. All such material which is defective after delivery shall be replaced by the Contractor at his expense. All material found during the progress of the work to have cracks, �' flaws, or other defects will be rejected by the Engineer or his .. authorized inspector, and the Contractor shall promptly remove such defective material from the site of the work. n The Contractor material furnished incorporated in the Handlina and Storaae shall be responsible for to or by him and accepted complete project. the safe storage of all by him until it has been All pipe, fittings, valves, hydrants 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 r-, dropped. Pipe handled on skidways shall not be rolled or skidded against pipe on the ground. F101 Padding, 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 pipe. n FU9 2.2.4. Water Mains Storaae 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. Valves and hydrants shall be drained and stored in a manner that will protect them from damage. Pipe shall not be stacked higher than the limits shown on Table 1 of Sec. 2.2 of AWWA C600. Cuttina Road Surface Asphalt Concrete, Bituminous Surface Treatment and Bituminous Stabilized Courses shall be cut with pavement cutters, pneumatic hammers, saws or other devices that may be approved by the Engineer. Concrete pavement shall be saw cut. All road surfaces shall be cut along true, straight, parallel lines not to exceed the maximum allowable trench width at the surface specified herein. In areas where existing utilities, existing structures, limited working areas or the necessity to maintain traffic flow require the trench width be confined to a width less than the maximum allowable width, the Engineer will determine the allowable trench width and will instruct the Contractor accordingly. The dimensions of pavement removed shall not exceed the dimensions of the opening required for installation of pipe, valves, hydrants or appurtenances as established herein or as directed by the Engineer. Pavement cutting, removal and disposal' -of pavement and road surfaces shall be part of the trench excavation. The maximum allowable trench width at the surface shall not exceed the outside diameter of the pipe plus two (21) feet plus two-thirds (2/3) the depth of cover Rol over the pipe, unless confined to a lesser width at the direction of the Engineer. The allowable trench width at the surface shall also be the maximum pay limits for trench restoration items. Any part of the trench excavation or damage to existing paving in excess of the widths established shall be restored by the Contractor in the manner designated for trench restoration AT THE CONTRACTOR'S EXPENSE. Excavation PER The trench shall be excavated to the required alignment, depth & width at the prescribed locations and shall proceed in advance of pipe installation as directed by the Engineer. The trench shall be adequately braced or sheeted to prevent failure of the trench walls and assure that the workers may work therein safely and efficiently. Temporary support, underground and surface obstructions encountered �-, by the Contractor at Engineer. MR adequate protection and maintenance of all utility structures, drains, sewers and other in the progress of the work shall be furnished his own expense under the direction of the P" �' 2.2.4. Water Mains "" Excavation (Cont'd) Where the grade or alignment of the pipe is obstructed by existing utility structures, (such as conduits, ducts, pipes, branch connections to main sewers or main drains) the obstruction shall be permanently supported, relocated, removed or reconstructed by the Contractor in accordance with owners of such utility structures. No deviation shall be made from the required line of grade except with the written consent of the Engineer. Whenever necessary to determine the location of existing underground utility structures, the Contractor, after an examination of available records and upon written order of the Engineer, shall make all explorations and excavations for such purpose. The Contractor shall provide temporary support for protection and maintenance of all underground and surface structures, drains, sewers, pipe lines and other obstructions encountered in the progress of the work in a manner satisfactory to the utility or structure owner and approved by the Engineer. All bituminous or concrete road materials shall be kept separated from the remainder of the excavation and shall be removed by the Contractor and disposed of at an approved disposal facility satisfactory to the Engineer. All excavated material shall be placed in a manner that will not endanger the work and will not obstruct walkways, sidewalks or driveways. Trees, schrubs, fences and all other property and surface Mal structures shall be protected during construction. Any cutting of tree roots or branches shall be done only as approved by the Owner or the Engineer. When the excavation encounters previous trench excavations for underground utilities or utility pipe lines, sewers, drains, conduits or underground structures, the trench bottom shall be sufficiently compacted to provide support equal to that of the native undisturbed soil or compacted to a density of not less than (95%) by the dry fill density control method whichever shall be greater. Where existing utility structures, pipe line, drains, conduits, etc., are exposed and cross the new water main construction, concrete saddles �., shall be constructed as detailed in the Contract plans. Rock Conditions FE' When excavation of rock is encountered, all rock shall be removed to provide a clearance of at least (611) (150 mm) below and on each side of all pipe, valves and fittings for pipe sizes (2411) or smaller and mm (9") (230 mm) for pipe sizes (3011) and larger. When excavation is completed, a layer of appropriate backfill material shall be placed on F" M" P" 2.2.4. Water Mains r"R Rock Conditions (Cont' d) the bottom of the trench to the previously mentioned depths, leveled FMI 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 foundations that may be encountered during excavation. This installation procedure shall be followed when gravel formations containing loose boulders greater than approximately (811) (200 mm) 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 of rock, boulder or stones of sufficient size and placement which, in the opinion of the Owner, could cause a fulcrum point. Blasting Blasting for excavation will be permitted only after securing approval of the Engineer and only when proper precautions are taken for the protection of persons and property. The hours of blasting will be fixed by the Engineer. Any damage caused by blasting shall be repaired by the Contractor at his expense. The Contractor's procedures and methods of blasting shall conform to state and local laws and to municipal ordinances. �' Excavated material shall be so placed as not to unreasonably interfere with travel. All macadam, cinder or gravel street surfacing, surface loam and sod shall be kept separate from the remainder of the MR excavated material and replaced in its original position during backfilling of the trench as may be directed by the Engineer. All excavated materials not required for fill or backfill shall be disposed �., of by the Contractor, at his expense, either at places provided by the Owner, distance not to exceed two (2) miles one way, or at places outside the project area provided by the Contractor. If the Contractor shall fail to promptly remove such surplus material, the Owner may have the material removed and charge the cost thereof as money paid to the Contractor. All surplus excavation not disposed of as stated above, shall be removed from the site of the work by the Contractor, but none shall be deposited on private property until written consent of the property owner has been filed with the Engineer. Underground structures removed, such as brick and sewer pipe, shall become the ,..� property of the Contractor. The use of trench -digging machinery will be permitted except where its operations will cause damage to trees, buildings or existing structures above or below the ground. At such locations, hand methods shall be employed to avoid such damage. No additional compensation shall be granted for work performed by hand methods. r-+ F" P" MR fuel 2.2.4. Water Mains F*+ Joint Deflection When it is necessary to deflect pipe from a straight line in PWI either the horizontal or vertical plane, the amount of joint deflection shall not exceed the manufacturer's recommendations. The deflections listed are maximum deflections and should not be exceeded. For design purposes, deflections should be limited to (80%) of the values shown. Piue Cuttina r� Cutting pipe for insertion of valves, fittings or closure pieces shall be done in conformance with all safety recommendations of the manufacturer of the cutting equipment. Cutting shall be done in a safe, workmanlike manner without creating damage to the pipe or cement -mortar lining. Ductile iron pipe may be cut using an abrasive pipe saw, rotary wheel cutter, guillotine pipe saw, milling wheel saw or oxyacetylene torch. Cut ends and rough edges shall be ground smooth, and for push on joint connections, the cut end shall be beveled. Polvethvlene Encasement n When the presence of agressive soil is identified, requiring polyethylene encasement for ductile iron pipe, the encasement shall be installed in accordance with Section 5.4 of ANSI/AWWA C105/A215. Installation methods A or B shall be employed as flat tube polyethylene. The Contractor shall make provisions to keep the polyethylene from direct exposure to sunlight prior to installation; and backfilling following installation shall be completed without delay to avoid exposure to sunlight. `'" Unsuitable Subarade Material When the subgrade is found to include ashes, cinders, refuse, organic material or other unsuitable material, such material shall be removed to a minimum of at least (811) or to the depth ordered by the Engineer and replaced under the directions of the Engineer with clean, stable backfill material. Unstable Subarade 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 appurtenances shall be constructed using piling, treated timber, concrete or other materials, at the direction of the Engineer. MR M" M" rem 2.2.4. Water Mains Pq Pipe Installation Proper implements, tools and facilities shall be provided and used for the safe and efficient performance of the work. All pipe, fittings, valves and hydrants shall be lowered carefully into the trench by means of a derrick, ropes or other suitable tools or equipment, in such a manner as to prevent damage to water main materials and protective coatings and linings. Under no circumstances shall water main materials be dropped or dumped into the trench. The trench shall be dewatered prior to installation of the pipe. Restrained Joints PER All pipe joints within (21' ) of a fitting shall be restrained joint. Series 1300 and Series 1350 restrained joints are permitted for PVC pipe. Contractor shall submit shop drawing of proposed restrained joint for approval by the Engineer. Examination of Material All pipe, fittings, valves, hydrants and other appurtenances shall be examined carefully for damage and other defects immediately before installation. Defective materials shall be marked and held for inspection by the Engineer who may prescribe corrective repairs or reject the materials. Pipe Ends All lumps, blisters, and excess coating shall be removed from the socket and plain ends of each pipe, and the outside of the plain end and the inside of the bell shall be wiped clean and dry and be free from dirt, sand, grit or any foreign materials before the pipe is laid. .. Pipe Cleanliness Foreign material shall be prevented from entering the pipe while it is being placed in the trench. No debris, tools, clothing or other '^ materials shall be placed in the pipe at any time. Pipe Placement F" As each length of pipe is placed in the trench, the joint shall be assembled and the pipe brought to correct line and grade. The pipe shall be secured in place with approved backfill material. n MR MR P" F" 2.2.4. Water Mains F" Pive Pluas At times when pipe laying is not in progress, the open ends of �r pipe shall be closed by a water -tight plug or other means approved by the Engineer. Care must be taken to prevent pipe flotation should the trench fill with water. P" Ductile-ron Lavina Conditions The specified laying conditions for ductile -iron pipe shall be �+ completed in accorance with ANSI/AWWA C150/A21.50. PVC Lavina Conditions I" The specified laying conditions for poly vinyl chloride (PVC) pipe shall be as described in AWWA Manual of Water Works Supply Practices, Number M23. M" Subgrade shall include the preparation and compaction of the surface upon which subbase, base courses, pavement surface courses or paved shoulders will be constructed. The subgrade shall consist of the top (1611) of trench backfill below specified prepared subbase or base courses. The subgrade shall be prepared after the underlying mains and A other subsurface structures have been placed and the backfill, therefore, has been property consolidated and compacted to a density of not less than (95%). The subgrade shall not be placed or prepared when it is soft or unstable because of excessive. moisture. The subgrade of (1611) minimum, compacted thickness shall be placed and compacted in two (2) or more courses of approximately equal r, thickness. Each course to be no more than (811) thick compacted by a minimum of (5) passes of a (50) ton compactor. If this is not possible, the subgrade shall be compacted to a density of not less than (97%) standard proctor. The subgrade shall be shaped and compacted to the proper grade and contour and shall be free from water pockets, ridges or other surface irregularities. Each layer of subbase shall be maintained, during its compaction, at a moisture content within (2%) of optimum. Water shall be applied without additional compensation, wherever necessary to attain satisfactory compaction of the subgrade. The final preparation of the subgrade shall be at the proper grade and ,•q contour, firm, even and free from depressions that may form water pockets and shall be so maintained until the pavement is placed thereon. RM IN" 2.2.4. Water Mains f+ PVC Lavina Conditions (Cont'd) If utility pipes, drains, sewers or other subsurface pipes or facilities be. close to, or above, the proposed subgrade suchthat compaction of the subgrade therefore by the methods and equipment hereinbefore specified may cause damage to the pipes or other facilities, the use of such methods and equipment will be waived in the immediate proximity. At such locations, the subgrade within the necessary limits above and each side of these facilities shall be compacted to not less than (97%) density by such means as the r� Contractor may choose so as to avoid such damage. The Contractor shall repair any damage to the above mentioned facilities that may be caused by his operations. P" Backf i l l ina No backfilling shall be done before the Engineer gives permission. Backfilling may be done with power equipment, however, no backfill machine shall be used unless a sufficient number of people are employed to spread the backfill in layers of six (611) inches and thoroughly ,.., compact same before the next layer is constructed. Granular bedding or concrete cradles shall be first placed in the trench bottom, if so directed by the Engineer, before pipe is placed and before backfilling begins. Backfilling shall be carefully performed and the original surface restored to the full satisfaction of the Engineer. In the pipe �+ trenches, after the pipes have been tested and approved, trenches shall initially be backfilled with loose, fine earth free from stones and/or clods, carefully deposited in layers not to exceed (611) in thickness on both sides of the pipe and thoroughly and carefully rammed and tamped until enough fill has been placed to provide a cover of not less than (1211) above the top of the pipe compacted to a minimum of (95%) standard proctor density. The remainder of the trench to a point (1611) below subgrade shall be backfilled with the native excavated material, from the trench or with other material when specified by the Engineer in (1211) layers moistened and compacted to insure thorough compaction to a minimum of (95%) standard proctor density. Puddling will not be permitted in lieu of tamping. The Contractor, however, may puddle the trenches in conjunction with tamping with the approval of the Engineer. n r� MR P" P" 1 POR PWI R, POR P" 2.2.4. Water Mains Backf it lina ( Cont' d) Whenever the trenches have been properly filled or compacted, or if settlement occurs, they shall be re -excavated, refilled, compacted, smoothed off and, finally, made to conform to the surface of the ground. Backfill (1611) below the subgrade in open cut trenches, across roadways, streets or other areas subject to vehicular traffic which are to be paved, shall be made as specified above except that backfill shall be deposited in layers not to exceed (811) in thickness, moistened and compacted to a minimum density of (97%) standard proctor density or greater. In areas where the density of the existing earth adjacent to the trench is greater than (97%) standard proctor density, the top (1611) below subgrade shall be compacted as specified above to a density equal to or greater than the existing, adjacent, native earth which exceeds (97%) standard proctor density. When backfilling and compaction are completed as specified herein, the temporary repaving shall be placed immediately thereon. Alignment and Grade The pipe shall be laid, as directed by the Engineer, on firm soil cut true and even to afford bearing for the full length of the barrel of the pipe. f" Preparation of Trench Bottom Pipe shall be laid directly on a trench bottom containing coupling holes and shaped to provide continuous contact with the pipe between coupling holes. Coupling Holes: - Prior to lowering pipe into the trench bottom having a length, width and depth to allow assembly and to maintain a minimum clearance of (211) inches between coupling and undisturbed trench bottom. shapina Trench Botton: - Prior to lowering pipe into the trench, the trench bottom between coupling holes shall be cut true and even to grade so as to provide continuous contact of the trench bottom with the pipe in accordance with the bedding detail as shown on the Contract Plans. req Pipe In Trenches All pipe shall be laid to a minimum depth of 3.5 feet. The depth shall be measured from the established street grade or the surface of the permanent improvement to the top of the pipe barrel. The Contractor shall provide a clearance of one (1) foot (min.) between gas mains and water main. He shall construct test pits to verify locations and depth of utilities where shown or directed by the Engineer. M" F" n 2.2.4. Water Mains M+ Pipe Joints The ends of pipe, the coupling grooves, gaskets and rubber rings shall be cleaned immediately before assembling. The assembly shall be made as recommended by the manufacturer. Lubricant for sealing gasket shall be specified in AWWA C111 (ANSI 21.11). Pipe shall not be deflected either vertically or horizontally in excess of that recommended by the manufacturer. Unsuitable Conditions for Joinina Pipe No pipe shall be laid in wet trench conditions which preclude proper bedding, or when in the opinion of the Engineer, the trench conditions or the weather are unsuitable for proper installation. Lenath of Pipe at Rigid Structures Pipe entering or passing through rigid structure, such as concrete vaults, shall not have a length extending more than (31311) beyond either inner or outer face of that structure. Backfillina Backfillina Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other material that, in the opinion of the Engineer, is unsuitable. From One (11) foot above the top of the pipe to the subgrade of the pavement, material containing stones up to (411) inches in their greatest dimension may be used, unless otherwise specified. Partial Backfillina Durina Testina - Newly installed pipelines are �+ normally tested after backfilling. When unusual conditions require that pressure and leakage testing be accomplished before completion of backfilling or with pipe joints accessible for examination, sufficient backfill material shall be placed over the pipe barrel between the joints to prevent movement, and due consideration shall be given to restraining thrust forces during the testing. M14 MR P" P+1 2.2.4. Water Mains F" Flushina Foreign material left in the pipelines during installation often ^ results in valve or hydrant seat leakage during pressure tests. Every effort shall be made to keep lines clean during installation. Thorough flushing may be required prior to a pressure test; flushing should be accomplished by partially opening and closing valves and hydrants several times under expected line pressure with flow velocities adequate to flush foreign material out of the valves and hydrants. MR Hvdrostatic Testina ^ Pressure Test After the pipe has been laid, all newly laid pipe or any valved section thereof shall be subjected to a hydrostatic pressure of at ^ least (1.5) times the working pressure at the point of testing (150 psi), in accordance with AWWA C-600 for DIP and M23 for PVC. ,••, Test Pressure Restrictions Test pressures shall not be less than 1.25 times the working pressure at the highest point along the test section nor shall the pressure exceed pipe or thrust -restraint design pressures. The tests) shall be of at least two (2) hour duration and not vary by more than +- 5 psi for the duration of the test. ^ Test pressures shall not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section F" includes closed gate valves or hydrants. Valves shall not be operated in either direction at differential pressure exceeding the rated pressure. Nor shall the test exceed the rated pressure of the valves when the pressure boundary of the test section includes closed, resilient -seated gate valves. Pressurization ^ Each valved section of pipe shall be filled with water slowly and the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test guage, shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. The test section shall be allowed to stabilize at the test pressure before conducting the leakage test. ^ ^ ^ F" 1=9 MINI f" 2.2.4. Water Mains Hvdrostatic Testina (Cont'd) Air Removal Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged or left in place at the descretion of the Engineer. Examination Any exposed pipe, fitting, valves, hydrants and joints shall be examined carefully during the test. Any damage or defective pipe, fittings, valves or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material, and the test shall be repeated until it is satisfactory to the Engineer. Leakage Test Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within (5) psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled r-► with water. Leakage shall not be measured by a drop in pressure in a test section over a period of time. F" Allowable Leakaae No pipe installation than that determined by hydrants are in the test closed hydrant. Acceptance of Installation will be accepted if the leakage is greater AWWA C-600 for DIP and M23 for PVC. When section, the test shall be made against the Acceptance shall be determined on the If any test of pipe laid discloses leakage the Contractor shall, at his own expense, necessary until the leakage is within the visible leaks are to be repaired regardless M" MR basis of allowable leakage. greater than that specified, locate and make repairs as specified allowance. All of the amount of leakage. "M (al 2.2.4. Water Mains rM9 Disinfection All newly installed water main shall be disinfected in accordance with ANSI/AWWA C651-92. Following chlorination, the main should be flushed as soon as possible (within 24 hours) since prolonged exposure to high concentrations of chlorine might damage the asphaltic seal P-, coat. Before being placed in service, and before certification of completion by the Engineer, all new water systems, or extensions to existing systems or valved section of such extension, or any exposed section of the existing system, shall be disinfected according to the AWWA Standard 6-C651 and Indian River County Specifications. All new water mains shall be completely sterilized with chlorine using liquid chlorine and a suitable chlorinator. The chlorine shall be introduced and distributed into the new pipe lines by suitable and approved means and in such manner that it shall reach all of the pipe and all fittings, valves and appurtenances. Chlorine may be applied at the beginning of the section adjacent to the feeder connection and shall be injected through a corporation stop, hydrant or other connection insuring treatment of the entire line. Sterilization may be done in connection with pipe testing or independently as may appear more practical. The manner and method of introduction of chlorine shall be satisfactory to and must be approved by the governing water authority. Sterilizing dosage shall be sufficient to provide the equivalent of not less than fifty (50) parts per million (ppm) of free chlorine to the entire contents of the pipe line or section thereof to be sterilized, and the chlorinated water shall be permitted to remain in the pipe line for a contact period of not less than twenty-four (24) hours. During the chlorinating procedure, all valves, hydrants, and appurtenances that will come in contact with potable water shall be operated. After sterilization, the water main or section shall be thoroughly flushed and put into service. Any section of pipe line which is MR drained or emptied of water at any time or for any purpose in connection with this work, whether a newly laid pipe line or part of an existing water main system, shall be sterilized as above specified before being returned to service. The Contractor shall furnish the sterilizing agent of the approved kind and in quantity sufficient to comply with above requirements, together with any and all equipment, labor and supervision necessary for effective accomplishment of sterilization. Sterilization shall be carried out at times approved by and to the satisfaction of the Owner and the Engineer. R" P" P" F" FMR M 2.2.4. Water Main +m� Ouantity and Pavment M" MMI M14 mmq P" MR MM f" r" The quantities of Water Main Installation for which payment will be made will be the actual lengths constructed in accordance with the plans or as directed by the Engineer, measured in place where laid, exclusive of valves and/or fittings. Payment for Water Main will be made for the actual length constructed, measured in lineal feet at the unit price per lineal foot bid in the Proposal and shall include the cost of: cutting bituminous paving, all excavation, disposal of spoil and excess material, trench preparation, shoring, bracing, dewatering, furnishing, laying, assembling, backfilling, preparation of subgrade, holding of utility poles, rock excavation, de -mucking, polyethylene bagging as required, general restoration, all materials, labor, equipment and all else necessary therefore and incidental thereto. However, payment for water main shall be limited to the length of water main actually installed and restored, plus a maximum of 1,000 lineal feet of water main installed, but unrestored. For purposes on "Water Mains" payments only, temporary restoration shall be considered as completion of rough grading of all areas to be seeded and completion of all paving base courses with temporary surfacing. rnm 2.2.5. Fittings F=1 Description General fittings shall be cast from gray iron or ductile iron de- signed for an operating pressure of 250 psi with a minimum factor of safety of 2.5 manufactured in accordance with and to the applicable dimensions and weights conforming to the requirements of AWWA C110 unless otherwise specified. All pipe fittings. -shall be cast integrally �+ with restrained joint, internal seal coated standard thickness cement, mortar lining and externally coated with coal tar or asphalt base bituminous coating, 1 mil thick. Gray iron or ductile iron pipe fittings, finishes, fittings and appurtenances shall conform to the following applicable standards: AWWA C153 Ductile Iron Compact Fittings, 3" through 12" for Water pool and Other Liquids. AWWA C104 (ANSI A21.4) - American National Standard for Cement MMI Mortar Lining for Ductile Iron and Gray Iron Pipe and Fittings for Water. M14 AWWA C111 (ANSI A21.11) - American National Standard for Rubber Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. r09 AWWA C110 (ANSI A21.10) - American National Standard for Gray Iron and Ductile Iron Fittings 3" through 48" for Water and Other Liquids. rn AWWA C600 - AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances. "' AWWA C601 - AWWA Standard for Disinfection Water Mains. The manufacturer shall furnish a sworn statement that the pipe riot fittings have been manufactured in accordance with AWWA C110 and that the fittings furnished have been inspected, tested and that all tests required by AWWA C110 have been made and the results thereof comply with the requirements of the standard. All fittings shall be clean and sound without defects. Repairing of defects by welding or other methods shall not be permitted. Fittings and accessories not in compliance with AWWA C110 shall not be accepted by the Contractor and shall be replaced by the manufacturer. All gray iron or ductile iron pipe fittings furnished under this r-4 Contract shall be internally coated with standard thickness cement -mortar lining, seal coated conforming to ANSI A21.4 (AWWA C104). The thickness of linings for ductile iron pipe and fittings shall not MR be less than 1/16" for sizes 3" thru 12", 3/37" minimum for sizes 14" thru 24" and 1/8" for sizes to less than the specified minimums at the ends of the fitting. R" I" f" 2.2.5. Fittings in" Describtion (Cont'd) SEAL COAT: Unless otherwise specified, the cement mortar lining shall be seal coated with asphaltic material in accordance with Section 4.12. et. seq. of ANSI 21.4. Any fittings with ridges, corrugations or defects in the lining -or seal coat shall be rejected and removed from the site. All gray iron or ductile iron pipe fittings furnished under this Contract shall be externally coated with a bituminous coating �+ approximately 1 mil. thick. The coating shall be applied to the outside of all pipe, unless otherwise specified. The finished external coating shall be continuous, smooth, neither brittle when cold nor sticky when exposed to the sun and shall be strongly adherant to the pipe. Each fitting furnished shall have distinctly cast upon them the manufacturer's identification, pressure rating, nominal diameters of openings and the number of degrees of fraction of the circle on all bends. Ductile iron fittings shall have the letters "DI" or "Ductile" cast on them. All required markings shall be clear and legible. Any fitting not marked as specified shall be rejected and removed from the site. Push -on joint rubber gaskets, mechanical joint rubber gaskets, ductile iron glands or gray iron glands, bolts and nubs shall be in accordance with ANSI A21.11 (AWWA C111) American National Standard for Rubber -Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. All tees installed in the water main system to be connected to hydrants shall be thrust restrained joint hydrant tees. The 6" "9 diameter tee branch shall be plain end with integrally attached rotatable MJ Gland "Clow Mechanical Joint Anchoring Tee" Figure F-1217 or equal. All plugs, caps, tees and bends, unless otherwise specified, shall be provided with thrust blocks and suitable restrained joints, as shown on the plans or specified by the Engineer. All thrust restraint shall withstand the test pressure or the working pressure plus surge allowance, whichever is larger, including adequate factors of safety. Vertical and horizontal thrust blocks shall be made of concrete having a compressive strength of not less than 3000 psi after 28 days. ~' Concrete thrust backing shall be placed between solid ground and the fitting to be anchored; the area of bearing on the pipe and on the M 2.2.5. Fittinas Description (Cont'd) ground in each instance shall be that shown or directed by the Engineer. The backing shall, unless otherwise shown or directed, be so located as to contain the resultant thrust force and in such a way that the pipe and fitting joints will be accessible for repair. Restraining mechanisms for push -on or mechanical joints shall be used in conjunction with concrete backing if so indicated in the Plans and Specifications. Tie rods, clamps or other components of dissimilar �-, metal shall be protected against corrosion by hand application of a suitable coating. All tie rods shall be 3/4" diameter, all thread stainless steel rods. Quantity and Pavment Payment for fittings shall be made for the quantity per ton for P, body weight of fittings acutally constructed in accordance with the Plans and Specifications or as directed by the Engineer at the price bid in the proposal for "Fittings" which price shall include the cost of all construction complete including excavation, equipment, restraining mechanisms, mechanical jount, thrust blocks, polyethylene bagging, as required, all materials, retainer glands, nuts & bolts, labor and all else necessary therefore and incidental thereto. Total weight of fittings shall be measured based on the sum of the weights of each individual fitting which weight shall not include nuts, bolts, glands or any other accessory items. Pon All fittings related to construction bid for items "Fire Hydrant Assembly" and "Canal Crossings" shall not be paid for under this pay item, but shall be included in the unit price bid in the proposal for �' "Fire Hydrant Assembly" and "Canal Crossings." M9 rMI n MM PM Mel FI 2.2.6. Gate Valves & Valve Boxes 1=4 Description Gate valves and valve boxes shall include the furnishing and installation of gate valves with 2,500 psi concrete foundations and valve boxes in the water main distribution system, in accordance with these specifications and in reasonably close conformity to the locations shown on the plans or as directed by -the Engineer. Materials rq Gate valves shall be resilient seated with restrained mechanical jount, manufactured to meet or exceed the requirements of AWWA C509 and in accordance with the following specifications: MI' Valves shall have an unobstructed waterway equal to or greater than the full nominal diameter of the valve. Valves shall have a minimum rated working pressure of 150 psi, and a minimum rated test inn pressure of 300 psi. The valves are to be non -rising stem with the stem made of cast, FMI forged, or rolled bronze shown in AWWA C509. Two stem seals shall be provided and shall be of the O-ring type, one above and one below the thrust collar. Bonnet face of the stuffing box shall be smooth and machine finished. rom The stem nut shall be (211) square, made of bronze, and may be independent of the gate or the integral type design. The seal mechanism shall consist of a cast iron gate having a vulcanized synthetic rubber coating or be mechanically retained on the disc. The resilient sealing mechanism shall provide zero leakage at rum the water working pressure when installed with the line flow in either direction. The valve body, bonnet, and bonnet cover shall be cast iron ASTM A126, Class B. All ferrous surface inside and outside shall have a fusion -bonded or spray apoxy coating. A handwheel or wrench shall be provided for operating the valve. All valves shall open in a counter -clockwise motion. P' All valves are to be tested in strict accordance with AWWA C509. Gate valves shall be similar to American -Darling "CRS -80," Mueller Resilient Seat Gate Valve or an approved equal. r" MR faq 2.2.6. Gate Valves & Valve Boxes (Cont'd) f" Materials (Cont'd) All valves shall have a valve box installed to the ground surface. The box shall be a two piece for valves 2" through 1211, and three piece for valves 14" and larger. The box shall be a screw type with 5 1/4" shaft. The lid shall be marked "Water" and must be painted blue. A 36" x 36" concrete pad must be poured around the top of the box to Fell prevent damage or movement. The box shall have extensions as required. Boxes shall be as manufactured by Mueller Company or approved equal. Pon Methods of Construction The Contractor shall do all necessary pipe cutting and shall locate valves and fittings in the exact positions indicated. He shall provide and use cutting tools of an approved type and in good order so as to ensure clean, square cuts to exact measurements. Examination of Material M Prior to installation, valves shall be inspected for direction of opening, number of turns to open, freedom of operations, tightness of pressure containing bolting and test plugs, cleanliness of valve ports '�' and especially seating surface handling damage and cracks. Defective valves shall be corrected or held for inspection by the Engineer. Valves shall be closed before being installed. pot Placement Mains shall be drained through drainage branches or blowoffs. Drainage branches, blowoffs, air vents and appurtenances shall be provided with valves and shall be located and installed as shown on the plans. Drainage branches or blowoffs shall not be directly connected to any storm or sanitary sewer submerged in any stream, or be installed in any other manner that will permit backsiphonage into the �*+ distribution system. A valve box shall be provided for every valve that has no gearing or operating mechanism or in which the gearing of operating mechanism is fully protected with a gear case. The valve box shall not transmit shock or stress to the valve and shall be centered over the operating nut of the valve, with the box cover flush with the surface of the finished area or such other level as may be directed by the Owner. MR MR 2.2.6. Gate Valves & Valve Boxes ram Placement ( Cont' d ) All valves shall be set accurately true to and square with pipe lines and installed on a 2500 psi concrete foundation so that the pipe will not be required to support the weight of the valve. Valves shall be installed in the closed position. Valve stems shall be accurately plumb. Valve boxes shall be set plumb accurately centered with respect to the valve stem, well supported by solidly tamped earth and with their tops flush with the finished surface grade of the roadway or surface of the gound where set. Pipe lines shall be thrust blocked at all bends greater than 10 degrees and at all tees, plugs, valves and fire hydrants so as to prevent movement of the lines under pressure. Typical thrust blocking shall be as shown on.the detail sheet of the plans or as described by the Engineer. Ouantitv and Pavment Payment for the Gate Valves and Boxes shall be made for the quantity actually constructed in accordance with the Plans and Specification or as directed by the Engineer at the unit price bid for each size in the Proposal "Gate Valve," which price shall include the cost of all construction complete, including excavation and all materials, labor, equipment and all else necessary, therefor, and incidental thereto. Gate Valves to be installed with wet tap connections shall be paid for as a separate item, and should be included in the unit price bid for wet tap connections. rte, M" M" M" M" F" RM 2.2.7. Butterf lv Valves & Valve Boxes r+ Description Butterfly valves and valve boxes shall include the furnishing and ►09 installation of butterfly valves with 2500 psi concrete foundations and valve boxes in the force main collection system, in accordance with these specifications and in reasonably close conformity to the locations shown on the plans or as directed by' -the Engineer. Materials rM Valves shall be designed, manufactured, and tested in accordance with AWWA Standard C504-80 for Rubber Seated Butterfly Valves except as follows: 1. The rubber seat shall be offset from the shaft centerline providing 360 degree continuous seating. n 2. The body shall be cast iron (ASTM A126, Gr. B). A stainless steel seat (18-8) shall be mechanically retained and sealed in the ,.., body of the valves or if a rubber seat is used in the body, it shall be mechanically retained. Any retaining fittings shall be stainless steel (18-8). The rubber body seat shall be designed so it can be adjusted or replaced in the field. 3. The valve disc shall be constructed of alloy cast iron ASTM A-436, Type I*(NiResist), or if a solid disc is used, it shall be r-, cast iron (ASTM A48 C1 40) or ductile iron (ASTM A536 Gr65-45-12) and shall be fitted with a resilient seat of synthetic rubber fixed in place with 18-8 stainless steel retaining ring and cap screws passing through the rubber seat. The rubber disc seat shall be adjustable or replaceable in the field. If the disc seat is metal, the mating edge that contacts the rubber will be 18-8 stainless steel. 4. The valve shafting shall be made from stainless steel (18-8) either through shaft or stub shaft design. Minimum shaft diameter r� shall conform to the "B" classification in Table 3 of AWWA C504-80. Shaft seals shall be Chevron packing. 5. The disc to shaft connection shall be rigid and made with flat milled taper keys to provide a positive wedging action between disc and shaft. As an alternate, taper pins may be used. Both taper keys and taper pins shall be locked in place by stainless steel (18-8) nuts. n PM 2.2.7. Butterflv Valves & Valve Boxes n Materials (Cont'd) 6. Valve operators shall be of the traveling nut type with a self-locking design to prevent disc creep in any position. Operators shall be provided with adjustable travel stops in the open and closed position. The travel stops shall be' field adjustable without disassembly of the operator. The travel stops shall be capable of accepting 300 lbs. of input torque without failure. 7. Valves shall beClass 150A or B and equal tothose manufactured by Mueller Company or Henry Pratt Company. 8. Valve operators shall be sized for the 150B torque listed in Table 1 of the AWWA C504-80 for the size of valve specified. 9. Valves shall be hydrostatically leak tested to 150 psi working rte+ pressure and remain droptight with the disc in the closed position. The valve body shall be hydrostatically tested to 300 psi without leakage. Valves shall be mechanical joint end with ,R ANSI A21.11, unless otherwise specified by the governing agency. 10. All valves shall have a valve box installed to the ground surface. The box shall be a two piece for valves 2" through 1211, and three piece for valves 14" and larger. The box shall be a screw type with 5 1/4" shaft. All valves shallhave actuating nuts extended to within six (611)) inches of the top of the valve box r-� cover. The covers shall have "Water" cast into the top and shall be painted blue in color. A concrete pad 36" x 36" must be poured around the top of the box to prevent damage or movement. The box shall have extensions as required. Boxes shall be as manufactured by Mueller Company, or approved equal. 11. Valve boxes shall be provided with concrete base and valve nameplate with suitable anchors for casting in concrete. Nameplate shall be three (311) inch diameter bronze disk with raised lettering 1/8 inch high and manufactured by Shiedow Bronze "14 Corporation, Kingwood, West Virginia, or equal. Methods of Construction The Contractor shall do all necessary pipe cutting and shall locate valves and fittings in the exact positions indicated. He shall provide and use cutting tools of an approved type and in good order so as to ensure clean, square cuts to exact measurements. M" P" P" 2.2.7. Butterflv Valves & Valve Boxes M9 Examination of Material Prior to installation, valves shall be inspected for direction of opening, number of turns to open, freedom of operation, tightness of pressure containing bolting and test plugs, cleanliness of valve ports and especially seating surfaces, handling damage and cracks. Defective valves shall be corrected or held for inspection by the Engineer. Valves shall be closed before being installed. Placement Mains shall be drained through drainage branches or blowoffs. Drainage branches, blowoffs, air vents and appurtenances shall be provided with valves and shall be located and installed as shown on the plans. Drainage.branches or blowoffs shall not be directly connected to any storm or sanitary sewer submerged in any stream, or be installed r, in any other manner that will permit back siphonage into the distribution system. All valves shall be set accurately true to, and square with, pipelines and installed on 2500 psi concrete foundation. Valve stems shall be accurately plumb. Valves shall be supported by approved blocking so as to ensure their remaining accurately in position during jointing and such manner that their weight will not place undue strain on connecting pipe or joints. Valve boxes shall be set plumb, accurately centered with respect to the valve stem, well supported by solidly tamped earth, and with their tops flush with the finished surface grade of the roadway, or surface of the ground where set. Pipelines shall be thrust blocked at all bends greater than 10 degrees and at all tees, plugs, valves and fire hydrants so as to prevent movement of the lines under pressure. Typical blocking shall be as shown on the detail sheet of the plans or as described by the Engineer. rte+ Ouantitv and Pavment Payment for the butterfly valves and valve boxes shall be made for the quantity actually constructed in accordance with the plans and specifications, or as directed by the Engineer, at the unit price bid for each size in the proposal "Butterfly Valves," which price shall include the cost of all construction complete, including excavation, all materials, labor, equipment, and all necessary therefore and incidental thereto. PM F" P" Flz�j 2.2.8. Fire Hydrant Assemblv DescriUtion ,.., Fire Hydrant Assembly shall include furnishing and installation of dry -barrel traffic (break -away) type hydrant with crushed stone drain and concrete collar; 6" diameter piece (pipe) with integrally cast rotatable gland mechanical specifications and -in close conformity to the locations and grades shown on the plans or as directed by the Engineer. Fire hydrant shall be of ample length for 18" clearance above centerline of roadway. MIR Materials P" A. Fire Hvdrant: Shall be made in accordance with AWWA Specifications C-502, latest P49 revision thereof and includng the following modification: Basic design shall be the dry top type which prevents the p., operating threads from coming in contact with the service water. It shall be of the compression type, opening against the pressure and closing with the pressure. The operating threads shall be contained in an operating chamber sealed at the top and bottom with a hold down nut and an "O -Ring" seal. The Chamber shall contain hydrant lubricating oil or contain a ball thrust bearing above thrust collar. Main valve opening of the hydrant shall be not less than 5 1/411. Main valve seat shall be made of bronze and threaded into a bronze retainer ring. F" Hydrant seat ring shall be threaded into a bronze drain ring. The hydrant shall be so designed to permit the removal of all r*+ working parts from the hydrant up through the barrel without disturbing the earth around the hydrant or disassembling the nozzle section. This shall be accomplished by use of a short wrench which will engage the top part of the hydrant rod. Hydrant barrel shall be of the "breakable type" made in two (2) sections with the flange or break feature located approximately (211) ^' above the ground line. The main valve stem shall be made in two (2) sections with a breakable coupling. Paq MR MR IWI 2.2.8. Fire Hvdrant Assemblv Materials r -m A. Fire Hvdrant (Cont'd) The operating nut, hydrant nozzles, direction of opening hydrant base outlet and painting shall be in keeping with those hydrants FE' already in the system. Before ordering, Contractor shall submit detailed shop drawings M9 showing nuts and threads for hose connections for conformance with Indian River County Utilities fire hydrant standards. The hydrant shall be shop tested in accordance with AWWA Specification C502. The hydrant shall be the 5 1/4" B -84-B by American Darling or Mueller Company A423, 4' - V bury, two (2 1/211) National Standard hose nozzle couplings and one (4 1/211) National Standard pumper nozzle, nozzles shall have caps attached by chains; (1 1/211) Pentagon open left (611) mechanical joint shoe with harnessing lugs ("dog ears"); or approved equal. B. Connectinq Piece: Shall be a (611) diameter water main between the hydrant and isolating gate valve and shall be provided with four (3/411) tie rods per hydrant assembly. The connecting piece shall be of the length required to conform to the location shown on the Plans. rm, Methods of Construction Prior to installation, the Contractor shall inspect all hydrants and connecting pipe. Hydrants shall be inspected for direction of opening, nozzel threading, operating nut and cap nut dimensions, tightness of pressure -containing bolting, cleanliness of inlet elbow, handling damage and cracks. Defective hydrants shall be corrected or rejected and removed from the site at the discretion of the Engineer. Hydrants shall be set plumb and shall have their nozzles parallel with or at right angles to the curbs, with the pumper nozzle facing the curb. Each hydrant shall be connected to the main with a (611) branch controlled by an independent (611) gate valve. Hydrants shall be located as shown on the Plans, or as directed by the Engineer, with the centerline of the lowest nozzle at least (1211) above the established finished grade or as directed by the Engineer. P" ZZ F" R" F" 2.2.8 Fire Hvdrant Assemblv Methods of Construction (Cont'd) The hydrant shall be set on a concrete foundation and a concrete MR thrust block (reaction backing) shall be provided at the hydrant. A drainage pit of (3/411) size washed broken stone, (1/2) C.Y. mihimum, shall be constructed at and around the elbow of the dry barrell M+ hydrants for the hydrant drain port. Excavation shall be made accurately to the required alignment and required depth. Installation and backfill shall be as specified for methods of construction for M9 "Water Main." Quantity and Pavment Payment for Fire Hydrant Assembly will be for the actual number constructed in accordance with the Plans and Specification, or as rm" directed by the Engineer, at the unit price bid for the item "Fire Hydrant Assembly," scheduled in the Form of Proposal. The unit price for "Fire Hydrant Assembly" shall include cutting bituminous paving, removal of paving courses and curb if required, excavation, furnishing MM and installation of 10' (611) D.I.P. water main, dry -barrel traffic hydrant, concrete foundations for hydrant, fittings, one (1) 6" diameter gate valve, concrete thrust block (reaction backing) for fire fw� hydrant, concrete collar for hydrant barrel, broken stone hydrant drain, backfill, all materials, equipment, labor and all else necessary therefore and incidental thereto. M" rM ", P" 2.2.9. Wet Tap w/Tapping Valve F09 Description This work shall consist of furnishing materials, equipment, testing, labor and all else necessary to construct a wet tap with tapping valve onto the existing water main where indicated and in accordance with these plans and specifications. At no time shall service of the existing water main be disrupted. ria Materials and Methods of Construction: shall conform to the Indian mm River County Construction Specifications for Water Distribution and Sewage Collection Facilities and sections 2.2.4., 2.2.5., and 2.2.6. of these Plans and Specifications. Quantity and Pavment F=' Payment for Wet Tap w/Tapping Valve shall be made for the quantity actually constructed in accordance with the Plans and Specifications, or as directed by the Engineer, at the unit price bid for each size in m -n the proposal "Wet Tap w/Valve," which price shall include excavation and all materials, labor, equipment and all else necessary, therefore, and incidental thereto. Mal pal n I" n P" FUN P" 2.2.10. Canal Crossings Description This work shall consist of furnishing and installing cement -lined P., steel pipe aerial/canal crossing, including all concrete foundation supports, thrust blocks, reinforcing steel, excavation, dewatering, materials, tools, equipment, labor and all else necessary for the conveyance of potable water as shown on the "Contract Plans and in accordance with these Specifications. Materials 0" A. Steel Pipe shall be A-53 Grade "B" in conformance with AWWA Specification C200, (0.50" wall thickness) and supplied with bevelled ,R ends for butt welding. M" 1. Interior Coatina Svstem: shall consist of a cement mortar lining applied centrifugually in accordance with AWWA Specification C205. 2. Exterior Paint Svstem shall consist of the following: a. Primer - 113200 Kolor-poxy" white primer, 3.0 to 6.0 mils (dit) or approved equal. b. Intermediate 113200 Kolor-poxy" primer (tinted), 2.5 to 3.0 mils (dit) or approved equal. C. Finish Coat - "U -Series Kolorain" enamel at 1.5 to 2.5 mils (dit) or approved equal. ,.., Application of all coatings shall be applied in accordance with paint manufacturer's published instructions. Surface preparation shall be done in accordance with Steel Structure Painting Council Specifications and as outlined herein these Specifications. w+ All mud or dirt deposits on top of sound shop coat shall be removed before topcoating. Primer shall be applied during the same daylight period that the blasting was accomplished and before any rusting occurs. The exterior surfaces of the pipe shall be cleaned in the shop by sandblasting in accordance with the provisions of SSPC-SP-6 (Commercial Blast Cleaning) , Surface Profile 1.5 to 3.0 mils. Any mud or dirt remaining on the plates shall be completely removed. Sandblasted surfaces shall be primed, as specified, on the same day they are r sandblasted. F" MR 2.2.10. Canal Crossinas "MI Materials (Cont'd) The primer shall be applied to all exterior weld seams, scars, etc., and shall be brush -applied. Two component epoxy primer shall not be applied when the temperature of the steel or paint is below 50 degrees Farenheit. Two M9 component urethane shall not be applied when the steel or paint is below 45 degrees Farenheit. Paint shall not be applied when the ambient temperture is expected to drop to 32 degrees Farenheit before r-, the paint has dried. Paint shall not be applied in rain, snow, fog, or mist, or when the steel surface temperature is below the dewpoint, resulting in condensation. Each coat of paint shall be in a proper state of cure before the I'm application of the succeeding coat. Systems coatings to be Keeler & Long or approved equal as hereinafter described. ,,M, All cleaning and painting shall be subject to inspection by a representative of the Owner and the paint manufacturer. The Owner reserves the right to inspect all cleaned surfaces prior to subsequent paint applications. rum B. Concrete utilized for construction of thrust blocks and pipe support shall be installed in conformance with and meet the Florida �-+ Department of Transportation Standard Specifications for Road and Bridge Contruction, 1986. C. Air Relief Valve (211) by Apco, Type 75, or approved equal set for 150 p.s.i. and 1" diameter galvanized gate valve. Methods of Contruction The method of construction for field welding of steel pipe shall be in accordance with AWWA Standard C206. Welding procedures shall meet qualifications in accordance with the requirements of AWS Standard, "Qualifications of Welding Procedures and Welders for Piping and Tubing", (AWS 10.9), Section 305 or 307. M" Quantity and Pavment The quantities for the aerial crossing in the Proposal, will be mm measured as a unit of work acceptably complete. P" F" MR 2.2.10 Canal Crossinas MR Quantity & Pavment (Cont'd) Mn Payment for this item will be made at the contract lump sum unit prices bid in the Proposal following completion of all work, which price shall include, but may not be limited to: cement -lined welded steel pipe, concrete foundation supports, reinforcing steel, thrust blocks, air relief valve, brass curb stop (211), excavation, dewatering, materials, tools, equipment, labor and all else necessary and incidental thereto. 2.2.11. Concrete Encasement Description Concrete Encasement shall include the furnishing and installation "'' of 6" thick, 2000 psi concrete around 16" diameter water main, in accordance with the plans, or as directed by the Engineer. ,19 Quantity and Pavment Payment for the Concrete Encasement shall be made for the quantity actually constructed in accordance with the plans, or as directed by ram the Engineer, at the unit price bid in the proposal, which price shall include the cost of all construction complete, including excavation, and all materials, labor, equipment and all else necessary therefore �+ and incidental thereto. "" 2.2.12. Water Service Lateral Description Water service lateral shall include furnishing and construction of piping and appurtenances to carry and distribute water from the water main to the edge of the right-of-way for future service to individual property owners. The work shall include, but shall not be limited to, cutting of existing pavement where required, jack and bore of existing pavement where required, excavation, installation, backfilling, testing, disinfection, and restoration, in-kind. The laterals shall be of a type and size specified, and shall be constructed in accordance with these Plans and Specifications, or as directed by the Engineer. M4 F, Pq 2.2.12. Water Service Laterals ^ Materials The Contractor shall be responsible for all material furnished by him. All such material which is defective in manufacture, or has been damaged in transit, or has been damaged after delivery, shall be replaced by the Contractor, at Contractor's expense. The following materials are acceptable for this project: A. Water Service Pipe - All water service piping shall be polyethylene Pressure Class 160, DR 9.0 plastic tubing (CTS) as r� stated in AWWA C-901. B. Casing Pipes - All casing pipes shall be black iron 0.154" PNq thick or PVC schedule 40 pipe. C. Curb Stop - All curb stops shall be locking winged, and shall be made of brass in conformance to AWWA C800. D. Corporation Stop - All corporation stops shall be brass with the inlet thread and compression outlet for CT and CTS -PB, in conformance with AWWA C8001 by Mueller Company, Ford Meter Box Company, or approved equal. E. Service Clamp - All clamps over water main shall be double strapped bronze service clamps with elastomeric gasket, and thread outlet. r -i All fittings and pipes in service lines shall be non -corrosive, such as PVC, brass, bronze, stainless steel, polyethylene or copper. MR Methods of Construction Stainless steel liners (tube insert with flared end) must be inserted into the end of polyethylene tubing prior to fitting compression connections. Successive taps into the water main shall be spaced not less than 18" on centers. Casing pipes shall be used for all ,-t "long" service laterals. Casing pipes shall be 2" in diameter, minimum, for 1" & 1-1/2" diameter or smaller "long" services, and shall be 3" in diameter, minimum, for 2" diameter "long" services. Casing pipes for "long" service laterals shall extend to the meter box and shall be free �' of burrs and sharp edges. Minimum bending radius on a 1" diameter service lateral shall be 14" diameter. The minimum bending radius for 2" diameter services shall be 21". Service laterals shall be constructed with 36" minimum cover. Backfilling shall be as described in Section 2.2.4. Restoration of all areas disturbed by construction of service lateral shall be in-kind. P" FMq 2.2.12. Water Service Laterals fOR Ouantity and Pavment The quantity of water service laterals for which payment will be made will be the actual number constructed in accordance with the Plans, or as directed by the Engineer. Payment for service laterals will be made at the unit price per lateral bid in the Proposal, and shall include the cost of: all excavation and disposal of spoil and excess material, trench preparation, shoring, bracing, dewatering, furnishing, laying, assembling, service pipe, corporation stops, meter boxes, casing pipe, service clamps, appurtenances, backfilling, labor, equipment, complete restoration in-kind, and all else necessary therefore and incidental thereto. Payment for "Long" service laterals shall also include the cost of cutting bituminous paving where required, jack and bore, and casing pipe. No separate payment shall be made for restoration of areas disturbed by water service lateral construction. M" r■*t P" F" R" n fel r, Rol F" rR 2.2.13. Audio -Video Taping ro" Description Prior to commencing the work, the Contractor shall have a continuous color audio -video tape recording taken along the entire length of the Project and at all proposed pump station sites within the Project area to serve as a record of pre -construction conditions.' No construction shall begin prior to review and approval of the tapes covering the construction area by the Engineer. The Engineer shall have the authority to reject all or any portion of a video tape not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five (5) days after being notified. The Engineer shall designate those areas, if any, to be omitted from our added to the audio -video coverage. Tape recordings shall not be made more than ninety (90) days prior to construction in any area. All tapes and written records shall become property of Owner. The tapes shall be �+ delivered to the Owner within ten (10) days after recording. The Contractor shall engage the services of a professional �., electrographer. The color audio -video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio -video tape documentation. The electrographer shall furnish to the Engineer a list of all equipment to be used for the audio -video taping, i.e. manufacturer's name, model number, specifications and other pertinent information. Audio -video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one-half inch, high energy, extended still frame capable, video cassette, shall be interchangeable with the color video cassette player and shall be compatible for playback with standard VHS player -receiver. "" Equipment All equipment, accessories, materials and labor to perform this mm service shall be furnished by the Contractor. The audio -video tape system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. F" r, M9 F" 2.2.13. Audio—Video Tapinq F" Eau ipment ( Cont' d ) When conventional wheeled vehicles are used, the distance from the cameral lens to the ground shall not be less than twelve (12') feet. In some instances, audio -video tape coverage may be required in, areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the Engineer. The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot candles. r., Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording FM shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. roll All video recordings must, by electronic means, display continuously and simultaneously generated with the actual taping transparent digital information to include the date and time of recording, and stations numbers as shown on the Drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be narrated periodically. Such information shall include but not be limited to project name, contract number, name of street, house address, direction of travel and the viewing side. The ,••� written information shall appear on the left hand third of the screen. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed 44 feet per minute. ,•, Panning, zoom -in and zoom -out rates shall be sufficiently controlled to maintain a clear view of the object. Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs and headwalls within the area covered. M" r" P" 2.1.13. Audio -Video Taping Mm Quantity and Pavment Separate payment for Audio -video Taping will not be made but shall be included in the unit prices bid for "Water Main." Said price shall incude all else necessary therefor and incidental thereto. MM 2.2.14. Water Main Borinq Description rte+ The work to be constructed under this item, consists of boring or jacking of various size welded steel casing pipe, including various size water mains where shown on the Plans, and in accordance with these Specifications. Materials �n Encasement of pipe for highway and Florida East Coast Railway crossings shall be steel casing pipe and shall conform to the latest edition of the "Utility Accommodation Guide," State of Florida Department of Transportation for highway crossings and Florida East Coast Railway (FEC) General Specifications for FEC crossings. Steel pipe shall have a minimum yield strength of 35,000 psi and shall conform to ASTM Designation A139. The minimum thickness of casing pipe shall be (0.250) inches for PIq highway and (0.375) inches for FEC crossings. The inside diameter of the casing pipe shall be great enough to allow the carrier pipe to be installed and removed without disturbing the casing pipe or the roadbed. Water main shall conform to Article 2.2.4. of these P^ Specifications. Methods of Construction The Contractor shall install encasement pipe at the location, depth, and grade indicated on the Drawings and as specified herein. All work shall be performed by a qualified Contractor or subcontractor regularly engaged in this type of work, and in conformance with the latest edition of the "Utility Accommodation Guide," FDOT including methods and proceedings for dewatering. The Contractor shall obtain the necessary permits for construction across the highway. The Contractor shall abide by all rules, regulations and requirements of the Owners of such property in regard to construction under this Contract, including the giving of notices, provisions for inspections, and employment of such methods of construction as may be required. MR Pp! 2.2.14. Water Main Boring r" Methods of Construction (Cont'd) Welding equipment, boring and jacking equipment, flood lights, and all emergency equipment shall be on the site and in first class working condition before the casing installation will be permitted. The face of the roadbed shall be sheeted as required to prevent all roadbed earth movement, and under no circumstances may anchors or deadmen be installed in the roadbed. Construction shall not begin until the Engineer's approval has been obtained. When boring and jacking has been started, the operation shall continue, without P� interruption, until the crossing is completed. After construction, the interior of the casing pipe shall be kept P� clean and free of debris, soil and other foreign matter by means of a temporary, removable, watertight plug until the carrier pipe is laid in the casing and the ends sealed. The Contractor shall repair any settling occurring over enc4sements installed under this Contract within the period of the Guarantee. Such repair work shall be at no additional cost to the Owner. Ouantitv and Pavment ~' Boring will be measured as a unit of work acceptably complete, including water main, in accordance with the Plans or as directed by the Engineer. Payment for "Water Main Boring" will be made at the Lump Sum price bid in the Proposal and shall include water main, the cost of all permitting requirements, preparation of bore pits, all restoration of bore pits in-kind, excavation, furnishing boring or jacking, assembling, jointing, sealing, venting, casing insulators, shoring, pumping, backfilling, signs, materials, labor, equipment and all else necessary therefore and incidential thereto. F" Rai roll PP P■ PP fam "M SECTION 3 I" 2.3.1. Paved Road Restoration Description RESTORATION This work shall consist of furnishing materials, equipment, testing, labor and all else necessary to restore all cement concrete and asphaltic concrete roads including base and sub -base course materials which are disturbed as a result of this Contract. p� Restoration of roads shall be completed in accordance with the Contract Plans and as specified herein. p. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. The County Engineer will be notified of all maintenance of traffic plans. Excess fill will be the property of the County. Density tests shall be taken for road restoration. Base shall be machine compacted. On County collector and arterial roads, a temporary patch is required within twenty-four (24) hours of cut. Final patch r� shall be smooth and even. Ouantitv and Payment This item will be measured on the surface of pavement restored based on the actual lineal footage of water main, fittings and valves 'X' constructed under the pavement restored. Payment for "Paved Road Restoration" will be made on the actual Mol measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment, materials, tools, labor, bond permit fees and M" all work incidental thereto. No additional payment will be made to the Contractor for cost incurred for an Indian River County right-of-way permit. M pal p, 6Wd 2.3.2. Non -Paved Road Restoration P" Description This item of work shall include all furnishing of materials, equipment, testing, labor and all else necessary to restore all non -paved roads, including sub -base course materials. This item shall include all limerock, shell and cemented -coquina roads. Materials and Methods of Construction rte+ Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. Ouantity and Pavment This item will be measured on the surface of non -paved roads restored based on the actual lineal footage of water main, fittings and valves constructed under the non -paved road restored. Payment for "Non -Paved Road Restoration" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment materials, tools, labor and all work incidental thereto. Separate payment will not be made for all other types of non -paved roads, such as, but not limited to, dirt and/or marl roads, but shall be included in the prices bid for this rn Contract. All non -paved roads shall be reconstructed to a minimum thickness of six (611) inches or in-kind, whichever is greater. M" 2.3.3. Paved Drivewav Restoration `'" Description This item of work shall consist of furnishing materials, equipment, testing, labor and all else necessary to restore cement concrete and asphaltic concrete driveways, including sub -base and base course materials. M9 Materials and Methods of Construction Shall conform Specifications for County Standards as r9 P" to the Florida Department of Transportation Standard Road and Bridge Construction, 1986, and Indian River applicable. F� PR 2.3.3. Paved Drivewav Restoration F" Ouantity and Pavment This item will be measured on the surface of paved driveways restored based on the actual lineal footage of force main, fittings and M9 valves constructed under the paved driveway restored. Payment for "Paved Driveway Restoration" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment, materials, tools, labor and all �., work incidental thereto. Cement concrete driveways shall be constructed with 6" thick concrete minimum or in-kind, whichever is greatest. Asphaltic concrete driveways shall be constructed with 1" P� thick Type II or in-kind, whichever is greater. Pm 2.3.4. Non -Paved Drivewav Restoration Description This item of work shall include all furnishing of materials, equipment, testing, labor, and all else necessary to restore all non -paved driveways, including sub -base course materials. This item shall include all limerock, shell, cemented -coquina and chattahoochee stone driveways. Materials and Methods of Construction. Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. Ouantitv and Pavment f" This item will be measured on the surface of non -paved driveways restored based on the actual lineal footage of water main, fittings, p-9 and valves constructed under the non -paved driveway restored. Payment for "Non -Paved Driveway Restoration" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment, materials, tools, labor and all work incidental thereto. Separate payment will not be made for all other types of non -paved driveways, such as, but not limited to, dirt, marl and/or grass driveways, but shall be included in the prices bid in this Contract. All non -paved driveways shall be reconstructed to a minimum thickness of six (611) inches or in-kind, whichever is greatest, except chattahoochee, which must be a minimum of four (411) inches thick or in-kind, whichever is greatest. F" fungi 2.3.5. Sod """ Description This work shall consist of furnishing materials, equipment, labor and all else necessary to restore areas as shown on plans and/or as directed by the Engineer. Materials and Methods of Construction Shall conform to Section 575, "Sodding" in the Florida Department of Transportation Standard Specifications for Road and Bridge rte+ Construction, 1986, as applicable. Ouantitv and Pavment This item will be measured on the surface of the ground based on the actual lineal footage of water main, fittings and valves, constructed below sodded areas. Payment for "Sod" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract �.., -Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, labor, transportation and all work incidental thereto. 2.3.6. Seed & Mulch Restoration Description This work shall consist of furnishing materials, equipment, labor and all else necessary to restore grassed areas where water main and/or force mains have been installed. Payment for seed & mulch required for restoration, where water main and/or force main have been installed at the centerline of County road rights-of-way shall be included in the appropriate "paving" restoration bid item. rl Materials and Methods of Construction Shall conform to Section 570, "Grassing (by Seeding)," in the Florida Department of Transporation Standard Spectifications for Road and Bridge Construction (1986) and Indian River County Standards as applicable. Water for watering of all seeded areas will be supplied by Indian River County at no cost to the Contractor; however, all labor in"and equipment necessary for the transporation of all water to seeded areas to be included by the Contractor at his expense under this item. F" rel P" Pwl1 2.3.6. Seed & Mulch Restoration M+ Ouantity and Pavment Pon This item will be measured on the surface of the ground based on the actual lineal footage of water main and/or force main constructed below seeded/mulched areas. Payment for "Seed and Mulch Restoration"- will be made on the actual measured quantity measured in line and parallel to the water main and/or force main at the price bid per lineal foot by the Contractor in the Contract Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, labor, transportation, and all work incidental thereto. 2.3.7. General Restoration "n Descriotion The Contractor shall also be responsible for restoration and repair of all other public and private property and/or structures not otherwise described in these Specifications which are disturbed as a result of this Project. Materials and Methods of Construction Restoration of any and all disturbed public or private property mg and/or structures not otherwise described in these Specifications, shall be made in accordance with applicable sections of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards. Ouant.ity and Pavment No separate payment shall be made for "General Restoration," but shall be included in the unit price bid for "Water Mains." Said price shall include all else necessary therefore and incidental thereto. 6"] R" 2.3.8. Trench Restoration DescriDtion The Contractor shall be responsible for restoration and repair of 1"M all public and private property and/or structures which are disturbed as a result of this Project. Materials and Methods of Construction In-kind restoration of any and all disturbed public or private property and/or structures, and shall be made in accordance with �+ applicable sections of the Florida Department of Transporatation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards. MR puantity and Pavment This item will be measured on the surface of the ground based on `0' the actual lineal footage of water main constructed below the restored trench. (•I, Payment for "Trench Restoration" will be made on the actual measured quantity measured in line and parallel to the water main at the price bid per lineal foot by the contractor in the Bid Proposal. The Unit Price per lineal foot shall include all equipment, materials, tools, labor, transporation, and all else necessary therefore and incidental thereto. 2.3.9. Sidewalk Restoration Materials and Methods of Construction Shall conform to the Florida Department of Transporation Standards of Specifications for Road and Bridge Construction (1991) and Indian River County standards as applicable. r+ Sidewalks shall be reconstructed using concrete with the minimum strength of 2500 PSI at four (411) thick minimum with welded wire mesh fabric except at driveways where a six (611) inch thickness shall be used. 4uantity and Pavment This item will be measured on the surface of the ground based on the actual lineal footage of sidewalk reconstructed. Payment for "Sidewalk Restoration" will be made on the actual measure quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, labor, transporation and all work incidental thereto.