Loading...
HomeMy Public PortalAboutAgreement 2007VILLAGE OF KEY BISCAYNE ZONE 1 AND ZONE 4 CONTRACT SPECIFICATIONS PROJECT NUMBER 01-1588.00 March 2007 i i i i 1 i I i i TABLE OF CONTENTS Section Description 00020 NOTICE OF INVITATION TO BID 00200 INSTRUCTIONS TO BIDDERS 00300 PROPOSAL 00410 BID BOND 00500 CONTRACT 00610 PERFORMANCE BOND 00620 PAYMENT BOND 00650 CERTIFICATE OF INSURANCE 00700 GENERAL CONDITIONS 00800 SUPPLEMENTARY CONDITIONS FDEP SUPPLEMENTARY CONDITIONS (CONSTRUCTION) DIVISION 1 GENERAL 01010 Summary of Work 01020 Allowance Account 01024 Measurement and Payment 01025 Application for Payment 01028 Changes in the Work 01040 Coordination 01050 Field Engineering 01065 Permits 01090 Referenced Standards 01100 Special Project Procedures 01101 Mobilization 01102 Maintenance of Traffic 01200 Project Meetings 01310 Construction Schedule 01340 Shop Drawings, Product Data and Samples 01370 Schedule of Values 01380 Construction Photographs 01410 Testing Laboratory Services 01510 Temporary Utilities 01530 Barriers and Secudty Fencing 01590 Field Offices and Sheds Project 01-1588.00 TOC-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 TABLE OF CONTENTS Section Description 01600 Material and Equipment 01700 Contract Closeout 01710 Final Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Instructions 01740 Warranties and Bonds 01910 Bypass Pumping System DIVISION 2 SITE WORK 02050 Demolition 02201 Earthwork 02203 Structural Excavation, Backfill, and Compaction 02204 Trenching, Backfill and Compaction 02205 Selected Fill 02207 Restoration of Surfaces 02209 Topsoil and Seeding 02221 Trenching and Backfilling for Utility Systems 02341 Horizontal Directional Drilling 02574 Pavement Removal and Replacement 02660 Water Distribution System 02730 Sanitary Sewage System 02934 Solids Sodding DIVISION 3 CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Accessories 03300 Cast -In -Place Concrete 03600 Grout DIVISION 9 FINISHES 9900 Painting DIVISION 11 EQUIPMENT 11305 Submersible Sewage Pumping Station DIVISION 15 MECHANICAL 15010 Basic Mechanical Requirements Project 01-1588.00 TOC-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 TABLE OF CONTENTS Section Description DIVISION 16 ELECTRICAL 16010 Basic Electrical Requirements 16156 Pump Control Panels EXHIBITS A. Village of Key Biscayne Ordinance 93-16 B. Public Entity Crimes Affidavit C. Sample Notice to Residents D. Payment Application Format E. Geotechnical Study (1-6-94) — Langan Engineering Project 01-1588.00 TOC-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 00020 NOTICE OF INVITATION TO BID VILLAGE OF KEY BISCAYNE Notice is hereby given that sealed bids will be received until 2:00 P.M. local time, Monday, April 16, 2007, in the office of the Village Clerk, Village of Key Biscayne, 88 West McIntyre Street, 2nd Floor of the Village Hall, and opened immediately thereafter in the office of the Village Clerk, 2nd Floor of the Village Hall, for construction of the following project: The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade Zone 1 lays West of Crandon Boulevard. The boundaries for Zone 1 are approximately: Harbor Point to West, Harbor Circle and Curtiswood Road to the South, West Heather Drive to the North, and Allendale Road to the East. Zone 4 lays east of Crandon Boulevard. The boundaries for Zone 4 are approximately: Crandon Boulevard to the west, E. Heather Drive to the south, East Drive to the north and Ocean Drive to the east. The work includes the construction of sanitary sewers, manholes, existing pump station upgrades and modifications, lateral connections, fire hydrants, water main replacement including valves and appurtenances, and roadway/right-of-way restoration, and other related work as shown on the plans. After award of the Zone 1 and Zone 4 contract, this project may be expanded by the Village to include the installation of reuse water distribution lines within and around Zone 1. Bidding Documents may be examined and obtained on or after Thursday, March 15, 2007 at the Office of the Village Clerk, Village of Key Biscayne, at 88 West McIntyre Street, Village of Key Biscayne, Florida, 33149. (OWNER) A non-refundable deposit of One Hundred Dollars ($100.00) will be required for each set of Bidding Documents obtained. Checks shall be made payable to the Village of Key Biscayne. The bidder must hold a Dade County Engineering Contractor License in accordance with Chapter 10-3, Dade County Code, or State equivalent license. Each Bid must be submitted in a sealed envelope bearing on the outside, the name and address of the Bidder, the name of the project for which the Bid is submitted, and the date and time of opening. Each Bid must be accompanied by a Bid guarantee in the form of either a Bid Bond with a corporate surety satisfactory to the OWNER or a certified check, cashier's check, irrevocable letter of credit, treasurer's check or bank draft drawn upon an incorporated national or state bank or trust company, in an amount not less than five Project 01-1588.00 00020-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 percent (5%) of the total Bid Price, as a guarantee that the Bidder, if awarded the Contract, will within ten (10) consecutive calendar days after being presented with the prescribed Contract forms, enter into a written Contract with the OWNER in accordance with the accepted Bid. The successful Bidder, upon award of Contract, must provide Performance and Payment Bonds satisfactory to the OWNER, each in an amount equal to one hundred percent (100%) of the Contract Amount. A mandatory pre -bid conference will be held at the Building and Zoning Conference Room in the Village of Key Biscayne, at the above address on Monday, April 2, 2007, at 10:00 A.M. local time, which all Bidders of record are invited to attend. The bid will be awarded to the lowest responsible responsive bidder, however, the OWNER reserves the right to reject any and all Bids, to waive any informality, or minor defect in any Bid, increase or decrease the quantities shown in the bid documents and to re -advertise for Bids, if it is the best interest of the Village. No Bidder may withdraw his Bid within one -hundred -twenty (120) calendar days after the date set for the opening thereof. The Local Agency of the Village of Key Biscayne hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuit to this advertisement, Disadvantages Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, gender, religion, age, disability, marital status, or national origin in consideration for an award. Project 01-1588.00 00020-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 PROJECT DESCRIPTION A. The Work of this project consists of furnishing all labor, materials, equipment, tools, transportation, services and incidentals and of performing all work necessary to construct The Village of Key Biscayne, Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade as noted in the Section 00020 Invitation to Bid, complete, in place and ready for service in accordance with the Contract Documents prepared therefore, and entitled the Village of Key Biscayne Sanitary Sewer System. B. The Contract Documents include five sets of construction drawings, entitled Water Line Replacement, Zone 1; Proposed Sanitary Sewer System, Zone 1; MDWASD Pump Station 131 Upgrade, Zone 1; Waterline Replacement Zone 4, Phase 2; and Proposed Sanitary Sewer System, Zone 4, Phase 2. C. Completion time for the project will be 300 calendar days as set forth in the Agreement. 1.02 DEFINED TERMS A. Terms used in the Instructions to Bidders are defined and have the meanings assigned to them in the General Conditions. 1.03 COPIES OF BIDDING DOCUMENTS A. Only complete sets of Bidding Documents will be issued and shall be used in preparing Bids. Neither the OWNER nor the ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets. B. Complete sets of Bidding Documents may be obtained in the manner and at the location stated in the Invitation to Bid. The deposit is non-refundable. 1.04 QUALIFICATIONS OF BIDDERS A. Each Bid must contain either evidence of the Bidder's qualifications to do business in the area where the project is located or covenant to obtain such qualifications prior to award of Contract. B. To demonstrate his qualifications to perform the Work, each Bidder shall submit with his Bid written evidence as to his financial status, previous successful contractual and technical experience in similar work including references, description and volume of present commitments, evidence of possession of, or covenant to obtain prior to award of Contract, valid state, county and local licenses and Certificates of Competency covering all operations and all areas of political jurisdiction involved in the work of this project and such other data as may be requested by the OWNER. Project 01-1588.00 00200-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.05 DISQUALIFICATION OF BIDDERS A. One Proposal: Only one Proposal from an individual firm, partnership or corporation under the same or under different names will be considered. If it is believed that a Bidder is interested in more than one Proposal for the work involved, all Proposals in which such a Bidder is interested will be rejected. B. Collusion Among Bidders: If it is believed that collusion exists among the Bidders, the Proposals of all participants in such collusion will be rejected, and no participants in such collusion will be considered in future Proposals for the same work. 1.06 EXAMINATION OF SITE CONDITIONS A. Each Bidder, by and through the submission of his Bid, agrees that he shall be held responsible for having theretofore examined the site, the location of all proposed work and for having satisfied himself from his own personal knowledge and experience or professional advice as to the character and location of the site, surface and subsurface conditions, elevations, locations of buried utilities and structures, and any other conditions and obstructions affecting the work, the nature of any existing construction and other physical characteristics of the job, in order that he may include in the prices which he bids all costs pertaining to the work and thereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstructions which may be encountered in doing the proposed work. B. Reports and records of contours, obstructions and subsurface investigations indicated on the Drawings or included hereinafter, were made solely for design purposes for the work. The OWNER and ENGINEER do not warrant, guarantee or represent that said data is accurate or complete with respect to actual subsurface conditions throughout the site. Therefore, the Bidder, by and through the submission of his Bid, affirms that he has satisfied himself with respect to such site conditions, and, should the Bidder be awarded the Contract, he agrees that he will make no claims against the OWNER or ENGINEER if, in carrying out the work, he finds that the actual conditions do not conform to those indicated. The OWNER will, upon request, provide each Bidder with reasonable access to the site to conduct such tests and investigations as each Bidder deems necessary for submission of his Bid. If a Bidder obtains such access, he shall restore the site to the condition existing prior to conducting said tests and investigations. C. The Bidder, in preparing the Bid, shall take into consideration that work by other contractors may be in progress at or near the site during the performance of the Work. The Bidder, should he be awarded a Contract, will be expected to avoid interference with work done by other contractors and to coordinate his work with such other contractors at the site. 1.07 EXAMINATION OF CONTRACT DOCUMENTS A. Each Bidder shall carefully examine the Contract Documents, and become thoroughly informed regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the Work to be performed under the Contract. Ignorance on the part of the CONTRACTOR will in no way relieve him of the obligations and responsibilities assumed under the Contract. B. Should a Bidder find discrepancies, ambiguities or omissions in the Contract Documents, or be in doubt as to their meaning; such Bidder shall at once notify the ENGINEER in writing. 1.08 INTERPRETATIONS, CLARIFICATIONS AND ADDENDA Project 01-1588.00 00200-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. No oral interpretations will be made to any Bidder as to the meaning of the Contract Documents. Any inquiry or request for interpretation received seven (7) or more days prior to the date fixed for opening of Bids will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be mailed or sent by available means to all known prospective Bidders prior to the established bid opening date. Each Bidder shall acknowledge receipt of such addenda in the space provided therefor in the Proposal form. In case any Bidder fails to acknowledge receipt of such addenda or addendum, his Bid will nevertheless be construed as though it had been received and acknowledged and the submission of his Bid will constitute acknowledgment of the receipt of same. All addenda are a part of the Contract Documents and each Bidder will be bound by such addenda, whether or not received by him. It is the responsibility of each Bidder to verify that he has received all addenda issued before Bids are opened. 1.09 INTERPRETATION OF QUANTITIES A. The quantities of work to be performed and materials to be furnished under unit price items, as given in the Proposal, shall be considered as approximate only and will be used solely for the comparison of Bids received. The OWNER and/or ENGINEER do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Bidder plead misunderstanding or deception because of such estimate or quantities or of the character, location or other conditions pertaining to the work. Payment to the CONTRACTOR under unit price items will be made only for the actual measured quantities of work performed and materials furnished in accordance with the Contract Documents, and it is understood that the quantities may be increased or decreased at the OWNER's option, as provided in the General Conditions, without in any way invalidating any of the unit or lump sum prices bid. 1.10 ALTERNATES A. When certain items of equipment or materials are specified or described as the product of a particular manufacturer, together with any required additional information such as model number, size or catalog number, only such specific items may be used in preparing the Bid, except as hereinafter provided. B. A Bidder proposing to seek approval for the use of alternate or substitute equipment, must do so in accordance with the provisions of Paragraph 6.7 of Section 00700 General Conditions and must judge for himself that such proposed equipment is of comparable character and quality to that specified. The OWNER or the ENGINEER will not discuss, approve or disapprove any alternate or substitution of equipment or materials before execution of the Contract. The cost of changes in related work, additional drawings which may be required to illustrate or define the alternate or substitute equipment and its relation to the other parts or portions of the work shall be paid solely by the CONTRACTOR. Substitution of equipment or materials will cause no change in the Contract Time or in the amount of liquidated damages. 1.11 GOVERNING LAWS AND REGULATIONS A. The Bidder is required to be familiar with and shall be responsible for complying with all federal, state and local laws, ordinances, rules and regulations that in any manner affect the work. B. The bid prices shall include all sales, consumer, use and other taxes required to be paid in accordance with the law of the place of the project. Project 01-1588.00 00200-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.12 PREBID CONFERENCE A. At the OWNER's discretion, a prebid conference will be held at the time and place indicated in the Invitation to Bid at which time the questions and concerns of Bidders will be answered. Questions, clarifications and other information relevant to the Bidding Documents will be considered and changes deemed necessary in the Bidding Documents will be issued in the form of an Addendum to Bidders of record. All Bidders of record are invited to attend. 1.13 PREPARATION OF BIDS A. Signature of the Bidder: Each Bidder shall sign the Proposal forms in the space provided for the signature. If the Bidder is an individual, the words "doing business as ", or "Sole Owner" must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words "Member of the Firm" should be written beneath such signature. If the Bidder is a corporation, the title of the officer signing the Proposal in behalf of the corporation must be stated and evidence of his authority to sign the Proposal must be submitted. The Bidder shall state in the Proposal the name and address of each person interested therein. B. Basis for Bidding: The price bid for each item shall be on a lump sum or unit price basis according to the form of the Proposal. The bid prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered. C. Price Bid: The total price bid for the work shall be the aggregate of the lump sum prices bid and unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the Proposal Form. In the event that there is a discrepancy on the Proposal Form due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount. 1.14 SUBMISSION OF BIDS A. Each Proposal bid shall be submitted on the Proposal Form as furnished, together with a suitable bid security as herein described. B. The Proposal, and bid security if required, shall be submitted in a sealed envelope clearly marked to indicate its contents and the name of the Bidder. If forwarded by mail, the above mentioned envelope shall be enclosed in another envelope addressed to the entity and address stated in Invitation to Bid, and preferably by special delivery, registered mail; if forwarded otherwise than by mail, it shall be delivered to the same address. Proposals will be received until the date and hour stated in the Invitation to Bid. C. Each Bidder shall submit with his Proposal an accompanying letter in which he shall list the names and addresses of his major subcontractors together with the services they will supply. These subcontractors will be subject to review as to their competency by the OWNER prior to award of Contract and shall be one of the considerations in determining the successful Bidder. After award of Contract, no change in subcontractors shall be made unless approved by the OWNER after a request for such a change, including the reasons therefore has been submitted in writing by the CONTRACTOR. Approval of proposed subcontractors cannot be given by the OWNER unless and until the proposed subcontractor has submitted Certification and/or other evidence showing that it has fully complied with all requirements pertaining to Equal Employment Opportunity. Although the Bidder is not Project 01-1588.00 00200-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 required to attach such Certifications by proposed subcontractors to his Proposal, the Bidder is hereby advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. D. Each Bidder shall submit with his Proposal the required evidence of his qualifications, experience and financial status as outlined in part 1.04 of this Section. 1.15 BID SECURITY A. Each Proposal must be accompanied by a cashier's check or Bid Bond in an amount not less than five percent (5%) of the amount of the Bid. The bid security of all Bidders, excepting the three (3) lowest responsible Bidders, will be returned within ten (10) days after the formal opening of Bids. The bid security of the three (3) lowest responsible Bidders will be returned within ten (10) days after the OWNER and the accepted Bidder have executed the written Contract and the accepted Bidder has filed acceptable Performance and Payment Bonds. If one -hundred twenty (120) days have passed after the date of the receipt of the Bids and no Contract has been awarded, the bid security of any Bidder will be returned on demand, provided that the Bidder has not been notified of the acceptance of his Bid. B. Attorneys -in -Fact who sign Bid Bonds shall file with such bonds a certified copy of their Power of Attorney to sign said Bonds. C. Failure of the accepted Bidder to execute a Contract and file acceptable bonds as provided herein, within ten (10) days after a written Notice of Award has been given, shall be just cause for the annulment of the award and the forfeiture of the bid security to the OWNER, which forfeiture shall be considered not as a penalty, but in liquidation of damages sustained. Award may then be made to the next lowest responsible Bidder or all Bids may be rejected. 1.16 WITHDRAWAL OF BID A. Any Bid may be withdrawn prior to the time scheduled in the Invitation to Bid for the receipt thereof. No Bid may be withdrawn within one -hundred twenty (120) days after the date set for the opening thereof. 1.17 MODIFICATION OF BIDS A. Written bid modification will be accepted from Bidders if addressed to the entity and address indicated in the Invitation to Bid and received prior to bid due date and time. B. A Bidder may modify his Bid by telegraphic communication at any time prior to the scheduled closing time for receipt of Bids, provided such telegraphic communication is received prior to the closing time, and provided further, the OWNER is satisfied that a written confirmation of the telegraphic modification over the signature of the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price, but should provide the addition or subtraction or other modification so that the final prices or terms will not be known until the sealed Bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. Project 01-1588.00 00200-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.18 RECEIPT AND OPENING OF BIDS A. Bids will be received until the designated time and will be publicly opened and read aloud at the appointed time and place stated in the Invitation to Bid. The person whose duty it is to open them will decide when the specified time has arrived and no Bids received thereafter will be considered. No responsibility will be attached to anyone for the premature opening of a Bid not properly addressed and identified. Bidders or their authorized agents are invited to be present. 1.19 DETERMINATION OF SUCCESSFUL BIDDER A. For the purpose of award, the correct summation of the lump sum prices and/or of the products of the estimated quantities shown in the Proposal and the unit prices will be considered the Bid. The amounts then will be compared and the results of such comparison made available to the public. Until the final award of the Contract, the OWNER does not bind himself to accept the minimum Bid stated herein, but reserves the right to reject any and all Bids and to waive technical errors and irregularities as may be deemed best for the interests of the OWNER. Bids that contain modifications, are incomplete, unbalanced, conditional, obscure or which contain additions not requested or irregularities of any kind, or which do not comply in every respect with the Instructions to Bidders, and the Contract Documents, may be rejected at the option of the OWNER. 1.20 AWARD OF CONTRACT A. The OWNER reserves the right to reject any or all Bids, or any part of any Bid, to waive any informality in any Bid, or to re -advertise for all or part of the work contemplated. The OWNER reserves the right, prior to award of Contract, to delete from the scope of the project any item or any combination of items the aggregate bid prices for which do not exceed 25 percent of the total bid price for the project. If the Bid is found to be acceptable by the OWNER, written notice will be given to the lowest responsible Bidder of the acceptance of his Proposal and of the award of the Contract to him. B. If a Bidder to whom a Contract is awarded forfeits his bid security and the award of the Contract is annulled, the OWNER may then award the Contract to the next lowest responsible Bidder or the work may be re -advertised or may be constructed by day labor as the OWNER decides. C. The Contract or Contracts will be awarded to the lowest responsible qualified Bidder or Bidders complying with the applicable conditions of the Contract Documents. D. The ability of a Bidder to obtain Performance and Payment Bonds shall not be regarded as the sole test of such Bidder's competence or responsibility. • E. The OWNER also reserves the right to reject the Proposal of a Bidder who has previously failed to perform properly or to complete Contracts of a similar nature on time. 1.21 EXECUTION OF CONTRACT A. The Bidder to whom a Contract is awarded will be required to return to the OWNER five (5) executed counterparts of the prescribed Contract or Agreement together with the required Performance and Payment Bonds and the required Certificates of Insurance within ten (10) days from the date of Notice of Acceptance of the Bidder's Proposal. 1.22 PERFORMANCE AND PAYMENT BONDS Project 01-1588.00 00200-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Simultaneously with his delivery of the executed Contract to the OWNER, a Bidder to whom a Contract has been awarded must deliver to the OWNER executed Performance and Payment Bonds on the prescribed forms each in an amount equal to one hundred percent (100%) of the total amount of the Contract Amount, as security for the faithful performance of the Contract and for the payment of all persons performing labor or furnishing materials in connection therewith. The Performance and Payment Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in the county in which the project is located. The Attorney -in -Fact, or other officer who signs a Performance and Payment Bonds for a surety company must file with such bonds a certified copy of his Power -of -Attorney authorizing him to do so. B. The Performance and Payment Bonds shall remain in force for one (1) year from the date of final acceptance of the Work as a protection to the OWNER against losses resulting from latent defects in materials or improper performance of work under the Contract, which may appear or be discovered during that period. C. Qualification of Sureties shall be as described in the General Conditions. 1.23 CERTIFICATES OF INSURANCE A. Simultaneously with his delivery of the executed Contract and Bonds to the OWNER, the Bidder to whom a Contract has been awarded shall deliver to the OWNER the required Certificates of Insurance and endorsements on the prescribed form certifying insurance coverage in amounts not less than the limits of liability and coverages and naming the insured and additional insured as provided in the General and Supplementary Conditions, or as required by law, whichever is greater. END OF SECTION Project 01-1588.00 00200-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 fltkellW > u(). SECTION 00300 PROPOSAL For The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade Submitted: (�� il.r.t. `, , 2007 The Village of Key Biscayne 88 West McIntyre Street Village of Key Biscayne, Florida 33149 Gentlemen: The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interest in the Proposal of the Contract to which the work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making a bid or proposal and that the Proposal is in all respects fair and made in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the Work and, through personal knowledge and experience and/or subsurface investigations, has fully satisfied himself in regard to all conditions pertaining to such site and he assumes full responsibility therefore; that he has examined the Drawings and Specifications for the Work and from his own experience or from professional advice that the Drawings and Specifications are sufficient for the Work to be done; that he has examined the other Contract Documents and all addenda relating thereto, and that he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Proposal pertains. The Bidder proposes and agrees, if this Proposal is accepted, to contract with the Village of Key Biscayne, (OWNER), in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, transportation and labor and to perform all work necessary to complete the Work specified in the Proposal and other Contract Documents. The Bidder further proposes and agrees to comply in all respects with the time limits for commencement and completion of the Work as stated in the Contract Form. The Bidder further agrees that the deductions for liquidated damages, as stated in the Contract Form, constitute fixed, agreed, and liquidated damages to reimburse the OWNER for additional costs to the OWNER resulting from the Work not being completed within the time limit stated in the Contract Form. The Bidder further agrees to execute a Contract and furnish satisfactory Performance and Payment Bonds, and the required Certificates of Insurance, within ten consecutive calendar days after receipt of notice of award of the Contract, and the undersigned agrees that in case of failure on his part to execute the said Contract and Performance and Payment Bonds within the ten consecutive calendar days after the award of the Contract, the Bid guarantee accompanying his Bid and the money payable thereon shall be paid to the OWNER as Project 01-1588.00 00300-1 Village of Key Biscayne March 2007 Zone I and Zone 4 liquidation of damages sustained by the OWNER; otherwise, the Bid guarantee shall be returned to the undersigned after the Contract is signed and the Performance and Payment Bonds are filed. The undersigned agrees to accept in full compensation for completion of the project in accordance with the Contract Documents, the total of the lump sum prices and extended unit prices for the items listed in the following schedule. It is understood that the unit prices quoted or established for a particular item are to be used for computing the amount to be paid to the CONTRACTOR, based on the quantities actually constructed as determined by the applicable measurement and payment portion of the Specifications. Bidders Certificate of Competency No. c.: Bidders Occupational License No. dCC'c? `'i Project 01-1588.00 00300-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Bid unit prices stated in this proposal include all costs and expenses for labor, equipment, materials, contractor's overhead and profit. Unit process for the various work items are intended to establish a total price for completing the project in its entirety. The Contractor shall include in the Bid price any work item and material for which a separate pay item has not been included in the Bid Form. All work and incidental costs shall be included for payment under the several scheduled items of the overall contract, and no separate payment will be made therefore PROPOSAL ZONE 1 1 1 Item Number 1 ,• Quantity P' 6Z Unit LF : Description Furnish and Install 6 -inch PVC, C- 900 Sewer Laterals (Sewer Mains 0 to 7 -ft. deep) `Unit Priice ' L Total ',Z c 2 3 S-- LF Furnish and Install 6 -inch PVC, C- 900 Sewer Laterals (Sewer Mains 7 to 12 -ft. deep) -'fit-.. .--A-2-,�60 - 3 439 LF Furnish and Install 8 -inch PVC, C- 900 Sanitary Sewer (0 to 6 -ft. deep)' - ��.�� _ 4 3,486 LF Furnish and Install 8 -inch PVC, C- 900 Sanitary Sewer (6 to 8 -ft. deep) SZ-� 'gft ,2r2." 5 LF IS6... ,162, Furnish and Install 8 -inch PVC, C- 900 Sanitary Sewer (8 to 10 -ft. deep) �5. �c,�'_aJ._ 6 277 LF Furnish and Install 8 -inch Ductile Iron Pipe Sanitary Sewer (0 to 6 -ft. deep) --*,\ 1"3, `g, lAln :- 7 60 LF Furnish and Install 8 -inch Ductile Iron Pipe Sanitary Sewer (6 to 8 -ft. deep) A.S.1z0 .' 8 242 LF Furnish and Install 10 -inch PVC, C-900 Sanitary Sewer (6 to 8 -ft. deep) (.QCD _ '.�-4.SZa. 9 1228 LF Furnish and Install 10 -inch PVC, C-900 Sanitary Sewer (8 to 10 -ft. deep) �� ; %,24Cy_- 10 20 LF Furnish and Install 10 -inch Ductile Iron Pipe Sanitary Sewer (6 to 8 -ft. deep) �� iCl- - 2 ,,?_Of.) " 11 818 LF Furnish and Install 12 -inch PVC, C-900 Sanitary Sewer (8 to 10 -ft. deep) _ -4-2, 0"Z.- Project 01-1588.00 March 2007 00300-3 Village of Key Biscayne Zone 1 and Zone 4 1 item :Number 12 Quantity 1153 Unit LF Description Furnish and Install 12 -inch PVC, C-900 Sanitary Sewer (l 0 to 12 -ft. deep) Unit Price fk U)::> . _ Total , 'LS1 13 4 EA Furnish and Install Sanitary Sewer Manhole (0 to 6 -ft. deep) (4' — 0" diameter) ,'""<...,- _,- � ��� - 14 23 EA Furnish and Install Sanitary Sewer Manhole (6 to 8 -ft. deep) (4' — 0" diameter) 'fit c0G -` �� ; `. 15 11 EA Furnish and Install Sanitary Sewer Manhole (8 to 10 -ft. deep) (4' — 0" diameter) rb 4 r :";- -.) 16 5 EA Furnish and Install Sanitary Sewer Manhole (10 to 12 -ft. deep) (4' — 0" diameter) S, ri-°0 . - 7--k--,,S-60.- 17 2 EA Furnish and Install Sanitary Sewer Conflict Manhole (6 to 8 -ft. deep) (4' — 0" Round) _ (.ov0c.3 2s0cc'`- 18 .-%- i:26 - EA Furnish and Install Plugs _ '1<3 19 1 LS Remove Existing Lift Station and Furnish and Install New Pump Station 131 `c)C°` "A-(45,00e._ 20 1 LS Core Drill Wet Well /3-0, _ q O\WO_- 21 1 LS Overlay (1" S-3 Asphalt) All Asphalt Roadways within Project Limits 2•10,00e)-- 2 3.a 0a0C. 22 1 LS Asphalt/Concrete/Brick Driveway/Road Restoration 3, o00-- 30 , ors 23 1 LS Landscaping/Sod Restoration 3, 24 1 LS Utility Conflicts and Police Dept. Assistance (Allowance) $85,000 $85,000 25 1 LS Maintenance of Traffic ;Ic3 c)0c-` 1c:)St000 - 26 98 LF Furnish and Install 6 -inch Ductile Iron Water Mains JD- _ -. (8a - - 27 9,198 LF Furnish and Install 8 -inch Ductile Iron Water Mains SiD 5 is b,G- -- 28 3144 LF Furnish and Install 1" Copper Tubing Water Services Laterals - 40 . 1ZS, I - Project 01-1588.00 March 2007 00300-4 Village of Key Biscayne Zone l and Zone 4 1 1 Item • Number 29 Quantity 126 Unit EA Description Reconnect Water Meter Unit Price Total 30 3 EA Reconnect Fire Hydrant 31 3 EA Reconnect Fire Hydrant/ Reconnect Water Service -1,CO©.- _�Z`opo:- 32 53 EA Furnish and Install 8 -inch Gate Valves . , zl r 33 5 EA Furnish and Install (8" X 6") Tees 34 18 EA Furnish and Install (8" X 8") Tees 35 1 EA Furnish and Install (8" - 11.25°) Bends -" SSC - 36 12 EA Furnish and Install (8" - 22.5°) Bends (r),(QOG^.-- 37 85 EA Furnish and Install (8" - 45°) Bends SW.- 2,93C. ' 38 11 EA Furnish and Install (8" - 90°) Bends Ego . _ 5:a-Zo. - 39 2 EA Furnish and Install (8" x 6") Reducer 4co-` 0,C3 40 2 EA Furnish and Install Tapping Sleeves (8" X 6") and Valves (6") 3,CC - LcipC,\C)- - 41 4 EA Furnish and Install Plugs _ 42 4 EA Furnish and Install Transition Couplings _ -. 2,000- - 43 434 LF Remove Existing Piping 44 1 LS Overlay (1" S-3 Asphalt) All Asphalt Roadways within Project Limits 'kb ,coo:- ©,cy)o ; 45 1 LS Asphalt/Brick/Concrete Driveway/Road Restoration 22o t Cam..' 22o tcoo ' 46 1 LS Landscaping/Sod Restoration -2C>(:),C. 0.- 2cc3 ,pad_ . 47 1 LS Utility Conflicts and Police Dept. Assistance (Allowance) $60,000 $60,000 48 l LS Maintenance of Traffic 55,C)00 - 5'5,00©. - Project 01-1588.00 March 2007 00300-5 Village of Key Biscayne Zone 1 and Zone 4 1 1 1 Item Quantity Unit Number Subtotal Items 1 through 25 (Zone 1 -Sewer) in Words Description Unit Price Total 0k S Dollars and 2 c cce Cents Subtotal Items 26 through 48 (Zone l -Water) in Words and 776 Cents Subtotal Items l through 48 (Zone l- Sewer and Water) in Words .a �nac_a ‘..e) 4., '5E. 5r.=s�'�� ..jS SS rjeLv.a. b'R �����3 �ts� . — :>w Dollars and -t2_c Cents PROPOSAL ZONE 4 PHASE Il Item Number Quantity Unit Description Unit Price Total Furnish and Install 6 -inch PVC, C- 49 LF 900 Sewer Laterals (Sewer Mains �,,_` ` SJ2,1ird0 i,2 0 to 7 -ft. deep) �U. .•- and Install 6 -inch PVC, C- 50 LF Izt, Furnish 900 Sewer Laterals (Sewer Mains •Q 7 to 12 -ft. deep) '_ ZL C' Furnish and Install 8 -inch PVC, C- 51 191 LF 900 Sanitary Sewer (0 to 6 -ft. deep) _ -_ Furnish and Install 8 -inch Ductile 52 1369 LF Iron Pipe Sanitary Sewer (0 to 6 -ft. deep) .— S-1-,* ._ Furnish and Install 8 -inch Ductile 53 1\i, LF Iron Pipe Sanitary Sewer (6 to 8 -ft. An deep) -r �,-A2." 54 376 LF Furnish and Install 10 -inch PVC, C-900 Sanitary Sewer (6 to 8 -ft. _ deep) - - 22 a Furnish and Install 10 -inch Ductile 55 7.4 LF Iron Pipe Sanitary Sewer (6 to 8 -ft. 45c deep) 5"Z ,°��- `'� Furnish and Install 10 -inch Ductile 56 06- LF Iron Pipe Sanitary Sewer (8 to 10- _ '33a_ ft. deep) ?•Ne- Project 01-1588.00 March 2007 00300-6 Village of Key Biscayne Zone l and Zone 4 1 1 1 1 Item Number 57 Quantity c� Unit EA Description Furnish and Install Sanitary Sewer Manhole (0 to 6 -ft deep) (4' — 0" diameter) Unit Price z _ ���'��' Total GGtC�'_ c 58 i\ pN) 02- l.n EA Furnish and Install Sanitary Sewer Manhole (6 to 8 -ft. deep) (4' — 0" diameter) -4, -- Zq 10`x — 59 2 EA Furnish and Install Sanitary Sewer Conflict Manhole (6 to 8 -ft. deep) (4' — 0" Round) ip,tJ"_ - '' 2,c.0 a - 60 :11 EA Furnish and Install Sanitary Sewer Conflict Manhole (8 to 10 -ft. deep) (4' — 0" Round) C. , .�--- �,` ,S-bo 61 1 EA Furnish and Install Sanitary Sewer Conflict Manhole (8 to 10 -ft. deep) (9' x 6' Rectangular) 3,c , - 5\C PO: - 62 l EA Furnish and Install Sapita Sewer Conf tManhole (,1-dto - . deep) x 6' Rectangular) A S - A ,S-bor 63 1 EA f Furnish and Install Sanitary Sewer ict Manhole (8 to 10 -ft. deep) (9.:-§' x 6' Rectangular) J ,()°d- - 1. ,vc% • 64 1 EA Furnish and Install ,unit Sewer t Manhole (,�to -ft. deep) ( x 6' Rectangular) NNz4 .:23,00o.- �3 i 000 -- 65 1 EA Furnish and Install,S4tni ry Sewer gon ct Manhole Pkto -ft. deep) (] x'4'6' Rectangular) � per-). " °�`3 idC.)0. 66 57 EA Furnish and Install Plugs A -S7) g(SSo 67 1 LS Connect to Existing Pump Station ZG'GC c _- Z6 ,Oao 68 1 LS Core Drill Wet Well �vJ .1-0,ae0-- lo,Ocx). - 69 1 LS Overlay (1" S-3 Asphalt) All Asphalt Roadways within Project Limits ,G cbcn _ - 3},®e_' 70 1 LS Asphalt /Brick/Concrete Driveway/Road Restoration 't gS,600 .- co.S,c)ca0 ," 71 1 LS Landscaping/Sod Restoration 72 1 LS Utility Conflicts and Police Dept. Assistance (Allowance) $60,000 $60,000 Project 01-1588.00 March 2007 00300-7 Village of Key Biscayne Zone 1 and Zone 4 1 1 Item Number Quantity Unit Description Unit Price Total 73 1 LS Maintenance of Traffic S5,a' )O ,0io -- 74 24 LF Furnish and Install 6 -inch Ductile Iron Water Mains gyp,.- S-2.00 -- 75 ..•.i `' .`No.3 LF Furnish and Install 8 -inch Ductile Iron Water Mains 5 - ��\ Lam.` 76 936 LF Furnish and Install 1" Copper Tubing Water Services Laterals -A-0.- k`'t;\ 77 39 EA Reconnect Water Meter =t S.- 2,S?�2- 78 1 EA Reconnect Fire Hydrant 79 2 EA Reconnect Fire Hydrant/ Reconnect Water Service .,vcti3. - Sow--- 80 'ilt4 EA Furnish and Install 8 -inch Gate Valves ,5 --- . '"\ „c0.- 81 3 EA Furnish and Install (8" X 6") Tees 82 4 EA Furnish and Install (8" X 8") Tees (Q SO. - 2‘te00- - 83 2 EA Furnish and Install (6" - 90°) Bends S-230 .-- 1,oc - 84 10 EA Furnish and Install (8" - 45°) Bends S -' �a 85 2 EA Furnish and Install (8" x 6") Reducer -1-'60--- Oa ' 86 3 EA Furnish and Install Tapping Sleeves (6" X 6") and Valves (6") Zt 2 O .- -q \S -60 -- 87 4 EA Furnish and Install Tapping Sleeves (12" X 8") and Valves (8") '\SC to -- �. - 88 15 EA Cut, Plug and Decommission Existing Water Mains 42). ' fib 89 120 LF Remove Existing Piping 90 1 LS Overlay (1" S-3 Asphalt) All Asphalt Roadways within Project Limits ZS -0—c ,_ o Zs CYj,- 9l 1 LS Asphalt/Brick/Concrete Driveway/Road Restoration 1'1 c, 000 ' - ,Co. - 92 1 EA Landscaping/Sod Restoration ^c c) ,000 - ko Project 01-1588.00 March 2007 00300-8 Village of Key Biscayne Zone 1 and Zone 4 i 1 1 1 1 1 1 1 1 1 1 1 1 1 Item Number 93 Quantity ] Unit LS Description Utility Conflicts and Police Dept. Assistance (Allowance) Unit Price $60,000 Total $60,000 94 1 LS Maintenance of Traffic '4c,tcx)c • - <kopiG Subtotal Items 49 through 73 (Zone 4 -Sewer) in Words Lc rt. .ji\e rJh e -' e,,, s -c) `...I, t., ...,,,rc.-)ci_;_,-D mot , ,.�- �-.: Dollars and C-Cs3 Cents Subtotal Items 74 through 94 (Zone 4 -Water) in Words S‘ tf1-\uY-..r-):C-4-> G CZ-677.-t,.��� ; 4, S. �..-; .; - -`N -''�,' Ss-� k -V ti.--�,�C, Dollars and -�:i.1 Cents Subtotal Items 49 through 94 (Zone 4 - Sewer and Water) in Words 61 --Lt ‘-'s,L��c> � s lei -K v r`ta eAc.S.am. - 6J5..�S) eN _ kaon•O z2c. " � �..� 'u.r 2 Dollars and '�2-0 Cents Subtotal Items l through 48 (Zone 1 — Sewer and Water) in Words re,.s -.......A.At.S r, 5Lai t %... LEc..-C dVc:•1.4A SE``" �`" �' ��"```1` �" ` �` Dollars and Z`ccLei Cents Subtotal Items 49 through 94 (Zone 4 - Sewer and Water) in Words z �.�.`) " -5‘°` �_�tA L‘�� LkG..�: �Vt.-WatrA Stt ZC- co` z. - ���,.� Dollars and t..2.s Cents Contingency (Allowance) in Words Three Hundred Thousand Dollars and no Cents GRAND TOTAL (of above three items) in Words ,4Zr..LL 0.-, h,,,,„L lV{..0,SL12..? Ls, \tJI,, �k,,.fsP,,,)-- s,,.. t-`4,- .).2 4-- --,.t- .c,,.-7. e.tcc1c( Dollars and 2�esg Cents GRAND TOTAL (of above three items) in Figures 6 �� $ 5,Sc c,‘ <eSQ6 , Project 01-1588.00 March 2007 00300-9 Village of Key Biscayne Zone l and Zone 4 Acknowledgment is hereby made of the following Addenda received since issuance of the Bid Documents: Addendum No. . — Dated: At b-0, to Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Attached hereto is a cashier's check on the Bank of or Bid Bond for the sum of Dollars ( (-2") %-----, 5"k ), made payable to Village of Key Biscayne. NkQ�n.c ,,j, ' ,l-..; St-s4_u,ct ,L.c•L.S. (Name of Bidder) (Affix Sal) L.S. (Si gnattiwaif Officer) ;a.,5 L.S. (Title of Officer) Address: City: cn,\ (--\.' State: �` k-(1. t',,n.c\ The full names and residences of persons and firms interested in the foregoing bid, as principals, are as follows: Jc�CQ L. .G -e, to A Name of the executive who will give personal attention to the work: L.Getray y Attach list of subcontractors as required by Part 1.14 of the Section entitled Instruction to Bidders. END OF SECTION Project 01-1588.00 00300-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 METRO EQUIPMENT SERVICE; INC. BALANCE SHEET JUNE 30, 2006 ASSETS Current assets: Cash $ 75,769 Investments 3,475,000 Contracts receivable, including retainages of $607,740 3,652,754 Costs and estimated earnings in excess of billings on uncompleted contracts 704,659 Other receivables 3,754 Restricted deposit 25.228 Total current assets 5.937.164 Property and equipment Less: Accumulated depreciation 1,769,669 1,004,639 765.030 Other assets 6,242 $ 6.708.436 -2- LIABILITIES AND STOCKHOLDER'S EQUITY Current liabilities: Current maturities of long-term debt Accounts payable and accrued liabilities Billings in excess of costs and estimated earnings on uncompleted contracts 138,114 1,364.730 534.282 Total current liabilities 2,037.126 Long-term debt, less current maturities 212,498 Stockholder's equity: Common stock - par value $10 per share; 750 shares authorized, 50 shares issued and outstanding 500 Additional paid -in capital 18,588 Retained earnings 4439,724 Total stockholder's equity 4,458,812 $ 6.708436 See accompanying notes to the financial statements and accountant's review report. -3- METRO EQUIPMENT SERVICE, INC. STATEMENT OF INCOME AND RETAINED EARNINGS SIX MONTHS ENDED JUNE 30, 2006 Construction revenues $ 7.146,722 Construction costs 5,433.784 Gross profit 1,712,938 General and administrative expenses 575,025 Operating income 1.137,913 Other income (expense): Interest and investment income 11,916 Interest expense (5.976) 5,940 Net income 1,143,853 Retained earnings, January 1, 2006 3,743,718 Distributions to stockholder (447,847) Retained earnings, June 30, 2006 $ 4.439,724 See accompanying notes to the financial statements and accountant's review report. -4- JiH1L yr rLVr\ILJH '.4 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD i 1940 NORTH MONROE STREET Tom, TALLAHASSEE FL 32399-0783 GODOY, JORGE LUIS METRO EQUIPMENT SERVICE INC 9450 SW 72 ST # 110 MIAMI FL 33173 DETACH HERE (850) 487-1395 t�, STATE OF FLORIDA 4G 2 L Z%DEPARTMENT OF BUSINESS AN ) PROFESSIONAL REGULATION CUCD54912 07/22/06 D50846 CERT UNDERGROUND & EXCAV CNTR GODOY, JORGE LUIS YNETRO•EQUIPMENT SERVICE INC IS CERTIFIED under the provisions o. ch.48 srparataon dale: AUG 31, .2008 1,D6D7220I AC# 2 375375 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION.,. CONSTRUCTION INDUSTRY LICENSING BOARD 'SEO##I,`Q3D7 2O( BATCH NUMBER LICENSE NBR 07j2212006 10'50846118 CUC054912 The UNDERGRODTh D'UTILITY & EXCAVATION CO ' lamed below I•S CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG,31, 2008 GODOY, JORGE LUIS METRO EQUIPMENT SERVICE INC 9450 SUNSET DR STE 210 MIAMI FL 33173 JEB BUSH GOVERNOR orni „r,r-r- n\, , , ,n, SIMONE MARSTILLER SECRETARY MIAMI-DADE COUNTY TAX COLLECTOR 140 W. FLAGLER ST. 14th FLOOR MIAMI, FL 33130 2005 OCCUPATIONAL LICENSE TAX 2007 MIAMI-DADE COUNTY - STATE OF FLORIDA EXPIRES SEPT. 3D, 2007 MUST HE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER BA - ART. 9 & 10 T NIE IC NOT A EILL-DO NOT PPY 261297-7 BUSINESS NAME / LOCATION METRO EQUIPMENT SERVICE INC 9450 SW 72 ST 33173 UNIN DADE COUNTY FIRST-[ U.S. PO PA MIAMI PERMIT RENEWAL LICENSE ND. 274083-6 STATE# CUC054912 110 OWNER METRO EQUIPMENT SERVICE INC Sec. Type of Business WORKER/S 196 SPECIALTY ENGINEERING CONTRCT 2 THIS IS AN OCCUPATIONAL TAX ONLY IT DOES NOT PERMIT THE LICENSEE TO VIOLATE ANY EXISTING REGULATORY OA ZONING LAWS OF THE COUNTY OR CITIES NOR DOES IT EXEMPT THE LICENSEE PROM ANY OTHER LICENSE OR PERMIT REQUIRED EY LAW THIS IS NOT A CERTIFICATION OF THE LICENSEE'S QUALIFICA- TION PAYMENT RECEIVED MIAMI•DADE COUNTY TAX COLLECTOR 08/08/2006 60060000383 000075.00 SEE OTHER SIDE DO NOT FORWARD METRO EQUIPMENT SERVICE INC JDRGE L GODOY PRES 9450 SW 72 ST 41110 MIAMI FL 33173 1MIAM1-DADS COUNTY PUBLIC WORKS DEPARTMENT 111 .1\l W 9s1 STREET, SUITE 1510 WW1 FL 33128 {305) 375-2705 PERSONAL CERTIFICATE OF ELIGIBILITY --- EXPI".RES ON 09/.30/2007 -;GO00Y JORGE SS#: -''262-8'T-8125 FOLD WERE TRADE: ENGINEERING SKILL: ELIGIBLE CATEGORY(S): PAVING ENGINEERI Signawre of CeitlfiCSIE Holder CerTfra#e Not Valid For Contracting Seat .-y CDnstr11c`Jon Trades ouardyme 0oarr! -___- INSTRUCTIONS PLACE PHOTO HERE 1. SIGN CERTIFICATE -- ATTAC3 .PICTU E• —' FDLO — LAMINATE - '` NOTIFY CONTRACTOR SECTION OF- ANY' CHANGE OF - ADDRESS. • -.3. .ABIDE . BY. THE RULES AND REGULATIONS OF CHAPTER.I0 ' OFTNE E CODE OF 'MIA? I —DARE COUNTY. ' • • - NOTE: TTF~IS LICENSE IS -THE PROPERTY :OF MIAMI—DADE BUILDING CODE COMPLIANCE OFFICE. GODOY JORGE L 13201 SW 62 AVE MIAMI FL 33156 CONTRACT # DATE & VALUE DESCRIPTION W-681 A-23.07 C-45-93/94 10/93 1/94 $ 45,000.00 2/94 $ 188,425.00 Installation of 12" calcium carbonate main Crossing the Florida Turnpike Extension at Snapper Creek Canal, SW 107 Ave, & 72 St Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. North Bay Village: Sewer Improvement Project Owner: City of North Bay Village, Mike Beckman, 1841 Galleon St. North Bay Village, Fl 33141, 305-865-0506 450 L.F. of 20" Sebaqueous crossing on 47 St. from Meridian Ave. to Prairie Ave. Owner: City of Miami Beach, Domingo Santiago, 305-673-7490. A 23.12 8/94 $ 155,474.60 Treasure Island Water Lateral Improvement. Owner: City of North Bay Village, Mike Beckman, 1841 Galleon St. North Bay Village, Fl 33141, 305-865-0506 W-733 3/95 $ 884,340.70 Installation of 2500 L.F. of 36" Water Main ER 13785 From SW 114 Ave. & SW 8 St. to SW 2 St. & 112 Ave. including restoration. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. (13)549-B 4/95 $ 506,533.75 Kendall Sanitary Sewer Force Main Div. 2 ER 45337 2000 L.F. of DIP and restoration. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. W-743 6/95 $ 73,140.01 J.G. Heads Farm Water Improvement. ER 13190 3600 L.F. of 12" Water Main & restoration. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. 5055 11/95 $ 199,624.60 Installation of 36" Exfiltration Drain Owner: Pan American Construction, Ernesto Duffo, 7600 NW 69 Ave., Medley, Fl 33166, 305-863-9007. MF-030 1/96 $ 134,160.00 Force Main SL -109, 1250 L.F. of DIP. ER 16264 Owner: Church and Tower, Roger Newman, 3155 NW 77 Ave. Miami, Fl 33122, 305-406-1855. W-737 6/96 $ 1,384,329.26 36" Water main installation at NW 107 Ave. ER 13826 From NW 7 St. to 21 St. Installation of 6600 L.F. of 36" DIP including restoration. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. (1) 4/10/2007 CONTRACT # DATE & VALUE DESCRIPTION Q -05 -97 -05 -CF CL —74B 95-1290 98-883F 46304 WC -887 (9)1061-99 10/97 $ 343,440.00 11/97 $ 101,000.00 1/98 $ 715,644.00 3/98 $14,000.00 3/98 $ 44,374.00 4/98 $ 122,000.00 11/99 $ 335,107.18 Berths 4 thru 8 Water Main Installation. Installation of 3700 L.F. of DIP & hydrants At Port Everglades and restoration. Owner: Broward County, Christopher Novak, 1850 Eller Drive, Ft. Lauderdale, Fl 33316. 954-523-3404 Force Main CL -74. Installation of 420 L.F. of 12" DIP on NW 11 St. & 43 Ave. Owner: Church & Tower, Roger Newman, 3155 NW 77 Ave. Miami, F] 33122, 305-406-1855. Installation of 7510 L.F. of 24" and 30" DIP of Raw water on SW 136 Ave. from Pines Blvd. To Pembroke Rd. to the WWTP. Owner: City of Pembroke Pines, Skip Kiebler, 10100 Pines Blvd. Pembroke Pines, Fl 33027, 954-437-1115. Miami Container Sewer Service. Installation of Sewer, force main & canal crossing. Owner: Miami Container, Jorge Novo, 9801 NW 106 St. Medley, Fl 33178, 305-555-1212. Va. Key Installation of sewer flow meter & FM. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. 269 L.F. of 84" CMP culvert crossing, rip rap, Backfill, and grade. Owner: Mobil Oil Corp. Spanish Harbor Water Transmission Main Replacement. Installation of 1,300 L.F. Of 24" DIP at MM 34. Making two connections To existing 24" WM leading to the Lower Keys. Owner: Florida Keys Aqueduct Authority, Joe Ivey, 1100 Kennedy Dr. Key West, Fl 33040 305-296-2454. (4)B-4613 12/99 $ 49,860.00 Kinloch Park Water Main Extension. Installation of appx. 300 L.F. of 12" DIP, valves & fittings. Owner: City of Miami, Elyrosa Estevez, 444 SW 2 Ave., Miami, F133130, 305-416-1217. (5)ER 46996 1/00 $ 263,142.70 24" Force Main in SW 137 Ave. from SW 180 St. to SW 184 St.. Installation of appx. 2,400 L.F. of 24" DIP, valves & fittings. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. (2) 4/10/2007 CONTRACT # DATE & VALUE DESCRIPTION A-0525 4/00 $ 178,385.00 (10)00-002 (11)B1 -1I-68 (9)10186 (12)PS 110 (6)S-661 ER 15336 F.0 Martin 4/10/2007 7/00 $ 303,800.00 7/00 $ 245,980.00 8/00 $ 1,331,985.00 10/00 $ 349,000.00 10/00 $ 2,654,770.00 11/00 $ 621,223.26 11/00 $ 47,133.93 (3) Installation of 400 L.F. of drainage, 7 catch Basins, 1 Junction Box, removal of asphalt, New parking lot with wheel stops, signs & Striping. Construction of new building pad and Two, 2" water meter connections. Owner: Church & Tower, Kevin Richards, 13317 SW 124 St. Miami, Fl 33186, 305-527-4315. Installation of appx. 2,750 L.F. of 8" PVC by directional drill. Installed 36 services along with hooking up into 62 meters, 5 fire hydrants, 4 taps, & 6 connections. Owner: City of Miramar, Thomas Good, 2600 SW 66 Tern Miramar, Fl 33023, 954-967-1649. Installation of 1000 L.F. of 16" PVC, valves, 10" flowmeter, 8" check valve & vault, and complete restoration of FDOT ROW. Owner: Town of Bay Harbor Islands, Mercedes Sosa, 9665 Bay Harbor Tem, Bay Harbor, FL 33154, (305) 866-6241. Installation of 4,600 1.f. of 24" DIP FM in Seabreeze Blvd. Installation of plug valves and restoration. Directional drill of 500 1.f. of 24" HDPE under the Mercedes River. Owner: City of Ft. Lauderdale, Rob VanCott, 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087. Installation of wet well, valve vault, 12" FM & Convert existing wet well to dead end MH. Owner: MDWS, Iden Edwards, 4200 Salzedo St. Coral Gables, Fl 33146, 305-665-7471. Installation of two (2) Venturi meters with vaults Cut in to existing 48" & 60" RCCP. Install trees, by-pass, sheeting, structures built in place. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. Replacement of gravity sewer in SW 2 Ave. Install two (2) new manholes. Replace existing laterals and restore. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. F.C. Martin Elementary School. Installation Of 2", 4" & 6" water mains, T.S. & V. and Backflow Prey. (restoration included). Owner: Church & Tower, 13317 SW 124 St. Miami, Fl 33186.Kevin Richards, 305-661-3304 CONTRACT # DATE & VALUE DESCRIPTION Emergency 2/01 $ 120,000.00 Gravity Sewer installation of appx. 330 L.F. of 8" HIVE & MH by way of Directional Drill. Owner: MDWS, Rod Lovett, 4200 Salzedo St. Cora] Gables, Fl 33146, 305-599-4080. (15)BHI — 82 3/01 $ 434,885.00 (14)ER 15284 4/01 $ 346,398.40 DW 2000-148 4/01 $ 191,500.00 EMERGENCY 5/01 $ 225,000.00 (19)99-0744 5/01 $ 253,000.00 Installation of 16" PVC pipe, DI fittings, valves And two connections in NE 96 St. form the Broad Causeway to Collins Ave. Owner:Town of Bay Harbor Islands, Julio Rubi, 9665 Bay Harbor Terrace, Bay Harbor, Fl 33154 (305) 866-6241. Installation of 6", 12" & 16" DIP, fittings & Valves. 105 L.F. of 30" Jack & bore under Railroad track in Coral Way. Owner: MDWS, Steve Levy, 4200 Salzedo St. Coral Gables, Fl 33146, 305-669-5734. South Miami High School. Installation of Appx. 1,0801.f. of 8" DIP, two (2) FH and Restoration of roadway. Owner: Church & Tower, 13317 SW 124 St., Miami, Fl 33186. Kevin Richards 305-661-3304 Repair of 48" RCP @ - 12.00. Called in on Evening of 5/10/01, late evening. Line repaired By 5/13/01 @ 3:30 a.m. Owner: MDWS 4200 Salzedo St. Coral Gables, Fl 33146, Steve Levy 305-669-5734. Bal Harbor Valve Replacement. Cut into existing lines and replace valves. Owner: Village of Bal Harbour, 655 96 St. Bal Harbour, Fl 33154 (18)ER 46976 6/01 $ 147,820.00 Upgrade of Sewage Pumping Station # 816. Remove existing pumps, pipe and panels and install new equipment. Owner: IvlDWS, Isaac Gutierez, 4200 Salzedo St. Coral Gables, Fl 33146, 305-665-7471. DPW: 01-11 ER 40377 4/10/2007 8/01 $ 1,377,265.49 (4) North Gables Stormwater Pump Station & Force Main. Installation of appx. 5,500 l.f valves, fittings, & 11 ARV's, influent structure, overflow structure and complete restoration. Owner: City of Coral Gables, Thomas Springer 285 Aragon Ave. Coral Gables, FI 33134, 305-460-5014. CONTRACT # DATE & VALUE DESCRIPTION (16)00-769 (21)99-739 (23)W-766 (17)10289 1072-01 (24)01-11-239 4/10/2007 8/01 $ 1,281,725.00 8/01 $ 1,388,000.00 11/01 $ 328,550.00 01/02 $ 920,000.00 02/02 $ 442,584.60 04/02 $ 150,290.00 (5) Rehab of PS 1, 49 & 50.3001.f. of 16" DIP FM, 1,900 L.F. of 10" PVC FM, complete rehab of PS 1, 49 & 50, electrical work on PS 16 and restoration. Owner: City of Pompano Beach, Randall Fowler, 1190 NE 3 Ave., Pompano Beach, F] 33060, 954-786-4144. Western Wellfield Expansion Phase 2. Installation of four (4) new vertical turbine pumps, subaqueous crossing of 24" DIP, installation of 36" DIP and restoration. Owner: City of Pompano Beach, Randall Fowler, 1190 NE 3 Ave., Pompano Beach, Fl 33060, 954-786-4144. Control Structure at NW 137 Ave. & Northwest Wellfield Canal. Installation of appx. 1301.£ of 108" CPM platform for water level recording unit and two (2) 108" gates. Owner: Miami Dade Water & Sewer. Steve Levy, 4200 Salzedo St., Coral Gables, Fl 33146, 305-669-5734. Construction of Wastewater pump station, rehabilitation of lift station and relocation of existing FM. Pump Station and lift station work included the replacement of pumps, piping, electrical panels, hatches, etc.... Owner: City of Ft. Lauderdale, Maurice Tobon, 100 N. Andrews Ave., Ft. Lauderdale, Fl 33301, 954-828-7279. Watermain relocation, Key Deer, (MM 31). Installation of over 2,040 1.f. of 24" DIP, valves & fittings. Owner: Florida Keys Aqueduct Authority. Joe Ivey, 1100 Kennedy Drive, Key West, Fl 33040 305-296-2454. Rehabilitation of existing wet well and new valve vault. Owner: City of North Lauderdale, Joseph Santi, 701 SW 71 Ave. N. Lauderdale, Fl 33068, 954- 724-7070. CONTRACT # DATE & VALUE DESCRIPTION (26)20011- 0012001 05/02 $ 329,319.00 Retrofit of LS I — 3, West Miami. Retrofit of 3 lift stations within the City of West Miami. Complete rehabilitation including new piping, pumps, electrical conduits, electrical panel, riser and restoration. Owner: City of West Miami, George Kulik, 901 SW 62 Ave. W. Miami, Fl 33144, 305-226-4214. (34)2002-002 (33)W -823A 05/02 $ 850,000.00 08/02 $ 297,305.00 08/02 $ 1,236,226.64 (35)BHI-89 09/02 $ 457,990.00 (27-29)XP984697 99-0 09/02 $1,015,297.00 (6) 4/10/2007 Installation of C-900 PVC pipe for a water & wastewater collection system. Owner: G.C.: United Engineering Corporation, Jorge Fonte or Antonio Azenza, 405 SW 148 Ave., Davie, Fl 33325, 954-370-5400. Installation of new wet well, valve vault, 12" DI gravity sewer and 8" DI FM. Decommission existing lift station. Owner: City of Margate, Emilio Esteban, 1001 W. River Drive, Margate, Fl 33063, 954-972-0828. Furnishing and installing appx. 19,000 1.f. of 16" & 12" DIP, valves and fittings. Construction of 20 -inch directional drill, high density polyethylene (SDR 11) pipe and fittings under the Florida Turnpike and Snapper Creek Extension Canal, ARV's, clearing & grubbing, demucking, removing unsuitable materials and testing. Owner: Miami Dade Water & Sewer Department, Armando Rubio, 3071 SW 37 Ave., Miami, Fl 33146, 305-665-7471. Rehabilitate existing Master Waste Water Pump Station. Remove existing pumps, piping and electrical panels and replace with new equipment. Owner: Town of Bay Harbor Islands, Joe Fox, 9665 Bay Harbor Terrace, Bay Harbor Islands, Fl 33154, 305-866-6241. Refurbishment of eighteen (18) sanitary sewer Stations. Replace existing pipe, pumps, electrical panels, hatches and anti -theft systems. Owner: City of Florida City, Pedro Gonzalez, 404 W. Palm Drive Florida City, Fl 33034, 305-670-3986. CONTRACT 4 DATE & VALUE DESCRIPTION (30)W-831 (40)1168 (39)S-757 (36)PS 762 Er 47114 10/02 $1,259,423.00 10/1/03 $ 2,187,515.55 02/03 $1,075,261.84 02/03 $ 287,930.00 2143-97 06/03 $ 688,982.00 Construct 265' of 108" PCCP filter interconnecting line, a new upwell structure, install three (3) sluice gates and a 108" BFV. Owner: Miami Dade Water & Sewer Dept., Armando Rubio, 3071 SW 38 Ave., Coral Gables, Fl 33146, 786-552-8148. Construction of stormwater drainage system consisting of 12,5001.f. of swales, 8,000 l.f. of gravity storm sewer and two (2) pump stations for the Friedland Manor subdivision. Engineer: Baljet Environmental, Pedro Gonzalez, 9300 Dadeland Blvd. Suite 310, Miami, Fl 33156, 305-670-3986 Installation of appx. 4,300 l.f. of 12" FM, 1,150 1.f. of 8" gravity sewer with service laterals, 8 manholes, jack & bore under FEC railroad and installation of new lift station (including wet well, valve vault and all electrical components and connections). Owner: Miami Dade Water & Sewer Dept. Julio Perera, 3071 SW 37 Ave. Coral Gables, Fl 33146, 786-552-8148. Furnishing all labor, material and equipment for the installation of two (2) sixty (60) hp vertical closed coupled pump and motor systems, control panel, DIP, valves and fittings; demolition, bypass pumping, electrical work, mechanical work, to rehabilitate PS 762. Owner: Miami Dade Water & Sewer, Isaac Gutierrez, 3071 SW 37 Ave., Miami, Fl 33146, 305-665-7471. Installation of C-900 PVC distribution water mains (4 -inch thru 8 -inch) and Schedule 40 PVC water service lines (1 -inch thru 4 -inch) with connections to meters. G.C.: United Engineering Corporation, Jorge Fonte or Antonio Azen7a, 405 SW 148 Ave., Davie, Fl 33325, 954-370-5400. (44)Venture Out 07/03 $ 1,409,265.00 Installation of appx. 4,90011 to 8" PVC Pipe, 9,000 l.f. of 6" laterals, 4" PVC force main, new lift station including installation of wet well, valve vault, pumps, pipe, electrical panels and two (2) flow meters and complete restoration. Owner: Venture Out at Cudjoe Key, Kevin Grube, 701 Spanish Main Drive, Cudjoe Key, Fl 33042, 305-745-3233. (7) 4/10/2007 CONTRACT # DATE & VALUE DESCRIPTION (43)W-770 ER 15616 (41)PS 308 (54)JO 8455 11/03 $ 906,073.30 02/04 $ 178,050.00 04/04 $ 448,977.25 Installation of 1,600 l.f of 36" DIP, a 280 l.f. 54" microtunnel under I-75, a subaqueous crossing and restoration. Owner: Miami Dade Water & Sewer, Nelson Cespedes, 3071 SW 37 Ave. Miami, Fl 33146, 786-552-8142. Rehabilitation of existing pump station and installation of new valve vault, pumps, pipe, electrical panel, force main and restoration. Owner: Miami Dade Water & Sewer, Isaac Gutierrez, 3071 SW 38 Ave., Miami, Fl 33146, 305-665-7471. Replacement of appx. 60 1.f. of 42" P.C.C.P and replace with 42" DIP and adapters within Biscayne Blvd. in front of the American Airlines Arena. A 24 -hour a day operation which included restoration of roadway, curb, gutter, sod and pavement markings. Owner: Miami Dade Water & Sewer, Victor Fernandez-Cuervo, 3575 S. LeJeune Rd. Miami, Fl 33146, 305-669-7826. (37)ER 47020 05/04 $ 180,800.00 Installation of appx. 120 l.f. 24" DIP in the Snapper Creek Canal at SW 67 Ave., South of U.S. 1. Pipe was covered with concrete slabs and area was fully restored. Work performed with SFWMD ROW. Owner: Miami Dade Water & Sewer, Victor Fernandez-Cuervo, 3575 S. LeJeune Rd. Miami, Fl 33146, 305-669-7826. (55)04-1191 05/04 $ 150,000.00 (49)LS 14 6/04 $ 439,230.50 4/10/2007 (8) Installation of appx. 180 l.f. of 24" PVC drainage pipe. Installation of new catch basin on piles, connect existing system to new catch basin and install tide flex valve at outfall. Owner: Town of Golden Beach, Craig A. Smith & Asc., Peter Kunen, 1000 W. McNab Rd. Pompano Beach, Fl 33069, 954-782-8222. Replacement of existing lift station with new wet well, valve vault pumps, panel and installation of new force main. All roadway, sidewalk and sod restoration. Owner: City of Margate, Craig A. Smith & Associates, Peter Kunen, 1000 W. McNab Rd. Suite 200, Pompano Beach, Fl 33069. 954-782-8222. (8) CONTRACT # DATE & VALUE DESCRIPTION (56)ER 15774 07/04 $ 177,150.00 Interconnections of 16 -inch DI Sludge Line and 16 -inch Water Main in NW 74 St. Tap into 36" watermain and by-pass Existing 16" sludge line through Existing 16" watermain. Owner: Miami Dade Water & Sewer, Victor Fernandez-Cuervo, 3575 S.LeJeune Rd., Coral Gables, Fl 33146, 305-669-7826. (48)00-2079 8/04 $ 589,900.00 (46)PS 346 8/04 $ 595,500.00 (50)B-5693 04/05 $ 1,765,208 (51)05-002761 01/05 $6,075,880 30th Ave. Force Main. Installation of 2,2001.f. of 8" PVC gravity sewer, eight (8) manholes, 3,460 1.f. of 4" FM, 100 l.f. of directional drill, new lift station and complete restoration. Owner: City of Hollywood, Hubert Barnes, 1621 N. 14th Ave., Hollywood, Fl, 33022, 954-921-3930. Rehabilitation of PS 346. Installation Of new pumps, valve box and coating. Owner: Miami Dade Water & Sewer, Isaac Gutierrez, 3071 SW 38 Ave., Miami, Fl 33146, 305-665-7471. City of Miami Storm Sewer Force Main System Along 65 Ave. from SW 6 St. to Tamiami Canal Owner: City of Miami Elyrosa Estevez, 444 SW 2 Ave Miami, FL 33130 305-416-1217 Waste Water Flow Transmission, City Of Miramar Owner: City of Miramar, Thomas Good, 2600 SW 66 Ter. Miramar, FL 33023, 954-967-1649 (52)10383 6/1/05 $2,294,225 27th Avenue Force Main Improvement, Install 8,250 If of 20" ductile iron. 19001f/16" tie-ins, asphalt and restoration. Owner: City of Ft. Lauderdale Maurice Tobon, 100 N. Andrews Avenue Ft. Lauderdale, FL 33301, 954-828-7279 (57)PS 393 (ER47549) S-700-1-1 4/10/2007 5/05 $358,500 (9) Pump Station 393 New wet well and vault valve/top slab new pumps and control panel all electrical work Owner: MDWS Victor Femandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 CONTRACT # DATE & VALUE DESCRIPTION (58)S769 ER47547 (59)C13155/ 22-019-0 (60)2004- 06142004 (61) (62) (63)G-161 OG $6,500,000 OG $499,603 5/1/06 $1,387,493.68 07/05 $21,380.44 07/05 $94,726.65 2006 $1,731,300 Two year contract Repair existing gravity sewer lines throughout Dade County includes restoration Owner: MDWS, Victor Fernandez-Cuervo 3575 S. Lejeune Road Coral Gables, FL 33146, 365=669 //82fr 7 (,) ` .G, ti' 525;‘, Friedland Manor Stormwater Discharge SW 5st East to 6 Avenue. Installation of 30" storm water force main includes restoration Owner: City of Florida City 404 West Drive Palm Drive, Florida City, FL 33034 Desmond Chin 305-247-8221 City of West Miami Drainage Improvement SW 64th & 65 Ave from SW 6th St to 36 St. Installation of Storm water drainage system including restoration Owner: City of West Miami, Juan Pena 900 SW 62 Avenue Miami, FL 305-416-1217 Emergency, City of Miramar Owner: City of Miramar, Thomas Good 2600 SW 66 Ten Miramar, FL 33023 954-967-1649 Emergency Water Main 36" 147th Ave Owner: MDWS Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 Loxahatchee slough Restoration G6-161 Force & water main offsets. Construction & installation of two 60' culverts under North Lake Blvd. two cast in place water flow control structures/gates control building. Telemetry and electrical, rip rap, cofferdam. Palm Beach, FL Structure, Owner: SFWMD 3301 Gun Club Road West Palm Beach, FL 33406 (64)10890 8/06 $1,258,925 La Preserve PS & Sailboat Bend Master PS Install force main and wet well with top slab, install valve vault/top slab, install pumps and control panel and all electrical work/restoration sod and asphalt driveway. Two new pumps stations. Owner: City of Ft. Lauderdale Maurice Tobon 100 N. Andrews Ave Ft. Laud, FL33301 954-828-7279 (10) 4/10/2007 CONTRACT # DATE & VALUE DESCRIPTION (65)01643003 12/09 $734,386.32 (66)01-1030 9/05 $144,300.00 (67)00-0984B OG $2,031,742 (68)ER 15671 & 47498 5718-5-F 5/06 $865,151.20 City Wide WM & FM Aerial Crossings Owner: City of West Palm Beach 1000 45th Street, Ste. 15 West Palm Beach, FL 33407 Isaac Kovner 561-494-1040 Bal Harbour Village Emergency Watermain Connection Owner: City of Bal Harbour, Julio Rubi 9665 Bay Harbor Terrace, Bay Harbor FL 33154 (305) 866-6241 Stormwater Improvement Phase 4 Owner: Town of Golden Beach Craig A. Smith & Assoc. Peter Kunen 1000 W. McNab Rd. Pompano Beach, FL 33069 954-782-8222 Relocation of 20" 24" Force Main on 87th Avenue and 25th Street Relocation of existing 24" watermain and 20" forcemain under canal includes restoration Owner: MDWS Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 3'65-.1569=5826 7g - 24= v (69) 9/05 $31,220 Golden Beach Emergency Repair Owner: City of Golden Beach 1 Golden Beach Drive, Golden Beach, FL (70)89-1146Q 9/05 $55,250 Bal Harbour Sewer, Bal Harbour Way Owner: Bal Harbour Village 655 96 Kane Concourse, Bal Harbour FL 33154 (71) 9/05 $66,100 Bal Harbour, Valve Replacement Sewer Lateral Repairs within Bal Harbour Village Owner: Bal Harbour Village 655 96 Kane Concourse, Bal Harbour FL 33154 (72)2005-009 OG $497,650 (73)ER 47877 PS 609 4/10/2007 12/09 $277,000 Lift Station No. 12 New pump stations/install wet well and valve vault with top slab, new force main and relocated water main, all electrical work, new pumps and control panel Owner: City of Margate, Craig A. Smith & Associates, Peter Kunen, 1000 W. McNab Rd. Suite 200, Pompano Beach, Fl 33069. 954-782-8222. Upgrade of Sewage PS NO. 609 Owner: MDWS Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 (11) CON'I'IIACT # DATE & VALUE DESCRIPTION (74)ER 47877 $250,950 36" Water Transmission Owner:North Miami Beach 17011 N.E. 19th Avenue North Miami Beach, FL 33162 (75)No. 1073-01 OG $4,293,735.42 (76) 10/05 $169,575.00 Florida Key Aquifer Storage (J Robert Dean) Construction and installation of a Floridian aquifer blending/ASR well and associated wellheads, pumps, piping, mechanical, electrical, instrumentation and control improvement. Construction/Biscayne aquifer monitor well. Hot taps 70 If/Jack and Bore 20" casing. Owner: Florida Keys Aqueduct Authority Joe Ivey, 1100 Kennedy Dr. Key West, Fl 33040 305-296-2454. Emergency 56 Street and 129 Avenue, Repair damaged 48" watermain including restoration Owner: MDWS, Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 (77) OG $1,637,500.00 Pump Station Basin 4 (ABCD&E) Five new pump stations, install wet well and valve vault and top slab, install new manhole, install new pumps and control panel, all electrical work Owner:City of Ft. Lauderdale, Rob VanCott, 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087. (78)ER47616 2006 $433,000.00 Pump Station #757, New pump station, new wet well and valve vault, with top slab, rehabilitation of existing manhole, all electrical work, new pumps and control panel Owner:MDWS, Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 (79)D40 -D41 OG $3,418,420.00 (12) 4/10/2007 Pump Station D40 & D41 Force Main Two rehabilitation and existing pump station, install new force main, install new top slab, repair all walls one wet well and dry put, install new pumps and control panel. Owner: City of Ft. Lauderdale, Jerry Gonzalez 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087 CONTRACT # DATE & VALUE DESCRIPTION (80) OG $2,367,750.00 City of North Miami Beach Phase Ti Furnish and install 1,219 If/ 36" pipe and 1,630 if/30" pipe. Microtunnel 335 If/ 54" casing under I-95. Asphalt, sheeting. Owner: North Miami Beach 17011 N.E. 19th Avenue North Miami Beach, FL 33162 (81) 2006 $630,038.76 Sweetwater Linear Park Furnish and install approximately 11/2 miles of boiler and wire rope fence. (82) 2006 $54,700.00 Ocean 4 17201 Collins Avenue (83) OG $966,500 City of Homestead Sewer improvement 5000' of gravity sewer includes restoration Owner: City of Homestead 675 N. Flagler Avenue Homestead, FL Daniel Wick, 305-224-4484 (84) (86) (88) (89) 4/10/2007 2006 $1,370,800 OG $8,538,100 OG $590,456.15 2006 $248,711.00 (13) City of North Miami Phase 3 Furnish and install 3,820 If/36" pipe 50 If/Jack & bore 54" casing, fittings. Owner: North Miami Beach 17011 N.E. 19th Avenue North Miami Beach, FL 33162 Flamingo Park Wellfield Furnish and install 5,500 lf/36" DIP, 1,500 If/ 20' DTP, 1,7501f of 16" DIP & 6,250 LF/ data highway communication ductbank, generator tiedowns, develop 4 wells, pumps, mechanical, filters, telemetry, building, electrical. Owner: City of Sunrise, Mark Lubinski 10770 W. Oakland Park Blvd. Sunrise, FL 33351 Keystone Lake Lake embankment stabilization GeoTextile, earthwork, Lake embankment stabilization Owner: South Broward Drainage District Leo M. Schwartzberg 6591 SW 160 Avenue Southwest Ranches, FL 33331 954-680-3337 Lake Embarkment Lake embankment stabilization Owner: City of Sunrise, Mark Lubinski 10770 W. Oakland Park Blvd. Sunrise, FL 33351 CONTRACT # DATE & VALUE DESCRIPTION (90) (91) (92) 00944 OG $308,050 OG $4,500,000 S.B. Drainage Silver Lakes Owner: South Broward Drainage District One year Lateral Lining S793 Lining repair of sewer laterals includes restoration Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 2006 South Island Repair (Golden Beach Project) Owner:Golden Beach, l Golden Beach Drive, Golden Beach, FL (93) OG $746,527 C51 Canal Bank S. Florida Water Management (94) OG Miami Container (Emergency) (95) S-742 (96) S-861 OG Installation of 16 -inch H.D.P.E. (SDR-9) and 12 -inch D.I. Force Main at Bear Cut Channel Between Key Biscanye and Virginia Key Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 OG Installation of 42, 36, 24 and 16 -inch C-905 Raw Water Mains for South Miami Heights Treatment Plant. Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 (97) OG Imperial Point, Large Water Main Phase 1 Owner: City of Ft. Lauderdale 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087 (98) S-783 OG (99) W-884 OG (100) 602201-01-002 OG (14) 4/10/2007 Installation of 16 -inch D.I. Sanitary Sewer in N.E. 172 Street from Collins Avenue to N. Bay Road Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 Installation of 36 -inch Water Main in SW 288 St From South Dixie Hwy (SR No. 5) to SW 152 Avenue Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 Black Point Marina Sewer Connection Sanitary Sewer Improvements Owner: Miami Dade County Park and Recreation Department I CONTRACTS IN PROGRESS I I 1 I I I 1 I I I I I I I I I I I (58)S769 ER47547 (59)C13155/ 22-019-0 OG $6,500,000 OG $499,603 (67)00-0984B OG $2,031,742 (72)2005-009 OG $497,650 (75)No. 1073-01 OG $4,293,735.42 Two year contract Repair existing gravity sewer lines throughout Dade County includes restoration Owner: MDWS, Victor Fernandez-Cuervo 3575 S. Lejeune Road Coral Gables, FL 33146, 305-669-7826 Friedland Manor Stormwater Discharge SW 5st East to 6 Avenue. Installation of 30" storm water force main includes restoration Owner: City of Florida City 404 West Drive Palm Drive, Florida City, FL 33034 Desmond Chin 305-247-8221 Stormwater Improvement Phase 4 Owner: Town of Golden Beach Craig A. Smith & Assoc. Peter Kunen 1000 W. McNab Rd. Pompano Beach, FL 33069 954-782-8222 Lift Station No. 12 New pump stations/install wet well and valve vault with top slab, new force main and relocated water main, all electrical work, new pumps and control panel Owner: City of Margate, Craig A. Smith & Associates, Peter Kunen, 1000 W. McNab Rd. Suite 200, Pompano Beach, Fl 33069. 954-782-8222. Florida Key Aquifer Storage (J Robert Dean) Construction and installation of a Floridian aquifer blending/ASR well and associated wellheads, pumps, piping, mechanical, electrical, instrumentation and control improvement. Construction/Biscayne aquifer monitor well. Hot taps 701f/Jack and Bore 20" casing. Owner: Florida Keys Aqueduct Authority Joe Ivey, 1100 Kennedy Dr. Key West, Fl 33040 305-296-2454. (77) OG $1,637,500.00 Pump Station Basin 4 (ABCD&E) Five new pump stations, install wet well and valve vault and top slab, install new manhole, install new pumps and control panel, all electrical work Owner:City of Ft. Lauderdale, Rob VanCott, 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087. 4/10/2007 CONTRACTS IN PROGRESS (79)D40 -D41 OG $3,418,420.00 Pump Station D40 & D41 Force Main Two rehabilitation and existing pump station, install new force main, install new top slab, repair all walls one wet well and dry put, install new pumps and control panel. Owner: City of Ft. Lauderdale, Jerry Gonzalez 100 N. Andrews Ave. Ft. Lauderdale, Fl 33301, 954-761-5087 (80) OG $2,367,750.00 City of North Miami Beach Phase II Furnish and install 1,219 lf/ 36" pipe and 1,630 lf/30" pipe. Microtunnel 335 If/ 54" casing under 1-95. Asphalt, sheeting. Owner: North Miami Beach 17011 N.E. 19th Avenue North Miami Beach, FL 33162 (83) (86) (88) OG $966,500 OG $8,538,100 OG $590,456.15 City of Homestead Sewer improvement 5000' of gravity sewer includes restoration Owner: City of Homestead 675 N. Flagler Avenue Homestead, FL Daniel Wick, 305-224-4484 Flamingo Park Wellfield Furnish and install 5,500 lf/36" DIP, 1,500 if/ 20' DIP, 1,750 If of 16" DIP & 6,250 LF/ data highway communication ductbank, generator tiedowns, develop 4 wells, pumps, mechanical, filters, telemetry, building, electrical. Owner: City of Sunrise, Mark Lubinski 10770 W. Oakland Park Blvd. Sunrise, FL 33351 Keystone Lake Lake embankment stabilization GeoTextile, earthwork, Lake embankment stabilization Owner: South Broward Drainage District Leo M. Schwartzberg 6591 SW 160 Avenue Southwest Ranches, FL 33331 954-680-3337 (90) OG $308,050 S.B. Drainage Silver Lakes Owner: South Broward Drainage District 4/10/2007 CONTRACTS IN PROGRESS (91) OG $4,500,000 One year Lateral Lining S793 Lining repair of sewer laterals includes restoration Owner: Miami Dade Water & Sewer Victor Fernandez-Cuervo 3575 S. Lejeune Rd. Coral Gables, FL 33146 305-669-7826 (93) OG $746,527 C51 Canal Bank S. Florida Water Management 4/10/2007 Subcontractor's List Name Rimar Paving H & J Asphalt R & R Garden Center Address 4175 SW 98 Ave. 4310 NW 35 Ave. 12200 SW 47 Terr. Work to Be Performed Asphalt & Sidewalk Restoration Asphalt Restoration Sod & Landscape Restoration C01Z0 CASTE -ILIA CARBP &LO ThDMPfibN Engineers Archiiecis Planners EB0005022 AAC002142 April 30, 2007 Village of Key Biscayne 88 W. McIntyre Street Key Biscayne, Florida 33149 Attention: Jacqueline Menendez Village Manager Reference: Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System And MDWASD Pump Station 131 Upgrade C3TS Project No. 1108-17 Dear Ms. Menendez: We have reviewed the four bids submitted for the above referenced project. All bids were responsive and were accompanied by proper bid bonds and addenda acknowledgement. We checked references for contractor performance on past and current projects, evaluated their subcontractors, their financial strength and their licenses and registrations. We also met last week with the apparent low bidder to discuss his bid, to clarify the project scope, and to answer questions and concerns he had (see attached minutes). In our opinion, the apparent low bidder has a good understanding of the work, the project conditions and the plans and specifications. Based on our findings, it is our opinion that the four contractors are qualified and capable of performing the work. Therefore, we recommend that the project be awarded to the lowest responsible responsive bidder, Metro Equipment Service, Inc., in the amount of $5,998,658.00. Sincerely, Corzo Castella Carballo Thompson Salman, P.A. Ramon Castella, P.E. Principal RC/er Enclosure Cc: Armando Nunez, Village Public Works Jose Lopez, P.E., Village Project Representative Trish Carney, P.E., PBSJ L:1Projects11108-0171Correspondence11L043007RecomLetter.doc 901 Ponce de Leon Blvd., afire 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Web Site: www.c3ts.com Equal Opportunity Employer 4,16. CORZO CASTELLA CARBALLO THOMPSON SALMAN DATE: PROJECT: SUBJECT: OWNER: Design Engineer: C3TS Engineers Architects• Planners 901 Ponce de Leon Boulevard, Suite 900 • Coral Gables, Florida 33134 Telephone No. 305.445.2900 • Facsimile 305.445.3366 CONSTRUCTION PROJECT SCOPE CLARIFICATION MINUTES OF MEETING April 23, 2007 Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System Project C3TS project No.: 01108-017 Construction Project Scope Clarification Meeting Village of Key Biscayne Post, Buckley, Schuch & Jernigan Construction Administrators: Como Castella Carballo Thompson Selman, P.A. ITEMS: 1) CONTRACTOR'S REPRESENTATIVES: Jorge L. Godoy Jorge Valdes 2) OWNER'S REPRESENTATIVES: Armando Nunez, Village of Key Biscayne Jose G. Lopez 3) ENGINEER'S REPRESENTATIVES: Trish Carney, PE, PBS&J Alessandra Delfico, PE, PBS&J Ramon Castella, PE, C3TS Rodney Carrero-Santana, PE, C3TS 4) PROJECT SCOPE: Metro Equipment Services Metro Equipment Services Off: 305-598-7741 Cell: 786-367-0045 Director of Public Works Owner Project Representative Engineer of Record Senior Engineer II Project Administrator Dir. Construction Services The work includes the construction of sanitary sewers, manholes, existing pump station upgrades and modifications, lateral connections, fire hydrants, water main replacement including valves and appurtenances, and roadway/right-of-way restoration, and other related work as shown on the plans. After award of the Zone 1 and Zone 4 contract, this project may be expanded by the Village to include the installation of reuse water distribution lines within and around Zone 1. Construction Scope Clarification Meeting Minutes Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System Project April 23, 2007 Page 2 5) QUESTIONS AND ANSWERS: The contractor requested the meeting to discuss and clarify several concerns that he had. These were: a. The contractor was concerned about the ability to re -use the excavated trench materials. The contractor was informed that the geotechnical information provided in the bid was generally representative of the areas, but should not be relied on exclusively, and that should he encounter unsuitable soils during the excavation process the soils needed to be replaced with suitable backfill as required in the construction documents. All other suitable excavated materials may be used as trench backfill. b. The contractor was investigating dewatering conditions for this project. The contractor was informed that his concern was a means and methods issue but, previous contractors in the Village have used the well point dewatering system with success. He was also informed that diving the pipe would be acceptable as long as the proper precautions are taken. Again, this was clarified as a means and methods issue but the Village is willing to cooperate with the contractor as needed. c. The contractor inquired if there was any way he could eliminate the sanitary conflict structures in Zone 4 where the sewer pipe is in conflict with drainage. He was informed that these structures were needed as a result of MDWASD requirements for sanitary sewer connection invert elevation into the pump station wet well, and they could not be eliminated. d. The contractor asked if shop drawings could be submitted for review prior to contract execution. He was informed that yes, he can submit immediately in order to expedite the project. e. Contractor inquired about the acceptability of shifting certain utilities in certain areas to avoid impacts on landscaping and driveways in the swale areas. He was informed that, as long as required pipe separation criteria were met (see attached), the Village would be agreeable to reviewing any proposed changes. f. Contractor inquired about the availability of 3 phase 480 volt power at the pump station 131 location. He was informed that he should assume that FPL will bring the power to the pump station immediate vicinity. g. Contractor inquired about available staging areas. He was informed that, apart from the staging allowed in right-of-way per project specifications, he may seek, at his expense, accommodation on private property to provide extra area. h. Contractor was concerned about maintaining access to homes in Harbor Point, and suggested various methods to do so. Village is open to suggestions and will help coordinate with residents. END OF MINUTES RC/er L:1Projects11108-017\Minutes of Meeting\1 MM0423D7ConstScopeClanf.doc DERM NOTES ON WATER -SEWER INSTALLATION 1. A horizontal distance of at least 6 feet, and preferably 10 feet (outside to outside), shall be maintained between gravity or pressure sewer pipes and water pipes. The minimum horizontal separation can be reduced to 3 feet for vacuum -type sewers or for gravity sewers where the top of the sewer pipe is at least 6 inches below the bottom of the water pipe. When the above specified horizontal distance criteria cannot be met due to an existing underground facility conflict, smaller separations are allowed if: a- The sewer pipes are designed and constructed equal to the water pipe and pressure tested at 150 psi. b- The sewer is encased in a watertight carrier pipe or concrete. c- The top of the sewer is at least 18 inches below the bottom of the water pipe. 2. A vertical distance of at least 12 inches (outside to outside) shall be maintained between any water and sewer mains with sewer pipes preferably crossing under water mains. The minimum vertical separation can be reduced to 6 inches for vacuum -type sewers or for gravity sewers where the sewer pipe is below the water main. The crossing shall be arranged so that all water main joints are at least 6 feet from all joints in gravity and pressure sewer pipes. The distance can be reduced to 3 feet for vacuum -type sewers. When the above specified vertical distance criteria cannot be met due to an existing underground facility conflict, smaller separations are allowed if: a- The sewer pipes are designed and constructed equal to the water pipe and pressure tested at 150 psi. b- The sewer is encased in a watertight carrier pipe or concrete. 3. In highly congested areas, where either water or sewer facilities exist and the separation requirements cannot be met, special consideration may be given subject to submittal of documentation showing that the proposed alternative will result in an equivalent level of reliability and public health protection. 4. The maximum allowable exfiltration rate of gravity sanitary sewers constructed in a public wellfield protection area shall be fifty (50) gallons per inch pipe diameter per mile per day for residential land use and twenty (20) gallons per inch pipe diameter per mile per day for non-residential land use. 5. Force main sewers constructed in a public wellfield protection area shall be either Ductile Iron pipe and fittings (polyethylene lined) or Pre -stressed Reinforced Concrete Cylinder Pressure pipe and fittings (plastic lined 90° T.D.C. minimum). For the ductile iron pipe exfiltration rate shall not be greater than the allowable leakage rate specified in American Water Works Association Standard (AWWAS) C600-82 at a test pressure of 100 psi. For the reinforced concrete pipe exfiltration rate shall not be greater than half (1/2) the allowable leakage rate specified in AWWA C600-82 at a test pressure of 100 psi. 6. The contractor shall verify nature, depth, and character of existing underground utilities prior to start of construction. 7. All other public or private utility facilities shall be constructed at least 5 feet from any water and sewer main as measured from the outside bell of the water of the utility pipe. 8. When the 5 feet separation between proposed and existing line is not possible, the contractor shall hand dig or expose the water and sewer pipes before proceeding with power equipment excavation. 9. In no case shall a contractor install utility pipes, conduits, cables, etc. in the same trench parallel and above an existing water or sewer pipe except where they cross. Any deviation from notes 6, 7 and 8 shall be approved in writing by the responsible water and sewer utility. 10. A non-resettable elapsed time meter shall be installed at each pump to record the total number of operating hours of the station. Attachment B 04/09/2007 11:47 FAX 3055987742 METRO EQUIPMENT 1 002 STATE OF FLORIDA ss COUNTY OF MIAMI-DADE SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that METRO EQUIPMENT SERVICE, INC. as Principal, and Travelers Casualty and Surety Company of America , as Surety, a Corporation chartered and existing under the laws of the State of Connecticut , with its principal offices in the City of Hartford , and authorized to do business in the State of Florida are held and firmly bound unto the OWNER, The Village of Key Biscayne in the penal sum of Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated April 16 , 2007, for: The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement., Sanitary Sewer System and MDWASD Pump Station 131 Upgrade NOW, THEREFORE, A. If the principal shall not withdraw said bid within 120 days after date of opening of the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the OWNER in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B.. In the event of the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bonds within the time specified, if the principal shall pay the OWNER the difference between the amount specified in said bid and the amount for which the OWNER may procure the required work and supplies, if the latter amount be in excess of the former, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. Project 01-1588.00 March 2007 00410-1 Village of Key Biscayne Zone I and Zone 4 09/2007 11:47 FAX 3055987742 METRO EQUIPMENT 43_3003 IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals, this 16th day of April , A.D., 2007, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: WITNESSES: Project 01-1588 00 March 2007 Metro Equipment Service, Inc. Name of Finn /it C (Affix Signature of utl orized Seal) Officer 9425 Sunset Drive, #225 Business Address Miami, Florida 33173 City SURETY: Travelers Casualty and Surety Company of America State rporate Surety (Affix Attorney -in -Fact Seal) Charles D. Nielson, Attorney -in -Fact One Tower Square Business Address Hartford, Connecticut 06183 City State Nielson, Alter & Associates Name of Local Insurance Agency 00410-2 Village of Key Biscayne Zone I and Zone 4 04 /2007 11: 4 i FAX 3055987742 1 I 1 1 1 1 1 METRO EQUIPMENT CERTIFICATES AS TO CORPORATE PRINCIPAL I, Jorge L. Godoy 1004 , certify that l am the Secretary of the Corporation named as Principal in the within bond; that Jorge L. Godoy who signed the said bond on behalf of the principal, was then President of said corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said corporation by authority of its governing body. (Corporate Sec i ary' a Seal) Jorge L. Godoy, Secretary STATE OF FLORIDA ) ss COUNTY OF ) Miami —Dade Before me, a Notary Public duly commissioned, qualified and acting, personally appeared Charles D. Nielson to me well known, who being by me first duly sworn upon oath, says that Travelers Casualty and Surety he is the Attorney -in -Fact, for the Company of America and that he has been authorized by them to execute the foregoing bond on behalf of the Contractor named therein in favor of the OWNER, the village of Key Biscayne Subscribed and sworn to before me this 16t ril i20 % , A.D. (Attach Power of Attorney to original Bid Bond) =O•cppY Pt,* Notary Public State of Florida Gloria McClure P My Commission DD633179 "'tor Tte Expires 03/27/2011 ary Public S e of Florida -at -Large My Commission Expires: 03/27/11 END OF SECTION Project 01-1588.00 00410-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 ,W. TRAVELERS WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters. Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Suret) Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney -In Fact No. 218020 Certificate No. f`1 rI `i ��. w. �r 0 (.1 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul Fire and Marine Insurance Company. St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Fat mington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America ate corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty insurance Underwirters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do heieby make, constitute and appoint Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, Warren M. Alter, and David R. Hoover of the City of Miami Lakes , State of Florida , then true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recogrnzances, conditional undertakings and othei writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required of permitted in any actions or proceedings allowed by law 22nd IN WITNESS WHEREOF, the Companiehave caused this instrument to be signed and their corporate seals to be hereto affixed, this February Z day of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company By State of Connecticut City of Hartford ss On this the 22nd day of February , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ;:r717/7);',, iW cppPORA>f q, i .SEAL D: In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440-8-06 Printed in U.S.A 2007 V\_aftiA C. Marie C Tetreault Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER a1219.21.161.7 .13E. naliti WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Dnectors of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Undenvnters Inc Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,' St Paul Guardian Insurance Company. St Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Suiety Company of America, and United States Fidelity and Guaranty Company which resolutions ate nonou in full force and effect leading as follows RESOLVED, that the Chairman the President. any Vice Chapman. any Executive Vice Piesident. any Senior Vice Piesident, any Vice Piesident any Second Vice President, the Treasurer. any Assistant Treasurer the Corporate Sectetaty of any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his oi het certificate of authority may piescribe to sign with the Company s name and seal with the Company's seal bonds, tecogmzances contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking. and any of said officers of the Board of Directors at any time may remove any such appointee and revoke the powei given him oi bet, and it is FURTHER RESOLVED, that the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice Piesident oi any Vice Piesident may delegate all or any part of the foregoing authority to one oi more officers or employees of this Company. provided that each such delegation is in witting and a copy thereof is filed in the office of the Secretary. and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, oi conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman. any Executive Vice Piesident, any Senior Vice President or any Vice President, any Second Vice President. the Treasures, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary oi Assistant Secretary, oi (b) duly executed (under seal. if requited) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or then certificates of authority of by one or mote Company officers pursuant to a written delegation of authority and it is FURTHER RESOLVED, that the signature of each of the following officers President. any Executive Vice Piesident. any Senior Vice Piesident, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such powei of attorney oi certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and coned copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 16th day of April Kon M. Johansdn/Assistant Secretary ,2007 . To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond corn Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER SECTION 00500 CONTRACT THIS AGREEMENT, made and entered into this (°144' day of 5L) lC. , 207, A.D., by and between the Village of Key Biscayne, party of the first part (hereinafter sometimes called the OWNER), and Mel iro Si u ;i014141- # '5e►rlices, )0C. , party of the second part (hereinafter sometimes called the "CONTRACTOR"). WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1.01 SCOPE OF THE WORK A. The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all of the Work indicated on the Drawings and described in the Specifications entitled: The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade as prepared by Post, Buckley, Schuh & Jernigan, Inc., acting as, and in the Contract Documents entitled the ENGINEER, and shall do everything required by this Contract and the other Contract Documents. The work includes the construction of sanitary sewers, manholes, existing pump station wet well modifications, lateral connections, fire hydrants, water main replacement including valves and appurtenances, and roadway/right-of-way restoration, and other related work as shown on the plans. After award of Zone 1 and Zone 4 contract, the Village of Key Biscayne reserves the right to expand the project to include the installation of reuse water distribution lines within and around Zone 1. 1.02 THE CONTRACT SUM A. The OWNER shall pay to the CONTRACTOR for the faithful performance of the Contract, in lawful money of the United States, and subject to addition and deductions as provided in the Contract Documents, a total sum as follows: Based upon the prices shown in the Proposal heretofore submitted to the OWNER by the CONTRACTOR, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract (obtained from either the lump sum price, the application of unit prices to the quantities shown in the Proposal, or the combination of both) being the sum of P.N& vrsill ior► Nit Hovictre.4 A/;ie �I�h)- Avos4�1 50$ Ffund�•ed '; i4 C-i H1' o/o (L•tvs Avid no ce n 4 5, 9 9 8, G 5 8. oc Project 01-1588.00 00500-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.03 COMMENCEMENT AND COMPLETION OF WORK A. The CONTRACTOR shall commence Work and the Contract Time will commence to run on the date fixed in the Notice to Proceed. B. The CONTRACTOR shall prosecute the Work with faithfulness and diligence and shall sudstantially complete the Work no later than three hundred (300) calendar days after the commencement date as fixed in the Notice to Proceed. The work shall be completed' within sixty (60) calendar days from the data certified by Engineer as the date of substantial completion. 1.04 CONTRACTOR'S ACCEPTANCE OF CONDITIONS A. The CONTRACTOR hereby agrees that, by virtue of submitting a completed Proposal including his declarations therein of full satisfaction, knowledge and understanding of the Contract Documents, site conditions (surface and subsurface) and all other conditions affecting the Work, he assumes full responsibility for performance of the Work as required under this Contract. It is expressly agreed that under no circumstances, conditions, or situations shall this Contract be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. B. It is understood and agreed that the passing, approval and/or acceptance of any part of the Work or material by the OWNER, ENGINEER, or by any agent or representative, as being in compliance with the terms of this Contract and/or of the Contract Documents, shall not operate as a waiver by the OWNER of strict compliance with the terms of this Contract, and/or the Contract Documents covering said Work; and the OWNER may require the CON TRACTOR and/or his surety to repair, replace, restore and/or make to comply strictly and in all things with this Contract and the Contract Documents any and all of said Work and/or materials which within a period of one year from and after the date of the acceptance of any such Work or material, are found to be defective or to fail in any way to comply with this Contract or with the Contract Documents. This provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered. The CONTRACTOR shall not be required to do normal maintenance work under the guarantee provisions. Failure on the part of the CONTRACTOR and/or his Surety, immediately after notice to either, to repair or replace any such defective 1.05 LIQUIDATED DAMAGES A. It is mutually agreed that time is of the essence of this Contract and should the CONTRACTOR fail to complete the work within the specified time, or any authorized extension thereof, there shall be , deducted from the compensation otherwise to be paid to the CONTRACTOR, and the OWNER will • retain the amount of two thousand dollars ($2000) per calendar day until substantial completion, as fixed, agreed and liquidated damages for each calendar day elapsing beyond the specified time for completion or any authorized extension thereof. After substantial completion, should contractor fail to complete the remaining work within the time specified in Section 1.03 above, the owner will retain the sum of one thousand dollars ($1000) per calendar day until completion. These amounts shall represent the actual damages which the OWNER will have sustained by failure of the CONTRACTOR to complete the work within the specified time; it being further agreed that said sum is iota penalty, but is the stipulated amount of,damages` sustained by the -OWNER in the event of such default by the -, CONTRACTOR. Project 01-1588.00 00500-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for production. C. For the purposes of this Contract, the day of fmal acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day scheduled for production. 1.06 REIMBURSEMENT OF ENGINEERING EXPENSES A. Should the completion of the Contract be delayed beyond the specified or adjusted time limit, Contractor shall reimburse Owner for all expenses of engineering and inspection incurred by Owner during the period between said specified or adjusted time and the actual date of substantial completion. All such expenses for engineering and inspection incurred by Owner will be charged to Contractor and be deducted from payments due Contractor as provided by this Contract. Said expenses shall be further defined as engineers charges associated with the construction contact project management, including resident project representative costs. These expenses are not included in the daily rate for liquidated damages as defined in Article 1.05 of this Contract. These are additional expenses to be paid whether or not the liquidated damages are assessed. 1.07 PARTIAL AND FINAL PAYMENTS A. In accordance with the provisions fully set forth in the General Conditions, and subject to additions and deductions as provided, the OWNER shall pay the CONTRACTOR as follows: 1. Within 30 days after receipt by the OWNER of the CONTRACTOR's request for partial payment, the OWNER shall make partial payments to the CONTRACTOR, on the basis of the estimate of Work as approved by the ENGINEER, for work performed during the preceding calendar month, less ten percent (10%) of the amount of such estimate which is to be retained by the OWNER until all Work has been performed strictly in accordance with this Agreement and until such Work has been accepted by the OWNER. 2. Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER that all payrolls, material bills and other costs incurred by the CONTRACTOR in connection with the construction of the Work have been paid in full, and also, after all guarantees that may be required in the specifications have been furnished and are found acceptable by the OWNER, final payment on account of this Agreement shall be made within sixty (60) days after completion by the CONTRACTOR of all Work covered by this Agreement and acceptance of such Work by the OWNER. Project 01-1588.00 00500-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.08 ADDITIONAL BOND A. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Performance and Payment Bonds hereto attached for its faithful performance, the OWNER shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bond(s) ceases to be adequate to cover the performance of the Work, the CONTRACTOR shall, at his expense, and within three days after the receipt of notice from the OWNER to do so, furnish an additional bond or bonds, in such form and amount, and with such sureties as shall be satisfactory to the OWNER. In such event, no further payment to the CONTRACTOR shall be deemed due under this Agreement until such new or additional security for the faithful performance of the Work shall be furnished in manner and form satisfactory to the OWNER. 1.09 CONTRACT DOCUMENTS A. The Contract Documents which comprise the entire agreement between the Village and the Contractor concerning the work consist of this Contract for Construction, the Drawings, Plans and Specifications, the Invitation for Bids, the Addenda , the Bid, Instructions to Bidders, the General and Supplementary Conditions, FDEP supplementary conditions (construction), the Performance Bond, Insurance Certificates, the Notice of Award, the Notice to Proceed, any Change Orders and any other Contract Documents, not specifically listed herein which shall be considered incorporated into and made a part of this Contract by this reference and shall govern this Project. Contractor is reminded and hereby recognizes that all Work under this contract mut comply with applicable federal regulations shall be deemed to be incorporated herein immediately upon Village's written request. B. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of these Contract Documents that are not contained herein. Accordingly it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. C. The Contract Documents shall remain the property of the Village. The Contractor shall have the right to keep one record set of the Contract Documents upon the completion of the Project: however, that in no event shall the Contractor use, or permit to be used, any or all of such Contract Documents on other Projects without the Village's prior written authorization. 1.10 WAIVER OF JURY TRIAL Village and Contractor knowingly, irrevocably, voluntarily and intentionally waive any right either may have to a trial by jury in State and or Federal court proceedings in respect to any action, proceeding, lawsuit or counterclaim based upon tie Contract for Construction, arising out of, under, or in connection with the Construction of the Work, or any course of conduct, course of dealing, statements or actions or inactions of any party. 1.11 ASSIGNMENT Neither party shall assign the Contract or any sub -contract in whole or in part without the written consent of the other, nor shall contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Village Manager. Project 01-1588.00 00500-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.12 MISCELLANEOUS Insurance Requirements: Contractor shall provide and maintain in force until all the Work to be performed under this Contract has been completed and accepted by Village (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth in theContract Documents. 1.12.2 VILLAGE'S RIGHT TO 1'hRMINATE CONTRACT A. If Contractor fails to timely begin the Work, or fails to perform the Work, with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or discontinue the prosecution of the Work pursuant to the accepted schedule or if the Contractor shall fail to perform any material term set forth in the Contre Documents or if Contractor shall become insolvent or be declared bankrupt or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in any acceptable manner, Village may, upon seven (7) days written Notice of Termination, terminate the services of Contractor, exclude Contractor from the Project site and take the prosecution of Work out of the hands of the Contractor, and use any or all materials on the Project site which have been paid for by the Village, as may be suitable and acceptable and may finish the Work by whatever methods it may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Project is completed. All damages, costs and charges incurred by Village, together with costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by Village shall exceed the unpaid balance, then Contractor shall be liable and shall pay to Village the amount of said excess. B. Contractor agrees that in the event that a referendum or initiave measure is adopted at an election by the majority of the electors of the Village voting on such measure, whichrepeals the Village's , Zone 1 & Zone 4 Water main replacement, sanitary sewer system and MDWASD pump station 131 upgrade Capital Project Authorization Ordinance (Ordinance No. ) or otherwise operates to prohibit the construction of the Project in accordance with the Plans: the Village Council shall have the authority, within (30) days after any such event, to terminate the Contract by providing written notice of termination to the Contractor. In the event of such termination, the Village shall not be liable to Contractor for payment to any supplemental compensation, penalties, damages, loss of profits, termination fee or demobilization fee as a result of such termination, and the Contractor shall only be paid by the Village in accordance with the Contract, for the portion of the Work for the Project which has been performed by Contractor up to the time of notice of termination of Contract. The Contractor shall be entitled to recover from the Village payment for proven loss with respect to materials, equipment, tools, and construction equipment and machinery, including reasonable overhead, and profit earned on the Project prior to the date of termination. C. In the event that a referendum or initiative measure is adopted at an election by the majifity of the electors of the Village voting on such measure, which repeals the Village's . Zone 1 and Zone 4 water main replacement, sanitary sewer system and MDWASD pump station 131 upgrade Revenue Bond Ordinance (Ordinance No. ,) or otherwise operates to prohibit the financing for the construction of the Project in accordance with the Plans: the Village Council shall have the authority, within thirty (30) days after any such event, to terminate the Contract by providing written notice of termination to the Contractor. In the event of such termination, the Village shall not be liable Project 01-1588.00 00500-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 to Contractor for payment of any compensation, penalties, damages, loss of profits, termination fee or demobilization fee as a result of such termination, aril the Contractor shall only be paid by the Village in accordance with the Contract, for the portion of the Work of the Project which has been performed by the Contractor up to the time of notice of termination of Contract. The Contractor shall be entitledto recover from the Village payment for proven loss with respect to materials, equipment, tools, and construction equipment and machinery, including reasonable overhead, and profit earned on the Project prior to the date of termination. 1.12.3 CONTRACTOR TO CHECK PLANS, SPECIFICATIONS AND DATA: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Village's Project Engineer, and shall notify Village's Project Engineer in writing of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery and Village's Project Engineer will promptly review the same. Any Work done after such discover, but prior to written authorization of the Village's Project Engineer, will done at the Contractor's sole risk. 1.12.4 CONTRACTOR'S RESPONSIBILITY FOR DAMAGES AND ACCIDENTS: A. Contractor shall accept full responsibility for the Work against all loss or damage of any nature sustained until final acceptance by Village, and shall promptly repair any damage done from any cause. B. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damages or destroyed prior to final acceptance by Village, Contractor shall replace same without cost to Village. 1.12.5 DEFECTIVE WORK/GUARANTEE: A. Village shall have the authority to reject or disapprove Work which the Village finds to be defective. If required by the Village, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. B. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Village's Project Consultant, Village shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by Village in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, Village may declare Contractor in default. C. The contractor shall unconditionally guarantee all materials and equipment furnished and Work performed for a period of one (1) year from the date of substantial completion. If, within one (1) year after the date of substantial completion, any of the Work is found to be defective of not in accordance with the Cdntract Documents, Contractor, after receipt of written notice from Village, shall promptly correct such defective or nonconforming Work within the time specified by Village Project 01-1588.00 00500-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 without cost to Village. Nothing contained here in shall b3e construed to establish a period of limitation with respect to any other obligation which Contractor might have under Contract Documents including but not limited to any claim regarding latent defects. D. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered. 1.12.6 LEGAL RESTRICTIONS AND TRAFFIC PROVISIONS: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of Work and Contractor's general operations. Contractor shall conduct its operations so as not to interfere with or close any throughfare, except as provided for in the Contract Documents, without the written consent of the proper authorities. 1.12.7 EXAMINATION ANI) RETENTION OF CONTRACTOR'S RECORDS: A. The Village or any of their duly authorized representatives shall, until three (3) years after final payment under this contract, have access to and the right to examine any of the Contractor's books, ledgers, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts and transcriptions. B. The Contractor agrees to include in first -tier subcontracts under this contract a clause substantially the same as subparagraph 1.12.7.A above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000. C. The right to access and examination of records in subparagraph 1.12.7.A shall continue until disposition of any mediation, claims, litigation or appeals. 1.12.8 NO DAMAGES FOR DELAY: No claim for damages or any claim, other than for an extension of time shall be made or asserted against Village by reason of any delays. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation or any kind from Village for direct, indirect, consequential, impact or other costs, expenses or damages, including by not limited to, cost of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. Contractor shall be entitled only to extensions of the Contract Time as the sole exclusive remedy for such resulting delay. Notwithstanding the above, and in accordance with the requirements of Article 12 of the General Conditions, the Contractor shall be granted an extension of time and suspension of liquidated damages for any delay beyond the control of the Contractor: Should any delay, disruption, interference or hindrance be cause by the Village, for a continuous period or cumulative period of thirty (30) days, the Contractor may terminate the Contract upon seven days written notice to the Village. 1.12.9 PUBLIC ENTITY CRIMES AFFIDAVIT: Contractor shall comply with Section 287.133, Florida Statues, (Public Entity Crimes Statue) notification of which is hereby incorporated herein by reference, including execution of any required affidavit. ; 1.12.10 INDEMNIFICATION: Project 01-1588.00 00500-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Contractor shall indemnify and hold harmless Village, Village's officers and employees and Village's Project Engineer and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful conduct of Contractor and persons employed or utilized by Contractor in the performance of the Agreement. 1.12.11 CAPITALIZED TERMS: Capitalized terms shall have their plain meaning as indicated herein. 1.12.12 INDEPENDENT CONTRACTOR: The Contractor is an independent contractor under the Contract. Services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the Village. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures, applicable to services rendered under the Contract shall be those of the Contractor. 1.12.13 PAYMENT TO SUB -CONTRACTORS: Certification of Payment to Subcontractors: The term "subcontractor," as used herein, includes persons or firms furnishing materials or equipment incorporated into the work or stockpiled for which the Village made partial payment and firms working under equipment -rental agreements. The Contractor is required to pay all subcontractors for satisfactory performance of their Contracts before the Village will make a further progress (partial) payment. The Contractor shall also return all retainage withheld to the subcontractors within 30 days after the subcontractor's work is satisfactorily complete, as determined by the Village. Prior to receipt of any progress (partial) payment, the prime contractor shall certify that all subcontractors having an interest in the Contract were paid for satisfactory performance of their Contracts and that the retainage is returned to subcontractors within 30 days after satisfactory completion of the subcontractor's work. Contractor shall provide this certification in the form designated by the Village. The Village will not make any progress payments after the initial partial payment until the Contractor completes the Equal Opportunity monthly report, unless the Contractor demonstrate good cause for not making any required payments and furnishes written notification of any such good cause to both the Village and the affected subcontractors and suppliers. Within 30 days of the Contractor's receipt of the final progress payment or any other payments thereafter, except the final payment, the Contractor shall pay all subcontractors and suppliers having an interest in the Contract for all work completed and materials furnished. The Village will honor an exception to the above when the Contractor demonstrates good cause for not making any required payment and furnishes suppliers within 30 -day period. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: VILLAGE OF KEY BISCAYNE, FLORIDA, signing by and through its Village Manager authorized to execute same by Council action on the %S day of M &7 2007, and ,i4 .4 'o e°°t�vi rme"+ AL . signing by and through j 1 Q re s 1 44,0' , duly authorized to execute same. Project 01-1588.00 March 2007 Zone 1 and Zone 4 00500-8 Village of Key Biscayne APPROVED AS TO FORM AND LEGAL SUFFICIENC By: VILLAGE A This ( day of . ../1.),1 t- , 2007. VILL • . 1F KEY BISCAYNE, FLORIDA By: ge Manager Project 01-1588.00 00500-9 Village of Key Biscayne March 2007 Zone 1 and Zone 4 CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION FORMAT, AS APPLICABLE. ATTEST: (Secreta (Corporate Seal) /4' This 3/ day of , 2007. CONTRACTOR LJ1/0ma,-) 5e✓v/oe r a. By: (T . - Name/Title si: eabove) Project 01-1588.00 00500-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 71 •J Bond No. 104 924 826 SECTION 00610 PERFORMANCE BOND STATE OF FLORIDA) ss COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that METRO EQUIPMENT SERVICE, INC. 9425 Sunset Drive Miami, FL 33173 (305) 598-7741 as Principal, hereinafter called CONTRACTOR, and Travelers Casualty and Surety Company of America; One Tower Square, Hartford, CT 06183 (860) 277-1561 as Surety, hereinafter called Surety, are held and firmly bound unto the Village of Key Biscayne, as Obligee, hereinafter called OWNER, in the amount of Five Million Nine Hundred Ninety Eight Thousand Six Hundred Fifty Eight and No/100 Dollars ($ 5,998,658.) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has by written agreement dated , 20 , entered into a Contract with OWNER for: The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade in accordance with Drawings and Specifications prepared by Post, Buckley, Schuh & Jernigan, Inc., which Contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall. in all respects promptly and faithfully perform and comply with the terms and conditions of said Contract and his obligations thereunder and shall indemnify the OWNER and the ENGINEER and save either or all of them harmless against and from all costs, expenses and damages arising from the performance of said Contract or the repair of any work thereunder, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, in accordance with the following terms and conditions: A. The Principal and Surety jointly and severally agree to pay the OWNER any difference between the sum to which the said Principal would be entitled on the completion of the Project 01-1588.00 00610-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Contract, and that sum which the OWNER may be obliged to pay for the completion of said work by. Contract or otherwise, and any damages, direct or indirect or consequential, which the said OWNER may sustain on account of such work, or on account of the failure of said CONTRACTOR to properly and in all things, keep and execute all of the provisions of said Contract. B. And this Bond shall remain in full force and effect for a period of one (1) year from the date of acceptance of the project by the OWNER and shall provide that the CONTRACTOR guarantees to repair or replace for said period of one (1) year all work performed and materials and equipment furnished that were not performed or furnished according to the terms of the Contract, and shall make good, defects thereof which have become apparent before the expiration of said period of one (1) year. If any part of the project, in the judgment of the OWNER, for the reasons above stated needs to be replaced, repaired or made good during that time, the OWNER shall so notify the CONTRACTOR in writing. If the CONTRACTOR refuses or neglects to do such work within five (5) days from the date of service of such Notice, the OWNER shall have the work done by others and the cost thereof shall be paid by the CONTRACTOR or his Surety. C. And the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive Notice of any change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. D. The surety represents and warrants to the OWNER that they have a Best's Key Rating Guide General Policyholder's Rating of " A+ " and Financial Category of "Class Xv Project 01-1588.00 00610-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 20 , A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: Metro Equipment Service, Inc. I (Affix Signature of Authorized Seal) Officer Jorge L. Godoy, President Title 9425 Sunset Drive Business Address Miami, Florida 33173 City State SURETY: Travelers Casualty and Surety Company of America Corpoygte Surety ,D. Adtht-• (Affix Attorney -in -Fact Seal) Charles D. Nielson One Tower Square Business Address Hartford, Connecticut 06183 City State Nielson, Alter & Associates Name of Local Insurance Agency Project 01-1588.00 00610-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 CERTIFICATES AS TO CORPORATE PRINCIPAL I, -3Otrr. L Go l o y , certify that I am the Secretary of the Corporation named as Principal in the within bond; that �oYq� L 6-0c145/ y who signed the said bond on behalf of the Principal, was then Piesi cled/ieccc/ -t �� id Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Corporate Secretary Seal STATE OF FLORIDA ) ss COUNTY OF Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Charles D. Nielson to me well known, who being by me first duly sworn upon oath, says that he is the Attorney -in -Fact, for the Travelers Casualty and Surety Company and that he has been authorized by them to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the village of Key Biscayne Subscribed and sworn to before me this 31st day of May , 007, A.D. of America (Attach Power of Attorney) r . . Notary Public State of Florida Gloria McClure ''ar PP Expires ommission D633179 03/27/20 Project 01-1588.00 March 2007 ary Public St.' e of Florida -at -Large My Commission Expires: March 27, 2011 END OF SECTION 00610-4 Village of Key Biscayne Zone 1 and Zone 4 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney -In Fact No. 218020 Certificate No. (l 1 1 4 6 8 0 2 1 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State ofNewYork, that St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, Warren M. Alter, and David R. Hoover of the City of Miami Lakes , State of Florida , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law 22nd IN WITNESS WHEREOF, the Compapuey,.have caused this instrument to be signed and their corporate seals to be hereto affixed, this rebruary G U / day of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Connecticut City of Hartford ss By St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company J 9 no porboi, '' na t�.SEAL a) o a�/ Georg e(WJ Thompson, enior ice President 22nd February 2007 On this the day of , . before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440-8-06 Printed in U S A Marie C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect. reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undei taking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney of to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed the seals of said Companies this day of , 20 Kori M JohansdulAssistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www stpaultravelersbond corn Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Bond No. 104 924 826 SECTION 00620 PAYMENT BOND STATE OF FLORIDA) ss COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that METRO EQUIPMENT SERVICE, INC. 9425 Sunset Drive Miami, FL 33173 (305) 598-7741 as Principal, hereinafter called CONTRACTOR and Travelers Casualty and Surety Company of America; One Tower Square, hartrota, CT 06183 (860) 277-1561 as Surety, hereinafter called Surety, are held Village of and firmly bound unto the Key Biscayne , as Obligee, hereinafter called OWNER, in the amount of Five Million Nine Hundred Ninety Eight Thousand Six Hundred Fifty Eight and No/100 Dollars ($ 5,998, 658.) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has by written agreement dated , 20 , entered into a Contract with OWNER for: The Village of Key Biscayne Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade in accordance with Drawings and Specifications prepared by Post, Buckley, Schuh & Jernigan, Inc., which Contract is by reference made a part hereof and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall promptly make payments to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: A. A claimant is defined as any person supplying the Principal with labor, material, and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in Section 713.01 of the Florida Statutes. B. The above named Princippal and Surety hereby jointly and severally agree with the OWNER that every claimant as herein defined, who has not been paid in full before the expiration of a Project 01-1588.00 00620-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The OWNER shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant, other than one having a direct Contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to this bond for protection. 2. Unless claimant, other than one having a direct Contract with the Principal, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefor. 3. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. 4. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. D. The Principal and the Surety jointly and severally, shall repay the OWNER any sum that the OWNER may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. E. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications applicable thereto shall in any wise affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. F. The Surety represents and warrants to the OWNER that they have a Best's Key Rating Guide General Policyholder's rating of " A+ " and Financial Category of "Class xv )1 Project 01-1588.00 00620-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this day of 20 , A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: Metro Equipment Service, Inc. WITNESS: Project 01-1588.00 March 2007 (Affix Sig+► . re of Auth.rize. Seal) cer orge L. Godoy, President Title 9425 Sunset Drive Business Address Miami, Florida 33173 City SURETY: Travelers Casualty and Surety Company of America Attorney -in -Fact Charles D. Nielson Seal) One Tower Square State Business Address Hartford, Connecticut 06183 City Nielson, Alter & Associates State Name of Local Insurance Agency 00620-3 Village of Key Biscayne Zone 1 and Zone 4 CERTIFICATES AS TO CORPORATE PRINCIPAL I, orq� L-- (-6 Joy , certify that I am the Secretary of the Corporation named as Principal in the within bond; that Jro C�. L Go cloy o who signed the said bond on behalf of the Principal, was then Rey den., -/v�ec (o f said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. STATE OF FLORIDA ) ss COUNTY OF Corporate Seal Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared Charles D. Nielson to me well known, who being by me first duly sworn upon oath, says that he is the Attorney -in -Fact, for the Travelers Casualty and Surety Company of America and that he has been to execute the foregoing bond on behalf of the authorized by them CONTRACTOR named therein in favor of the village of Key Biscayn Subscribed and sworn to before me this 31st day, ' May (Attach Power of Attorney) Project 01-1588.00 March 2007 Notary Public State of Florida $' o Gloria McClure c a My Commission DD633179 or 0' Expires 03/27/2011 ary Public State of Florida -at -Large , 2007, A.D. My Commission Expires: March 27, 2011 END OF SECTION This bond is given to comply with section 255.05 Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 00620-4 Village of Key Biscayne Zone 1 and Zone 4 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY V TRAVELERS Attorney -In Fact No. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 218020 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 014 6 8 0 2 8 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, Warren M. Alter, and David R. Hoover of the City of Miami Lakes , State of Florida , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of February 2007 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of Connecticut City of Hartford ss By 22nd St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ) G 414:,-, 3 W ,pRPOFq r, C'jn `,SEAL D i ce President On this the 22nd day of February 2007 , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440-8-06 Printed in U S A (�JLtd+ C. S Marie C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company. St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, of conditional undertaking, and any of said officers or the Board of Directois at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the powei prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be salid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company. St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of , 20 Kori M Johansdu/Assistant Secretary To venfy the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www stpaultravelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER equipment used in connection with work done for the Owner. 4. Contractual Liability 5. Damage caused by explosion, collapse, or structural injury, and damage to underground utilities. 6. Products/Completed Operations 7. Owners and Contractors Protective Liability 8. Personal Injury Liability 9. Excess Liability applies excess of: (a) Employers' Liability (b) Comprehensive General Liability (c) Comprehensive Automobile Liability TYPES OF POLICY Workers' Compensation Employers' Liability Comprehensive Auto Liability Comprehensive General Liability Excess Liability Other FORMS OF COVERAGE Bodily Injury Bodily Injury Disease Disease Combined Single Limit BI/PD Bodily Injury Property Damage OR Combined Single Limit BI/PD Combined Single '. Limit BI/PD LIMITS OF LIABILITY Statutory Each Accident Each Person Policy Limit Each Accident Each Occurrence Aggregate Each Occurrence Aggregate Each Occurrence Aggregate Project 01-1588.00 00650-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 00650 CERTIFICATE OF INSURANCE THIS IS TO CERTIFY THAT THE Insurance Company Address of has issued policies of insurance, as described below and identified by a policy number, to the insured named below; and to certify that such policies are in full force and effect at this time. It is agreed that none of these policies will be cancelled or changed so as to affect the interest(s) of the Village of Key Biscayne, (hereinafter sometimes called the OWNER) until thirty (30) days after written notice of such cancellation or change has been delivered to the ENGINEER. Insured: Address: Status of Insured Corporation Partnership Individual Location of Operations Insured: Description of Work: INSURANCE POLICIES IN FORCE Forms of Coverage Policy Number Expiration Date Worker's Comp./Employers' Liability Comprehensive Auto Liability Comprehensive General Liability Excess Liability Other (Please specify type) POLICY INCLUDES COVERAGE FOR: (YES/NO) 1. Additional Insured: VILLAGE OF KEY BISCAYNE, POST BUCKLEY SCHUH AND JERNIGAN, INC., CORZO CASTELLA CARBALLO THOMPSOM SALMAN, P.A., AND JOSE G. LOPEZ, P.E. 2. Liability under the United States Longshore- men's and Harbor Workers' Compensation Act. 3. All owned, hired, or nonowned automotive Project 01-1588.00 00650-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 PRODUCER InSource, Inc. 9500 South Dadeland Blvd.,#200 P.O. Box 561567 Miami FL 33256-1567 Phone:305-670-6111 Fax:305-670-9699 INSURED Metro Equipment Service, Inc. 9425 Sunset Drive, Suite 225 Miami FL 33173 COVERAGES ACORD, CERTIFICATE OF LIABILITY INSURANCE CSR DATEiMMIDD/YYYY) METRO -22 05/01/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE IN:,UHi:UU A ' IN;-.IJHEI-< IJ INSURER C INSURER U JINSURI N F annpoi tat ic»r Indus duce CO. Tianscontluental insurance Co. Valley Forge Insurance Co. Amoaicaa Guarantee & Liability Greenwich Insurance Co. NAIC # 20494 20486 20508 26247 I NF POLICIES or INSURANCE LISTED BELOW HAVE BEEN ISSUED IU T H0INSURED NAMED ABOVE- f OR THE POI ICY PERIOD INDICATED ANY REQUIREMENT IERM OR CONDITION Of ANY CONTRAC I OR O111LE DOCUMEN I WITH RI -SPEC' 10 V41110111 HIS CER III-ICATE MAY MAY PERTAIN, 1110 INSURANCE AFFORDED BY FHEE POLICIES DLSCHIBEC: HEREIN IS SIJBJFC I 10 Al I I HI_ T IRE'S, E-XCLLISION.S ANU CONDIT POLICIES AG(,RE_GAT F- L IMI•sS SHOWN MAY HAVE BEEN REDUCEII 10 PAD CLAIMS INSR ADM; POLICY NUMBER I POL ICV Ef FCCIIVE POLCY E1rPIRA'flbN LTR INSRD TYPE OF INSURANCE 1 I DATE (MM/DDIYY) ' DATE (MM/DD/YY) NOTWITHSTANDING BE ISSUED OR IONS OF SUCH LIMITS A X • GENERAL X I GENT LIABILITY COMMFF2I",1.11 GENLRAI_IIAAlllll' CLAIMS MADE : X , OCCUR AGGREGAI E LIMIT APPLIES PER POLICY IX I i i, I I LOC I 2078396389 08/08/06 08/08/07 i I I I I I EACH OCCURRENCE '51000000 iJAMAGE DAMAGE -10 RFN I E (J - PREMISES (Ea ri:culence) S 100000 I MED D.I(Am, one person) I S 5 000 PERSONAL & ADV INJURY $1000000 GENERAL AGGREGAIE. PRODUCTS • COMP/OP AGG $ 2000000 $ 2 0 0 0 0 0 0 $ I i I AUTOMOBILE _ X X X I LIABILITY ANY AUTO ALI OWNED AU 1011 SCHEUULECIAllIOS HIRED AUTOS NON -OWNED AU I OS _-- -- - , I i 2067525937 08/08/06 i 08/08/07 ; I I J COMBINED SINGLE LIMI I (Faaccident) BUD!' Y 114.11 111Y (Pm pe,srnr) BODILY INJURY (Per accident) PROPER I Y DAMAGE (Per ocudeN) S 1 0 0 0 O O O I $ $ $ GARAGE LIABILITY i I ANYAUIU 1 I ! f i � AUTO ONLY - EA ACCIDENT LA ACC OTHER THAN AUTO ONLY ACC, EACH OCI,URRENCL AGGREGATE — - - - -- $ - ___ _ S _ S $4000000 $ 4000000 D EXCESS/UMBRELLA LIABILITY X 1 OCCUR i I CLAIMS MADE IDI_DLJC11H)C .X i RETENTION $10000 � AUC9138989'•00 I 08/08/06 I 08/08/07 S -S . S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY C ' 2083474182 06/26/06 i 06/26/07 ANY PROPRIETOR/PAR INFH/EXECUTIVE , OFF-ICER/MI:MBEREXCLUDED'/ I II'/r_s desenbr under ' SPECIAL PROVISIONS below L I 1NC S FA I U- I 10TI1- X I TORY LIMITS T F:I EACII ACCIDENT 5;500000 - -- - - - E L UISLASE- I-ALMI'LOlt-F $500000 - _ _ E L DISEASE - POLICY I IMIT $ 5 0 0 0 0 0 E OTHER Pollution Liab PEC00197131 12/01/06 12/01/071 Occurr 1000000 Aggreg 1000000 DESCRIPTION OF OPERATIONS) LOCATIONS/ VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *10 days notice issued for non payment of premium: Village of Key Biscayne, Post Buckley, Schuh & Jernigan, Inc., CorzO Castella Carballo, Thompson Salman, P.A. and Jose G. Lopez, PE. are listed as Additional Insured with respects to General Liability: CERTIFICATE HOLDER CANCELLATION VILL012 Village of Key Biscayne Attn:Building & Zoning Dept 88 West McIntire Street Key Biscayne FL 33149 SHOULD ANY OF T HF ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE tHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL * 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON 1HE INSURER, ITS AGENTS OR REPRESEN I ATIVES AUTHORIZED R -P ESENTATIVE / ACORD 25 (2001/08) ZO0 E INH Id I IIHd O L]2T ®ACORD CORPORATION 1988 ZbLL86S50E XVd 60:60 L00Z/t0/90 The Insurance Company hereby agrees to deliver, within ten (10) days, two (2) copies of the above policies to the OWNER when so requested. NOTE: Entries on this certificate are limited to the Authorized Agent or Insurance Company Representative. Date (SEAL) Insurance Company Issued at Authorized Representative Insurance Agent or Company - Send original and one copy to: Village Manager Village of Key Biscayne 88 West McIntyre Street Key Biscayne, Florida 33149 END OF SECTION Project 01-1588.00 00650-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 00700 GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda: Written or graphic instruments issued prior to the opening of Bids that clarify, correct, or change the Bidding Requirements or the Contract Documents. 1.2 Agreement: The written contract between OWNER and CONTRACTOR covering the Work to be performed, Contract Price, Contract Time and other requirements; other contract documents are attached to the Agreement and made a part thereof as provided therein. 1.3 Application for Payment: The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4 Asbestos: Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5 Bid: The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6 Bidding Documents: The Contract Documents as existing at time of Bid. 1.7 Bidding Requirements: The Advertisement for Bids, Instructions to Bidders, the Proposal, and the Bid Bond Form. 1.8 Bonds: Bid, performance and payment bonds and other instruments of security. 1.9 Change Order: A document recommended by the ENGINEER that is signed by CONTRACTOR and OWNER and directs or authorizes an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1 10 Contract Documents: The Advertisement for Bids, Instructions to Bidders, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post -Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5 and 3.6 on pr after the Effective Date of the Agreement. Project 01-1588.00 00700-1 Village of Key Biscayne March 2007 Zone land Zone 4 Contract Price: The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1, in the case of Unit Price Work). 1.12 Contract Times: The numbers of days (computed as provided in paragraph 16.2) or the dates stated in the Agreement (i) to achieve Substantial Completion and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13 CONTRACTOR: The person, firm, or corporation with whom OWNER has entered into the Agreement. 1.14 Defective: An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15 Drawings: The Drawings which indicate the character, extent, and scope of the Work to be performed by the CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. 1.16 Effective Date of the Agreement: The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17 ENGINEER: The person, firm, or corporation named as such in the Agreement, or as otherwise designated by the OWNER. 1.18 ENGINEER's Consultant: A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19 Field Order: A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or Contract Times. 1.20 General Requirements: Sections of Division 1 of the Specifications. 1.21 Hazardous Waste: The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.22 Laws and Regulations: Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.23 Liens: Charges, security interests or encumbrances upon real property or personal property. 1.24 Milestone: A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. Project 01-1588.00 00700-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.25 Notice of Award: The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26 Notice to Proceed: A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR's obligations under the Contract Documents. 1.27 OWNER: The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. 1.28 Partial Utilization: Use by OWNER of a substantially completed portion of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29 PCBs: Polychlorinated biphenals. 1.30 Petroleum: Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 1.31 Project: The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32 Project Manual: The title of the bound documentary information prepared for a construction project and includes bidding requirements, conditions of contract and product specifications. 1.33 Radio Active Material: Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.34 Resident Project Representative: The authorized representative of ENGINEER or OWNER who may be assigned to the site or any part thereof. 1.35 Samples: Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.36 Shop Drawings: All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR to illustrate some portion of the Work, including illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other such information furnished by manufacturers and suppliers, and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Shop drawings are not Drawings as so defined and are not Contract Documents. 1.37 Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative,details applicable thereto. Project 01-1588.00 00700-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.38 Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.39 Substantial Completion: The degree of completion at which, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, the Work (or a specified part thereof) is sufficiently complete, that it can be utilized for the purposes for which it is intended; or if there be no such certificate issued, when Work is complete and ready for fmal payment as evidenced by ENGINEER's written recommendation of fmal payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.40 Supplementary Conditions: The part of the Contract Documents which amends or supplements these General Conditions. 1.41 Supplier: A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or any Subcontractors to furnish materials or equipment to be incorporated in the WORK by CONTRACTOR or Subcontractor. 1.42 Underground Facilities: All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, catch basins, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the' following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.43 Unit Price Work: Work to be paid for on the basis of unit prices. 1.44 Work: The entire completed construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing services, furnishing labor, furnishing and incorporating materials and equipment into the construction, and furnishing services and documents all as required by the Contract Documents. 1.45 Work Change Directive: A written directive to CONTRACTOR, recommended by ENGINEER and signed by OWNER, issued on or after the Effective Date of the Agreement ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2 1.46 Written Amendment: A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. Project 01-1588.00 00700-4 Village of Key Biscayne March 2007 Zone land Zone 4 ARTICLE 2 - PRELIMINARY MATTERS Delivery of Bonds and Insurance Certificates 2.1 When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. The executed Agreements shall also be accompanied by certificates showing the existence of insurance (and other evidence of insurance required by OWNER and/or the Contract Documents) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.3 and 5.4. Copies of Documents: 2.2 OWNER will furnish to CONTRACTOR up to five copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times - Notice to Proceed 2.3 The Contract Times will commence to run on the date indicated in the Notice to Proceed. Unless otherwise specified in the Supplementary Conditions, a Notice to Proceed will be issued to the CONTRACTOR within thirty days after the Effective Date of the Agreement and the starting date indicated therein will not be later than the sixtieth day after the Effective Date of the Agreement. Starting the Work 2.4 CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no work shall be done at the site prior to that date. Before Starting Construction 2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall be liable for failure to report to OWNER or ENGINEER any conflict, ambiguity or discrepancy in the Contract Documents, or other such conditions of the Work which CONTRACTOR knew or reasonably should have known. Preconstruction Submittals 2.6 Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1 a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents. Project 01-1588.00 00700-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2.6.2 a preliminary schedule of Shop Drawing and Sample submittals, listing each required submittal and times for submitting, reviewing, and processing such submittal; 2.6.3 a preliminary schedule of values for all of the Work that shall include quantities and prices of items aggregating the Contract Price and shall subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices shall include an appropriate amount of overhead and profit applicable to each item of Work. Preconstruction Conference 2.7 Before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules referred to in paragraph 2.6, to discuss procedures for handling Shop Drawings and other submittals, for processing Applications for Payment, for maintaining required records and to establish a working understanding among the parties as to the Work. Acceptable Schedules 2.8 Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to review for ENGINEER's acceptability of and to finalize the schedules submitted in accordance with paragraph 2.6. The CONTRACTOR shall make required corrections and adjustments and resubmit the schedules. No Application for Payment will be accepted and no progress payment made to CONTRACTOR until the schedules are submitted and acceptable to ENGINEER as provided below. The progress schedule shall be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from full responsibility therefor. The progress schedule shall show a completion date corresponding to the times or dates stated in the Agreement and described in paragraph 1.12. The schedule of Shop Drawing and Sample submissions shall be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals. The schedule of values shall be acceptable to ENGINEER as to form and substance. ARTICLE 3 - CONTRACT DOCUMENTS; INTENT, AMENDING, REUSE Contract Documents 3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. Intent 3.2 It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for. Project 01-1588.00 00700-6 Village of Key Biscayne March 2007 Zone land Zone 4 When words or phrases which have a well-known technical, construction industry, or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3 Standards, Standard Specifications and Conflicts Therewith 3.3.1 Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2 If, during the performance of the Work, CONTRACTOR discovers any conflict, ambiguity or discrepancy in the Contract Documents, or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work, or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall so report to ENGINEER in writing at once and shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6, provided, however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3 Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1 The provisions of any standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents), 3.3.3.2 Or the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.3.4 Except as otherwise specifically stated in the Contract Documents, or as may be provided by amendment or supplement thereto, the Agreement shall take precedence over all Contract Documents. In resolving any conflict, inconsistency, ambiguity, or discrepancy among the provisions of the various component documents of the Contract Documents, the various documents shall be given precedence as follows: Agreement Modifications, Agreement, Addenda, Technical Specifications, Supplementary Conditions, General Conditions, and then Drawings. In the event of inconsistencies in the same order of precedence, the item or Work of better quality and/or meeting the more stringent requirements will be required. Full size details shall take precedence over scale drawings and large-scale drawings shall take precedence over small-scale drawings. Dimensions given in figures shall take precedence over scaled dimensions. Actual job dimensions shall take precedence over scale and figure dimensions on the Drawings. Project 01-1588.00 00700-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.3.5 No provision of any referenced standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER, or any of ENGINEER's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Definitions of Terms 3.4 Whenever in the Contract Documents the term "as ordered", "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgement of ENGINEER as to the Work, it is intended that such requirement, direction, review, or judgement will be solely to evaluate, in general, the completed Work for compliance with requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending Contract Documents 3.5 The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1 a formal Written Amendment, 3.5.2 a Change Order (pursuant to paragraph 10.4), or 3.5.3 a Work Change Directive (pursuant to paragraph 10.1). Supplementing Contract Documents 3.6 The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1 a Field Order (pursuant to paragraph 9.5), 3.6.2 ENGINEER's approval of a Shop Drawing or sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3 ENGINEER's wn'nten interpretation or clarification (pursuant to paragraph 9.4). Project 01-1588.00 00700-8 Village of Key Biscayne March 2007 Zone land Zone 4 Reuse of Documents 3.7 CONTRACTOR, or any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall neither have nor acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and they shall not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands 4.1 OWNER will furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way, and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. Upon reasonable written request, OWNER will furnish CONTRACTOR with a correct statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER'S interest therein as necessary for giving notice of or filing a mechanic's lien against such lands in accordance with applicable Laws and Regulations. OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of -way or easements, CONTRACTOR may make a claim therefor as provided m Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions 4.2.1 Reports and Drawings: Reference is made to the Supplementary Conditions for identification of: 4.2.1.1 Reports of Subsurface Conditions Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparation of the Contract Documents. 4.2.1.2 Drawings of Physical Conditions: Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparation of the Contract Documents. 4.2.2 Limited Reliance on Reports and Drawings: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Project 01-1588.00 00700-9 Village of Key Biscayne March 2007 Zone land Zone 4 CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2.1 the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2.2.2 other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3 any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3 Notice of Differing Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed is of such a nature as to establish that: 4.2.3.1 any technical data on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2 it requires a change in the Contract Documents, or 4.2.3.3 it differs materially from that shown or indicated in the Contract Documents, or 4.2.3.4 it differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about the inaccuracy or difference. CONTRACTOR shall not further disturb such conditions or perform any work in connection therewith (except as aforesaid) until receipt of a written order to do so. 4.2.4 ENGINEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional explorations or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5 Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required because of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Directive Change or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6 Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Time, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of, or time required for performance of the Work, subject, however, to the following: Project 01-1588.00 March 2007 Zone land Zone 4 00700-10 Village of Key Biscayne Project 01-1588.00 March 2007 4.2.6.1 such condition must meet any one or more of the categories described in paragraph 4.2.3; 4.2.6.2 a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3 with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4 CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1 CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6,4.2 the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3 CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement lo or as to the amount or length of any such equitable adjustment in Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3 Physical Conditions -- Underground Facilities 4.3.1 Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1 OWNER and ENGINEER will not be responsible for the accuracy or completeness of any such information or data; and, 4.3.1.2 The cost ,of all of the following shall be included in the Contract Price and the CONTRACTOR shall have full responsibility for (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such 00700-11 Village of Key Biscayne Zone land Zone 4 Underground Facilities during construction, and (iv) the safety and protection of all such underground facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2 Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility to determine the extent, if any, to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. Reference Points 4.4 OWNER will provide engineering surveys to establish reference points for construction that in ENGINEER's judgement are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the Contract Documents), shall protect and preserve the established reference points and shall make no changes or relocations without prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grade or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material: 4.5.1 OWNER will be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER will not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom CONTRACTOR is responsible. 4.5.2 CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by paragraph 6.23), and (ii) notify OWNER and ENGINEER (and thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. CONTRACTOR will not be required to resume Work in connection with such hazardous condition or in any such affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or the Project 01-1588.00 00700-12 Village of Key Biscayne March 2007 Zone land Zone 4 amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. 4.5.3 If after receipt of such special written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then OWNER may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. 4.5.4 To the fullest extent permitted by Laws and Regulations, OWNER will indemnify and hold harmless CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.5.4 shall obligate OWNER to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. 4.5.5 The provisions of paragraphs 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5 - BONDS AND INSURANCE Performance, Payment and Other Bonds 5.1 CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed by the Contract Documents except as provided otherwise by Laws and Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit staff, Bureau of Government Financial Operations, U.S. Department of Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. Such agent shall be resident in the County where the Project is located or in such other Counties that are acceptable to OWNER. Project 01-1588.00 00700-13 Village of Key Biscayne March 2007 Zone land Zone 4 Bond and Surety Substitution 5.2 If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER 5.3 Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1 All Bonds and insurance required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. 5.3.2 All surety companies furnishing bid, performance, payment, or other type of bonds shall meet the following requirements: 5.3.2.1 The Surety shall be rated as "A" or better as to General Policyholders Rating and Class X or better as to Financial Category by Best's Key Rating Guide, published by Alfred M. Best Company, Inc., of 75 Fulton Street, New York, New York, 10038. 5.3.2.2 The bonding limit of the Surety shall not exceed ten percent (10%) of the policyholder surplus (capital and surplus) as listed by the aforementioned Best's Key Rating Guide, on any one risk (penalty or amount of any one bond). 5.3.2.3 The Surety shall be subject to approval by the OWNER and may be rejected without cause, in the same manner that bids may be rejected. 5.3.2.4 Policy Holders Surplus shall be ten (10) times the amount of any one bond. 5.3.2.5 Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.3 CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CON TRACTOR is required to purchase and maintain in accordance with paragraph 5.4. CONTRACTOR's Liability Insurance 5.4 CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1 Claims under workers' compensation, disability benefits, and other similar employee benefit acts; Project 01-1588.00 00700-14 Village of Key Biscayne March 2007 Zone land Zone 4 5.4.2 Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.4.4 Claims for damages insured by customary personal injury liability coverage which are sustained (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5.4.5 Claims for damages other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; 5.4.6 Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The policies of insurance required by this paragraph 5.4 shall: 5.4.7 with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8 include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplementary Conditions, or required by Laws and Regulations, whichever is greater; 5.4.9 include completed operations insurance; 5.4.10 include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11 contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and ENGINEER by certified mail; 5.4.12 remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; 5.4.13 maintain such completed operations insurance in effect for at least two years after final payment and furnish OWNER with evidence satisfactory to OWNER of continuation of such insurance at final payment and one year thereafter. Property Insurance Project 01-1588.00 00700-15 Village of Key Biscayne March 2007 Zone 1 and Zone 4 5.5 Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain property insurance upon the Work at the site in the amount of the full replacement cost thereof This insurance shall: 5.5.1 include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 5.5.2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils as may be specifically required by the Supplementary Conditions; 5.5.3 include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 5.5.4 cover materials and equipment stored at the site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5.5.5 be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and ENGINEER with thirty days written notice to each other additional insured to whom a certificate of insurance has been issued. Boiler and Machinery Insurance 5.6 Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. Notice of Change 5.7 All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraphs 5.5 and 5.6 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with paragraph 5.8. Project 01-1588.00 00700-16 Village of Key Biscayne March 2007 Zone land Zone 4 5.8 Waiver of Rights 5.8.1 OWNER and CONTRACTOR intend that all policies purchased in accordance with paragraphs 5.5 and 5.6 will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance payable under any policy so issued. 5.8.2 In addition, OWNER waives all rights against CONTRACTOR, Subcontractor., ENGINEER, ENGINEER's Consultants, and the officers, directors, employees and agents of any of them, for: 5.8.2.1 loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to OWNER's property or the Work caused by, arising out of or resulting from fire or other peril; and 5.8.2.2 loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof during partial utilization pursuant to paragraph 14.10, after substantial completion pursuant to paragraph 14.8 or after final payment pursuant to paragraph 14.13. Any insurance policy covering any loss, damage or consequential loss referred to in this paragraph 5.8.2 shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Acceptance of Bonds and Insurance 5.9 If OWNER has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, OWNER will so notify CON TRACTOR in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.1. CONTRACTOR shall provide to the OWNER such additional information in respect of insurance provided as the OWNER may reasonably request. If CONTRACTOR fails to correct the deficiency and does not purchase and maintain all of the Bonds and insurance required of the CONTRACTOR by the Contract Documents, then the OWNER, without prejudice to any other right or remedy, may elect to obtain equivalent Bonds and insurance to protect OWNER's interests at the expense of the CONTRACTOR. Project 01-1588.00 00700-17 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Partial Utilization - Property Insurance 5.10 If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10, provided that no such use or occupancy shall commence before the insurers have acknowledged notice thereof and in writing effected the changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse because of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES Supervision 6.1. CONTRACTOR shall supervise, inspect, and direct the WORK competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, methods, technique, sequence, or procedure of construction that is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. Superintendent 6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent shall be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON IRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor and Work Hours 6.3 CONTRACTOR shall provide competent, suitably, qualified personnel to survey and lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours (7:00 a.m. to 4:30 p.m.), and CONTRACTOR shall not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. Responsibility for Materials and Equipment 6.4 Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary Project 01-1588.00 00700-18 Village of Key Biscayne March 2007 Zone 1 and Zone 4 facilities and all other facilities and incidentals necessary for the furnishing, perfonnance, testing, start-up and completion of the Work. Quality of Materials and Equipment 6.5 All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents. Progress Schedule 6.6 CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.8 as it may be adjusted from time to time as provided below: 6.6.1 CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.8) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments shall conform generally to the progress schedule then in effect and additionally will comply with any provision of the General Requirements applicable thereto. 6.6.2 Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7 Substitutes or "Or -Equal" Items 6.7.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or equal" item or no substitution is permitted, other items of material or equipment or materials or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1 "Or -Equal": If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. Project 01-1588.00 00700-19 March 2007 Village of Key Biscayne Zone land Zone 4 CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by ENGINEER will include the following as supplemented in the General Requirements: ENGINEER will not accept Requests for review of proposed substitute items of material or equipment from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available mairitenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3 CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or equal" or substitute item shall be at CONTRACTOR's expense. 6.7.2 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique, or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3 ENGINEER's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutions proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with Project 01-1588.00 00700-20 Village of Key Biscayne March 2007 Zone 1 and Zone 4 OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's consultants for evaluating each such proposed substitute item. 6.8 Employment of Subcontractors, Suppliers and Others 6.8.1 CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. 6.8.2 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) to be submitted to OWNER in advance of the specified date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute, the Contract Price will be adjusted by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9 Responsibility for Subcontractors, Suppliers and Others 6.9.1 CONTRACTOR shall be fully responsible to OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own Acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any monies due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.9.2 CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR. Project 01-1588.00 00700-21 Village of Key Biscayne March 2007 Zone land Zone 4 Scope of Subcontract Work 6.10 The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. Subcontractor Agreements 6.11 All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier that specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Patent Fees and Royalties 6.12 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device that is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER, ENGINEER's Consultants and officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, damages, losses, and expenses arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Permits 6.13 Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses, including revising Drawings and/or Specifications as required by the permitting agencies. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or if • there are no Bids on the Effective Date of the Agreement. CON TRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14 Laws and Regulations 6.14.1 CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2 If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages Project 01-1588.00 00700-22 Village of Key Biscayne March 2007 Zone land Zone 4 arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2. Taxes 6.15 CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Proj ect that are applicable during the performance of the Work. Use of Premises 6.16 CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, damages and losses arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. Control of Waste Materials 6.17 During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work CON TRACTOR shall remove all remaining waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. Loading or Stressing Completed Work 6.18 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents 6.19 CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order Project 01-1588.00 00700-23 Village of Key Biscayne March 2007 Zone land Zone 4 and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all Shop Drawings reviewed and found satisfactory for construction shall be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings shall be delivered to ENGINEER for OWNER. Final payment and acceptance of the project will be withheld until delivery of the documents is made to the ENGINEER. Safety and Protection 6.20 CONTRACTOR shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 6.20.1 all persons on the Work site who may be affected by the Work; 6.20.2 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3 other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss, and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). Safety Representative 6.21 CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Project 01-1588.00 00700-24 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Hazard Communication Programs 6.22 CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies 6.23 In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER or OWNER, is obligated to act to prevent threatened damage, injury or loss. CON 1'RAC'TOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24 Shop Drawings and Samples 6.24.1 CONTRACTOR shall submit Shop Drawings to ENGINEER for review in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.8). Shop Drawings shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the submittal. Shop Drawings submitted without this stamp or specific written indication will be returned without action. All submittals shall be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2 CONTRACTOR shall also submit Samples to ENGINEER for review in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample shall be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited purposes required by paragraph 6.26. The number of each Sample to be submitted shall be as specified in the Specifications. 6.25 Submittal Procedures 6.25.1 Before submitting each Shop Drawing or Sample CON TRACTOR shall have determined and verified: 6.25.1.1 all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto, 6.25.1.2 al'1 materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and Project 01-1588.00 00700-25 Village of Key Biscayne March 2007 Zone land Zone 4 6.25.1.3 all information relative to CONTRACTOR's responsibilities in respect of means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2 Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3 At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in written communication separate from the submittal, and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review of each such variation. Submittal Review 6.26 ENGINEER will review Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.8. ENGINEER's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate review of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. Shop Drawings and submittal data will be reviewed up to two times; thereafter all further review time will be charged to the CONTRACTOR. CONTRACTOR's Responsibility 6.27 ENGINEER's review of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has acted on each such variation by a specific written notation incorporated in or accompanying the Shop Drawing or Sample; nor will any action by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or from responsibility for complying with the provisions of paragraph 6.25.1. Project 01-1588.00 00700-26 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Work Performed Pnor to Review 6.28 Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals accepted by ENGINEER, as required by paragraph 2.8, any related Work performed prior to ENGINEER's review of the pertinent submittal will be at the sole expense and the sole responsibility of CONTRACTOR. Continuing the Work 6.29 CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. 6.30 CONTRACTOR's General Warranty and Guarantee 6.30.1 CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1 abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2 normal wear and tear under normal usage. 6.30.2 CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1 observations by ENGINEER; 6.30.2.2 recommendation of any progress or final payment by ENGINEER; 6.30.2.3 the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4 use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5 any acceptance by OWNER or any failure to do so; 6.30.2.6 any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7 apy inspection, test or approval by others; or 6.30.2.8 any correction of defective Work by OWNER. Project 01-1588.00 00700-27 Village of Key Biscayne March 2007 Zone land Zone 4 Indemnification 6.31 To the fullest extent permitted by Laws and Regulations CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, damages, losses and expenses, (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of, or resulting from the performance of the Work, provided that any such claim, cost, damage, loss or expense (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, its Subcontractors or Suppliers, or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Law and Regulations regardless of the negligence of any such person or entity. The CONTRACTOR and OWNER agree that One Thousand Dollars ($1,000.00) of the Contract Price payable by the OWNER to the CONTRACTOR for performance of the Work is the specific consideration for the indemnification provided herein. Obligation Not Limited by Employee Benefits Acts 6.32 In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representatives of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. ENGINEER's Errors and Omissions 6.33 The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER, ENGINEER's Consultants, officers, directors, agents, or employees caused by the professional negligence, errors, or omissions of any of them. Survival of Obligations 6.34 All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. Project 01-1588.00 00700-28 Village of Key Biscayne March 2007 Zone land Zone 4 ARTICLE 7 - OTHER WORK Related Work at Site 7.1 OWNER may perform other work related to the Project at the site with OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work. CONTRACTOR's Obligations 7.2 CONTRACTOR shall afford any other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. Inspection of Related Work by Others 7.3 If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's work. CON"1'RACTOR's failure to make such report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination 7.4 If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1 The person, firm, or organization that will have authority and responsibility for coordination of the activities among the various prime contractors will be identified, 7.4.2 The specific matters to be covered by such authority and responsibility will be itemized, 7.4.3 The extent of such authority and responsibilities will be provided. If the above is not provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. Project 01-1588.00 00700-29 Village of Key Biscayne March 2007 Zone land Zone 4 ARTICLE 8 - OWNER'S RESPONSIBILITIES Communication with CONTRACTOR 8.1 Except as otherwise provided in the Contract Documents, OWNER will issue all communications to CONTRACTOR through ENGINEER. Replacement of ENGINEER 8.2 In case of termination of the employment of ENGINEER, OWNER will appoint a person, firm, or corporation whose status under the Contract Documents shall be that of the former ENGINEER. Prompt Payments 8.3 OWNER will furnish the data required of OWNER under the Contract Documents promptly and will make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. Lands and Data 8.4 OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site which have been utilized by ENGINEER in preparing the Contract Documents. Change Orders 8.5 OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. Inspections and Tests 8.6 OWNER's responsibility in respect of certain inspections, tests, and approvals is set forth in paragraph 13.4. Suspension or Termination of Work 8.7 In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. Project 01-1588.00 00700-30 Village of Key Biscayne March 2007 Zone land Zone 4 Responsibilities Not OWNER's 8.8 The OWNER will not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of const ucl ion or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Hazardous Materials 8.9 OWNER's responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Materials uncovered or revealed at the site is set forth in paragraph 4.5. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative 9.1 ENGINEER (or ENGINEER's assistant or project representative at the site) will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site 9.2 ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe as an experienced and qualified design professional the progress and quality of the various aspects of the executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in substantial accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. Based on such visits and on -site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project 01-1588.00 00700-31 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Project Representation 9.3 If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority, and limitations thereon, of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations 9.4 ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications will be binding on OWNER and CONTRACTOR. If CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work 9.5 ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents that do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER, and on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. Rejecting Defective Work 9.6 ENGINEER will have authority to disapprove or reject Work that ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed, or completed. ENGINEER will notify the CONTRACTOR in writing of any disapproval and/or rejection. Shop Drawings and Samples 9.7 In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. Change Orders 9.8 In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11 and 12. Project 01-1588.00 00700-32 Village of Key Biscayne March 2007 Zone land Zone 4 Certification of Payments 9.9 In connection with ENGINEER's authority as to Applications for Payment, etc., see Article 14. Determination for Unit Prices 9.10 ENGINEER will verify and/or determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from such a decision and, within a further thirty days, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. Decisions on Disputes 9.11 ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles l 1 and 12 in respect of changes in the Contract Price or Contract Times shall be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matter shall be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of such occurrence or event giving rise thereto, and written supporting data shall be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of the claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and, within a further thirty days, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such decision, unless otherwise agreed in writing by OWNER and CON TRACTOR. Project 01-1588.00 00700-33 Village of Key Biscayne March 2007 Zone 1 and Zone 4 ENGINEER's Liability 9.12 When functioning as interpreter under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. 9.13 Limitations on ENGINEER's Responsibilities 9.13.1 Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them. 9.13.2 ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3 ENGINEER will not be responsible for the acts or omissions of CON TRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4 ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5 The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. Project 01-1588.00 00700-34 Village of Key Biscayne March 2007 Zone land Zone 4 ARTICLE 10 - CHANGES IN THE WORK OWNER's Option to Change Scope 10.1 Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions, or revisions will be authorized by a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved that shall be performed under the applicable conditions of the Contract Documents except as otherwise specifically provided. Within five (5) days after receipt of a Work Change Directive authorizing additions, deletions, or revisions to the Work, the CONTRACTOR shall submit therefor a price proposal and a proposal for adjustment of Contract Time, if any. Disagreement as to Adjustments 10.2 If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. Limits of Adjustments 10.3 CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23, or in the case of uncovering Work as provided in paragraph 13.9. Change Orders 10.4 OWNER and CONTRACTOR shall execute appropriate Change Orders (or Written Amendments) covering: 10.4.1 changes in the Work that are ordered by OWNER pursuant to paragraph 10.1, are required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or are agreed to by the parties: 10.4.2 changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3 changes in the Contract Price or Contract Times that embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order (or Written Amendment), an appeal maybe taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. Notification of Surety 10.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents including, but not limited to, Contract Price or Contract Times is required by the Project 01-1588.00 00700-35 Village of Key Biscayne March 2007 Zone land Zone 4 provisions of any Bond to be given to a surety, the giving of any such notice shall be CONTRACTOR's responsibility, and the amount of each applicable Bond shall be adjusted accordingly. ARTICLE 11 - CHANGES OF THE CONTRACT PRICE Contract Price 11.1 The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the Contract Price. Price Adjustment Procedure 11.2 The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence or event (unless ENGINEER allows an additional period of time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of said occurrence or event. ENGINEER shall determine all claims for adjustment in the Contract Price in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. Value of Price Adjustment 11.3 The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price shall be determined in one of the following ways: 11.3.1 Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit price to the quantities of the items involved (subject to the provisions of paragraphs 11.9.1 through 11.9.3, inclusive). 11.3.2 Where the Work involved is not covered by unit prices contained in the Contract Documents, by mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2.1). 11.3.3 Where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's Fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work Project 01-1588.00 00700-36 Village of Key Biscayne March 2007 Zone land Zone 4 11.4 The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5; 11.4.1 Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full time on the Work shall be apportioned based on their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits that shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays shall be included in the above to the extent authorized by OWNER. 11.4.2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CON TRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3 Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4 Cost of special consultants, including but- not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants, employed for services specifically related to the Work. 11.4.5 Supplemental costs including the following: 11.4.5.1 The proportion of necessary transportation, travel, and subsistence expenses of CON TRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2 Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the Project 01-1588.00 00700-37 Village of Key Biscayne March 2007 Zone land Zone 4 performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3 Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements, approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. Rental of CONTRACTOR's equipment at the site shall be for hours used only. Rental of non -owned equipment shall be the minimum rental costs plus costs of transportation, unloading, etc. for the day or period in which the equipment is used, plus the hours used beyond the minimum number included in the minimum rental costs. 11.4.5.4 Sales, consumer, use, or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5 Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6 Losses and damages and related expenses caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work, provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7 The cost of utilities, fuel, and sanitary facilities at the site. 11.4.5.8 Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the Work. 11.4.5.9 Cost of premiums for additional Bonds and insurance required because of changes in the Work. Cost of the Work Exclusions 11.5 The term Cost of the Work shall not include any of the following: Project 01-1588.00 00700-38 Village of Key Biscayne March 2007 Zone land Zone 4 11.5.1 Payroll costs and other compensation of CONTRACTOR's officers, executives, principals, general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4, all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. 11.5.2 Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3 Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4 Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same except for the cost of premiums covered by subparagraph 11.4.5.9 above. 11.5.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR's Fee 11.6 The CONTRACTOR's Fee allowed to CON TRACTOR for overhead and profit shall be determined as follows: 11.6.1 a mutually acceptable fixed fee; or 11.6.2 if a fixed fee is not agreed upon, a fee based on the following percentages of the various portions of the Cost of the Work; 11.6.2.1 for costs incurred under paragraphs 11.4.1 and 11.4.2, the CON 1RACTOR's Fee shall be fifteen percent; 11.6.2.2 for costs incurred under paragraph 11.4.3, the CONTRACTOR's Fee shall be five percent; 11.6.2.3 where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4 1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be Project 01-1588.00 00700-39 Village of Key Biscayne March 2007 Zone 1 and Zone 4 paid a fee of five percent of the amount paid to the next lower tier Subcontractor; 11.6.2.4 no fee shall be payable based on costs itemized under paragraphs 11.4.4, 11.4.5, and 11.5; 11.6.2.5 the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease; and 11.6.2.6 when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's Fee shall be computed based on the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.4 inclusive. Cost of the Work Records 11.7 Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5, CONTRACTOR shall establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances 11.8 It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1 The allowances include the cost to CONTRACTOR less any applicable trade discounts of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2 CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. No demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Project 01-1588.00 00700-40 Village of Key Biscayne March 2007 Zone land Zone 4 11.9 Unit Price Work 11.9.1 Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with Paragraph 9.10 11.9.2 Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3 If the actual quantity of any item of Unit Price Work performed by CONTRACTOR varies from the estimated quantity of such item by twenty-five percent (25%) or less, payment for the Unit Price Work will be made at the Contract Unit Price. If the actual quantity varies by more than twenty-five percent (25%), the compensation payable to the CONTRACTOR will be the subject of review by the CONTRACTOR and the ENGINEER and an equitable adjustment will be made in accordance with Article 11 to credit the OWNER with any reduction in cost or to compensate the CONTRACTOR for any increase in cost resulting from variations between estimated and actual quantities. ARTICLE 12 - CHANGE OF CONTRACT TIME Notice of Time Change Claim 12.1 The Contract Times may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times will be valid if not submitted in accordance with the requirements of this paragraph 12.1. Contract Time 12.2 All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall exclude recovery for damages for delay by either party. Delays beyond Control of CONTRACTOR 12.3 Where CONTRACTOR is prevented from completing any part of the Work within the Contract due to delay beyond the control of the CONTRACTOR, the Contract Times will be extended in an amount Project 01-1588.00 March 2007 Zone land Zone 4 00700-41 Village of Key Biscayne equal to time lost due to such delays if a claim is made therefor as provided in paragraph 12.1. Such delays shall include, but not be limited to, acts or neglect by OWNER or utility owners or other contractors performing other work as contemplated by Article 7, or to fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed delays within the control of the CONTRACTOR. Delays beyond Control of CONTRACTOR and OWNER 12.4 Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of CONTRACTOR, or (ii) delays beyond the control of both parties including but not limited to fires, flood, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK Notice of Defects 13.1 Prompt notice of all defective Work of which the OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. Access to Work 13.2 OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections 13.3 CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Independent Testing Laboratory 13.4 OWNER will employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1 for inspections, tests, or approvals covered by paragraph 13.5 below; Project 01-1588.00 00700-42 Village of Key Biscayne March 2007 Zone land Zone 4 13.4.2 that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 below shall be paid as provided in said paragraph 13.9; and 13.4.3 as otherwise specifically provided in the Contract Documents. Statutory Inspections and Tests 13.5 If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for arranging and obtaining and, unless otherwise specified in the General Requirements, shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. The cost of all inspections, tests, and approvals in addition to the above, which are required by the Contract Documents, shall be paid by OWNER (unless otherwise specified). Work Covered Before Inspection 13.6 If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering Work shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. CONTRACTOR's Responsibility 13.7 Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CONTRACTOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents. Uncovering Work 13.8 If any Work is covered contrary to the requirements of the Contract Documents and/or directive of ENGINEER, it must, if requested by ENGINEER, be -uncovered for ENGINEER's observations and replaced at CONTRACTOR's expense. Payment for Uncovering Work 13.9 If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and costs of repair or replacement of work of others), and OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the Project 01-1588.00 00700-43 Village of Key Biscayne March 2007 Zone land Zone 4 parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. Owner May Stop the Work 13.10 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers to maintain the approved progress schedule, intermediate milestones and Contract completion date or fails to supply suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. Correction or Removal of Defective Work 13.11 If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if,the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses, and damages caused by or resulting from such correction or removal, including but not limited to, fees and charges of engineers, architects, attorneys and other professionals and all costs of repair or replacement of work of others. 13.12 Correction Period 13.12.1 If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and all costs of repair or replacement of work of others) will be paid by CONTRACTOR. 13.12.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. 13.12.3 Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect Project 01-1588.00 00700-44 Village of Key Biscayne March 2007 Zone land Zone 4 to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work 13.13 If, instead of requiring correction or removal and replacement of defective Work, OWNER, upon ENGINEER's evaluation and recommendation, prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work, such costs to be approved by ENGINEER as to reasonableness and to include but not limited to fees and charges of engineers, architects, attorneys and other professionals. If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, CONTRACTOR will pay an appropriate amount to OWNER. OWNER May Correct Defective Work 13.14 If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraphs 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses, and damages will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR will not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. Project 01-1588.00 00700-45 Village of Key Biscayne March 2007 Zone land Zone 4 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values 14.1 The schedule of values established as provided in paragraph 2.8 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment 14.2 At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all, of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be 10 percent except as otherwise provided in the Supplementary Conditions. CONTRACTOR's Warranty of Title 14.3 CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment 14.4 ENGINEER will, within ten days after receipt of each Application for Payment, both indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment with ` ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. ENGINEER's Recommendation of Payment 14.5 ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the Work in progress as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of ENGINEER's knowledge, information and belief; 14.5.1 the Work has progressed to the point indicated, Project 01-1588.00 00700-46 Village of Key Biscayne March 2007 Zone land Zone 4 14.5.2 the quality of the Work is in substantial accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent test called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation); and 14.5.3 the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. ENGINEER Not Responsible for Performance 14.6 ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. Refusal to Recommend or Make Payment 14.7 ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1 the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2 the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3 OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4 ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5 claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, Project 01-1588.00 00700-47 Village of Key Biscayne March 2007 Zone land Zone 4 14.7.6 liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7 there are other items entitling OWNER to a set-off against the amount recommended, 14.7.8 OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. Substantial Completion 14.8 When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR, and ENGINEER shall inspect the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to . OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending ' final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. OWNER's Right to Exclude CONTRACTOR 14.9 OWNER will have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER will allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization Project 01-1588.00 00700-48 Village of Key Biscayne March 2007 Zone land Zone 4 14.10 Use by OWNER at OWNER's option of any substantially completed part of the Work, which (i) has specifically been identified in the Contract Documents, or (ii) which OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and useable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1 OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work that OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall inspect that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2 OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complet e. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter OWNER, CONTRACTOR, and ENGINEER shall inspect that part of the Work to determine its status of completion and will prepare a list of items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3 No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.6 in respect of property insurance. Project 01-1588.00 00700-49 Village of Key Biscayne March 2007 Zone land Zone 4 Final Inspection 14.11 Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or to remedy such deficiencies. Final Application for Payment 14.12 After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, all as required by the Contract Documents, and after ENGINEER has indicated that the Work is acceptable (subject to the provisions of paragraph 14.16), CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by paragraph 5.4.13, (ii) consent of surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that (i) the releases and receipts include all labor, services, Material and equipment for which a Lien could be filed, and (ii) that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance 14.13 If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation, as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time, ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.16. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance, and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. Delayed Final Completion 14.14 If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER will, upon receipt of CONTRACTOR's final Application for Project 01-1588.00 00700-50 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Payment and recommendation of ENGINEER, and without terminating the Agreement., make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment will be made under the terms and conditions governing fmal payment, except that it shall not constitute a waiver of claims. CONTRACTOR's Continuing Obligation 14.15 CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or fmal payment by ENGINEER, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13, nor any correction of defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims 14.16 The making and acceptance of final payment will constitute: 14.16.1 a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after fmal inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.16.2 a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work 15.1 OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER that will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate For Cause 15.2 Upon the occurrence of any one or more of the following events: Project 01-1588.00 00700-51 Village of Key Biscayne March 2007 Zone land Zone 4 15.2.1 if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2 if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3 if CONTRACTOR makes a general assignment for the benefit of creditors; 15.2.4 if a trustee, receiver, custodian, or agent of CONTRACTOR is appointed under applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2.5 if CONTRACTOR admits in writing an inability to pay its debts generally as they become due; 15.2.6 if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.8 as revised from time to time); 15.2.7 if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8 if CONTRACTOR disregards the authority of ENGINEER; or 15.2.9 if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and provided that CONTRACTOR does not remedy such occurrence and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and fmish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court costs) such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed as to reasonableness by ENGINEER and when approved, Project 01-1588.00 00700-52 Village of Key Biscayne March 2007 Zone land Zone 4 incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER will not be required to obtain the lowest price for the Work performed. OWNER's Rights After Termination 15.3 Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. OWNER May Terminate Without Cause 15.4 Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to abandon the Work and terminate the Agreement. In such case, CONTRACTOR will be paid (without duplication of any item): 15.4.1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2 for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3 for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4 for reasonable expenses directly attributable to termination. CONTRACTOR will not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. Project 01-1588.00 00700-53 Village of Key Biscayne March 2007 Zone land Zone 4 CONTRACTOR May Stop Work or Terminate 15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted, or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In addition and in lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16 - MISCELLANEOUS Giving Notice 16.1 Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 16.2 Computation of Time 16.2.1 When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 16.2.2 A calendar day of twenty-four hours measured from midnight to the next midnight shall constitute a day. Notice of Claim 16.3 Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 16.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Cumulative Remedies Project 01-1588.00 00700-54 Village of Key Biscayne March 2007 Zone 1 and Zone 4 16.4 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. Professional Fees and Court Costs Included 16.5 Whenever reference is made to "claims, costs, losses and damages," it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. END OF SECTION Project 01-1588.00 00700-55 Village of Key Biscayne March 2007 Zone land Zone 4 SECTION 00800 SUPPLEMENTARY CONDITIONS 1.01 GENERAL A. These Supplementary Conditions amend or supplement the General Conditions and other provisions of the Contract Documents as indicated hereunder. All provisions that are not so amended or supplemented remain in full force and effect and are fully applicable to this Contract. 1.02 ARTICLE 2 - PRELIMINARY MATTERS A. 2.2 - Change "five copies" to "six copies." B. 2.4 Starting the Work: Add the following: One week before commencement of work in each zone, the CON TRACTOR shall be required to produce, and submit to the ENGINEER for approval, a copy of a Color Audio -Video Taping record of the pre -construction condition of the entire project area. These records will be utilized to determine the pre-existing condition of the roadway, driveways, fences, trees, and landscaping within the Right -of -Way. The CONTRACTOR is cautioned to use care to include all existing landscaping, and previous damage to roadways, driveways and private or public property. C. 2.7 Add the Following: This system, when completed, will be donated to Miami -Dade Water and Sewer Department. When the CONTRACTOR has all permits required for construction, he will call Mr. Norman Duncan, Miami -Dade Water and Sewer Department Inspections, 786-552-8829. Mr. Duncan will schedule a pre -construction meeting to discuss the Department's involvement of inspections for construction of the system. The CONTRACTOR will apprise the Resident Project Representative of the meeting, which he may attend. 1.03 ARTICLE 4 - AVAILABILITY OF LANDS, ETC. A. 4.1 - Add the following: The Village of Key Biscayne will not allow construction office trailers on the key. The CONTRACTOR must provide local offices for the ENGINEER and Himself, as required in section 01590. The CONTRACTOR will not use or store any materials on public or private property without written permission of the property Owner. The Village of Key Biscayne shall require from the CONTRACTOR, a copy of all agreements made by the CON TRACTOR with private property owners regarding storage of materials on their property. Some feasible method of equipment and materials storage, acceptable to the ENGINEER, must be submitted by the CONTRACTOR at the pre - construction meeting. No work may be started without an acceptable storage area. Staging of materials on the Right -of -Way is permissible for a total distance of no greater than 600 lf. Open ditches are permissible for a total distance of no greater than 600 lf. All open ditches left overnight must be secured as acceptable to the Village of Key Biscayne Police Department. No exceptions will be made. The CONTRACTOR will be required to notify the residents when they intend to begin construction in their area, (please note notification example in Exhibit C.) B. 4.2.1.1 - Add the following: "Information on subsoil conditions obtained for use in the design by the ENGINEER is made available by the OWNER to Bidders as information only and solely for their convenience. (See Exhibit "E"). Project 01-1588.00 00800-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 The subsurface soil explorations were conducted by Langan Engineering and are contained in these specifications. The Geotechnical Study is dated January 6, 1994. Fig. No. 1 shows the approximate locations of soil boring. The OWNER and ENGINEER do not warrant or guarantee the accuracy or correctness of this material with respect to actual subsurface conditions. It shall be the CONTRACTOR's responsibility to have determined to his satisfaction, prior to the submission of his bid, the nature and conformation of the ground, the character and quality of the substrata, the types and quantities of materials to be encountered, the nature of the groundwater conditions, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions and all other matters which can in any way affect the work so that the prices established and bid for the work reflect all costs pertaining thereto." C. 4.2.1.2 - Add the following: "Information on existing surface and subsurface structures is indicated on utility owners Drawings, in the ENGINEER's office. The utility locations layout may not agree with the information indicated in the project drawings. It shall be the CONTRACTOR's responsibility to verify all locations and dimensions of such structures, and in the event that they must be maintained operational, or that tie-ins to or partial demolition of such structures is required, the CONTRACTOR shall coordinate his work with those responsible for such structures to ensure full compliance with all such requirements." D. 4.2.2 - "technical data" as referenced in paragraph 4.2.2 consists of boring method, plan and logs, level of ground water, laboratory test methods, and similar factual data. E. 4.4 Reference Points: Add the following: The CONTRACTOR will utilize the given survey reference points for all layouts needed to complete the project, in conformance with the plans and specifications, regardless of the frequency or convenience of the points. 1.04 BONDS and INSURANCE All insurance to be provided shall be issued by an insurance company with a Best's A+ rating or better, licensed to do business in Florida and be issued as a primary policy. A. 5.4.0.1 - Add paragraph- The CONTRACTOR shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Comprehensive General Liability with minimum limits of Three Million dollars ($3,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage. C. 5.3.3 - Additional insured referenced herein are identified as follows: Village of Key Biscayne, Post Buckley, Schuh & Jernigan, Inc., Corzo Castella Carballo, Thompson Salman, P.A. and Jose G. Lopez, P.E. are to be expressly included as an "Additional Insured" with respect to liability Project 01-1588.00 00800-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 arising out of operations performed for the Village of Key Biscayne or on behalf of CONTRACTOR or acts or omissions of the Village of Key Biscayne or their Engineer, in connections with general supervision of such operation. A Certificate of Insurance, evidence and proof of payment, shall be delivered to Owner. D. 5.4.7 - Additional insured referenced herein shall be as identified in the previous paragraph. E. 5.4.8 - The insurance requirements are supplemented by the following coverage and limits of liability requirements: Insurance coverage and limits of liability shall be not less than the following: 1. Workers' Compensation: The CONTRACTOR shall obtain and maintain during the life of this Contract, Workmen's Compensation Insurance as provided by the laws of the State of Florida and shall require all subcontractors to provide the same. The CONTRACTOR shall comply in all respects with all Federal, State, and local safety and health regulations. Copies of the Federal Regulations may be obtained from the U.S. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington, D.C. 20210 or their Regional Offices. a. State: b. Applicable Federal (Longshoremen's): c. Employer's Liability: Statutory Statutory $100,000 The above policies for Public Liability and Property Damage Insurance and Workmen's Compensation Insurance must be so written as to include Contingent Liability and Contingent Property Damage Insurance to protect the CONTRACTOR against claims arising from the operations of subcontractors. 2. Comprehensive General Liability: a. Coverage shall include Contractual Liability, Explosion, Collapse, and Underground Property Damage hazards, Products/Completed Operations, OWNER's and CONTRACTORS' Protective Liability and Personal Injury Liability. b. Limits of Liability shall be as follows: Split Limits: Bodily Injury, per person per occurrence Property Damage, per accident and aggregate Personal Injury, per occurrence 3. Comprehensive Automobile Liability: Limits of liability shall be the Comprehensive General Liability in paragraph 2. above. $1,000,000 $1,000,000 $1,000,000 same as for 4. Excess Liability: Excess liability shall apply to Employer's Liability, Comprehensive General Liability and Comprehensive Automobile Liability and shall be not less than the following: Project 01-1588.00 00800-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Combined Single Limit Bodily Injury $1,000,000 and Property Damage, aggregate 5. The CONTRACTOR shall furnish a certificate of insurance similar to that included in Section 00650 herein showing actual coverage and limits of liability, verifying that the OWNER and ENGINEER have been included and named as additional insured and that the policies will not be canceled or changed until thirty (30) days after written notice of such cancellation or change has been delivered to the OWNER and ENGINEER. F. 5.4 - The paragraph is supplemented by the following: Builder's Risk insurance is not required under this Contract. 1.05 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES A. Add the following to 6.3: Christmas Holiday: No work will be permitted on the project during the Christmas holiday period. The Christmas holiday period will be defined as the time from and including Friday, December 21, 2007, to and including Tuesday, January 1, 2008. B. 6.6 - Add the following paragraph: 6.6.3 - Weekly Construction Meetings: Weekly Construction Meetings will be held on site. The purpose of these meetings will be to review the work of the previous week, and the proposed schedule of the next weeks work. These meetings may be open to the public. The CONTRACTOR will make known any work scheduled by the utility owners, at the weekly progress meeting. C. 6.8.2 - The proposed is supplemented by the following: List of Subcontractors and Submittal Requirements: Names, Addresses, Phone and Fax Numbers, and the Materials Supplied. D. 6.13 - Add the following: 1. The Village of Key Biscayne will waive the fees for the Right -of -Way Permit. The CONTRACTOR must procure the Right -of -Way Permit, and all other applicable jurisdictional permits needed to begin the work. 2. Prior to commencing construction, the CONTRACTOR shall obtain a Class V Permit from the Dade County Department of Environmental Resources Management (DERM) for any dewatering activities. For details and further information, the CONTRACTOR shall contact Mr. Camilo Ignacio at (305)372-6671. The Village will, in most instances, allow disposal of water from construction activities into their stormwater system, only if the CONTRACTOR provides a satisfactory silt separation box, and agrees to clean out the system components affected by the de -watering process. Each component must be cleaned immediately, utilizing a vacuum truck, after dewatering usage by the CONTRACTOR. This method of de -watering may still require the above -mentioned permit, due to the outfalls connected to the stormwater system. 1.06 6.14.2 LAWS AND REGULATIONS Add Paragraph: 6.14.3 Public Entity Crimes Statute: Each Bidder must carefully review the Public Entity Crimes Statute, (Florida Statutes, Section 287.133 (3) (a)). This statute Project 01-1588.00 00800-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 mandates that all Bidders who transact business in excess of Ten Thousand Dollars, ($10,000.00), with any public entity in Florida must submit a sworn statement that its officers have not been convicted of a public entity crime after July 1, 1989. Each Bid shall include a sworn statement as required hereinabove and same shall be furnished on the form as enclosed as Exhibit "B." Add Paragraph: 6.14.4 Noise Abatement: Noise Abatement shall follow the guidelines as set forth in the Village of Key Biscayne Code of Ordinances Chapter 17 Noise, attached as Exhibit "A". 1.07 6.20 SAFETY AND PROTECTION Add the following: 6.20.4 Miami -Dade Water and Sewer Department valves may only be operated by Department personnel. It may become necessary for the CONTRACTOR to interrupt the water or sewer service to existing buildings during construction. In all cases, the CONTRACTOR shall coordinate with Miami -Dade Water and Sewer Department, and prepare and submit to the ENGINEER, 48 Hours prior to commencing the work, a complete description of his proposed procedure, and a time schedule that he will guarantee. 24 hours prior to the time proposed for starting the work, the CONTRACTOR will be notified whether or not the work will be permitted as proposed. Add the following: 6.20.5 The OWNER reserves the right to require the CONTRACTOR to work twenty-four hours per day, with no increase to the Contract Sum, in all cases where the interference with existing water and sewer service may result in health hazards, offensive conditions, or serious inconveniences to persons served by the system. Add the following to the last paragraph of 6.20 between the existing second and third sentences: The CONTRACTOR will be responsible to coordinate and bear any cost of underground utility locations, and utility relocations where that utility is shown to be in conflict with or endangered by the proposed construction. Moving any utilities for the convenience of the CONTRACTOR, shall be paid for by the CONTRACTOR. All charges by utility companies for support or for stand by manpower and equipment shall be borne solely by the CONTRACTOR. 1.08 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION A. 9.1 - The paragraph is amended as follows: 1. Post, Buckley, Schuh & Jernigan, Inc. are ENGINEERS only for the design, Drawings and Specifications on this project. Contract administration, construction management, and acceptance of materials and workmanship remain the responsibility of the OWNER or others, including Post, Buckley, Schuh & Jernigan, Inc., whom the OWNER may employ for such work. 2. Accordingly, the purposes of the Specifications, the terms "ENGINEER," "Resident Project Representative", "Inspector" and other references to the person or persons granting approval, authority or permission, conducting inspections and tests, observing the work and so forth, shall be defined as.and understood to denote the OWNER or his authorized representative. B. 9.3 - The paragraph is supplemented by the following: Project 01-1588.00 00800-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 (3) Duties, Responsibilities and Authority of Resident Project Representative: 1. General: The Resident Project Representative (RPR), as ENGINEER's agent at the site, will act as directed by and under the supervision of the ENGINEER, and will confer with the ENGINEER regarding RPR's actions pertaining to the Work at the site. RPR shall deal only with the ENGINEER and CONTRACTOR, keeping OWNER advised as necessary. RPR shall generally communicate with the OWNER only with the knowledge of and under the direction of the ENGINEER and with subcontractors only through or with the full knowledge and approval of the CONTRACTOR. 2. Duties and Responsibilities: a. Schedules: Review schedules prepared by CONTRACTOR and consult with ENGINEER concerning acceptability. b. Meetings: Attend project meetings with CONTRACTOR and prepare and circulate minutes thereof. c. Liaison: Serve as ENGINEER's liaison with CONTRACTOR and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR. d. Shop Drawings and Samples: Receive and record date of receipt of submittal and notify ENGINEER. Advise ENGINEER and CONTRACTOR of commencement of Work requiring shop drawings or samples if such have not been approved by ENGINEER. e. Observation of Work: (1) Conduct on -site observations of Work in progress. (2) Report to ENGINEER any Work that RPR deems unsatisfactory or not conforming to the Contract Documents or Work that has been damaged or does not meet the requirements of any inspection, test, or approval required. Verify that tests, equipment and systems startups, operating, and maintenance training are conducted in the presence of appropriate personnel and the CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. (4) Accompany inspectors representing public or other agencies having jurisdiction over the project and record and report to ENGINEER the results of these inspections. (0 Interpretations of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations issued by ENGINEER. Project 01-1588.00 00800-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 (g) Modifications: Consider and evaluate CONTRACTOR's suggestions for modifications in Drawings or Specifications and report, with RPR's recommendations, to ENGINEER. Transmit ENGINEER's decisions to CONTRACTOR. (h) Records: (1) Maintain at job site orderly files for correspondence, reports of job conferences, shop drawings and samples, reproductions of original Contract Documents complete with all Work Change Directives, Addenda, Change Orders, Field Orders, ENGINEER's clarifications and interpretations of Contract Documents, progress reports and other project related documents. (2) Keep a diary or log book, recording CONTRACTOR hours on the job site, weather conditions, data relative to questions of Work Change Directives, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in general and specific observations in more detail as in the case of test procedures, etc. Send copies to ENGINEER. (3) (i) Reports: Record'names, addresses, and telephone numbers of all CONTRACTORS, subcontractors and major suppliers of materials and equipment. (1) Prepare for ENGINEER periodic reports of progress of Work and CONTRACTOR's compliance with progress and submittal schedules. (2) Consult with ENGINEER in advance of scheduled major tests., inspections, or start of important phases of the Work. (3) Draft proposed Change Orders and Work Change Directives, obtaining backup material from CONTRACTOR and recommend to ENGINEER Change Orders, Work Change Directives, and Field Orders. (4) Report immediately to ENGINEER and OWNER upon the occurrence of any accident. (j) Payment Requests: Review applications for payment with CONTRACTOR and forward with comments and recommendations to ENGINEER. (k) Certificates, Maintenance and Operation Manuals: Verify that certificates, maintenance and operation and other data submitted by CONTRACTOR are applicable to the items actually installed and comply with the requirements of the Contract Documents. Deliver to ENGINEER for review and delivery to OWNER prior to final payment. Project 01-1588.00 00800-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 (1) Completed: (I) Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or connection. (2) Conduct final inspection in the company of ENGINEER, OWNER, and CONTRACTOR and prepare a final list of items to be completed or corrected. (3) Verify that all items on final list have been completed or corrected and make recommendation to ENGINEER concerning final acceptance. 3. Limitations of Authority: The Resident Project Representative shall not: (a) authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER, (b) exceed limitations of ENGINEER's authority as set forth in the Contract Documents, (c) undertake any of the responsibilities of the CONTRACTOR, subcontractors, or suppliers, (d) advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction, except as specifically required by the Contract Documents, (e) advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work, (f) accept shop drawing or sample submittal from anyone other than CONTRACTOR, (g) authorize OWNER to occupy the project in whole or in part, (h) participate in specialized field or laboratory tests or inspections conducted by others, " except as specifically authorized by ENGINEER. Project 01-1588.00 00800-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. 9.11 - DECISION ON DISPUTES: Delete the last sentence, and add the following: ENGINEER's written decision on such claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR. To render a fair decision of an item in question, the ENGINEER may request that the CONTRACTOR submit a breakdown of the unit price, or lump sum aggregate costs. At that time and without delay the CONTRACTOR will submit the said breakdown. The appeal process to a forum of competent jurisdiction has been deleted from this Contract. All claims, disputes, and other matters in question, between Owner and CONTRACTOR arising out of, or in relation to, this Contract or the breach thereof, except for claims which have been settled amicably by the ENGINEER, or have been waived by Article 14.16, shall be subject to litigation by the parties. 1.09 ARTICLE 11. COST OF THE WORK Add the following paragraphs: 11.4.4 Miami -Dade Water and Sewer Department will require that the Record Drawings be surveyed and prepared by a Florida Registered Professional Land Surveyor. 11.4.5.10 Bypass of Station Flows: The Contractor shall be responsible for maintaining the diversion of wastewater in accordance with the following conditions: 1. The Contractor shall provide all equipment, materials, manpower, etc. as required, to conduct flow bypass activities. 2. Scheduling of bypass pumping shall be set forth in the Contractor's Work Schedule and shall be mutually and finally agreed upon by the Department, Engineer, and Contractor(s). This event shall be scheduled to occur during expected minimum dry weather flow periods. 3. The Contractor shall notify the Engineer, in writing, of his intent to commence bypassing at least ten (10) working days in advance of event. The shutdown can be commenced only after the Contractor has received the Engineer's approval in writing. 4. Initiation and conclusion of the bypass event shall be conducted in the presence of a representative of the Engineer and Department. The actual time (i.e., date, hour, and minute) of bypass initiation and conclusion shall be duly recorded by the Contractor and mutually agreed upon by the Contractor and representatives of the Department and Engineer. Project 01-1588.00 00800-9 Village of Key Biscayne March 2007 Zone 1 and Zone 4 All costs associated with bypass pumping events shall be incorporated in the Contractor's bid. 1.10 ARTICLE 12.2 CONTRACT TIME Add the following paragraph: No Damages For Delay: No claim for damages, or any claim other than for an extension of time, shall be made or asserted against the Village of Key Biscayne, by reason of any delays. The CONTRACTOR shall not be entitled to an increase in the Contract Sum, or payment or compensation of any kind from the Village of Key Biscayne for direct, indirect, or consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration, lost productivity, or inefficiency, arising because of delay, disruption, or hindrance, be it reasonable or unreasonable. The only remedy entitled to the CONTRACTOR resulting from delay is extension of Contract time, as discerned by the Project ENGINEER. 1.11 ARTICLE 12.3 DELAYS BEYOND CONTROL OF CONTRACTOR Add the following paragraph: Hurricane and Storm Warnings: The CONTRACTOR will be required to remove all materials from the job -site or provide safe storage for the same, which may be blown about or become a hazard during a hurricane or windstorm. CONTRACTOR shall also take necessary precautions to remove bulkheads, dams, or other structures blocking drains, in the event of flooding conditions. No increase to the Contract Sum will be allowed for this work. 1.12 ARTICLE 13.3 TESTS AND INSPECTIONS Add the following: Twenty four (24) hour minimum notification from the CONTRACTOR to the ENGINEER shall be given for all inspections, tests, and approvals. The owners cost for inspections is predicated on the premise that the Bid is proposed by the CONTRACTOR employing at most two excavation crews, and one asphalt crew. Any acceleration of the CONTRACTOR's work or work force, beyond the number of crews mentioned above, for any reason, which results in an increase of the owner's inspection force, or inspection efforts, will affect the following: The CONTRACTOR will be financially responsible for any increase in manpower, or overtime of the owners inspection force. The CONTRACTOR will be invoiced for the increase, and the amount of the owner's financial increase will be deducted from the CONTRACTOR's monthly application for payment during the period of acceleration. 1.13 ARTICLE 14.4 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT Add the following between the second and third sentences: If the CONTRACTOR will not make the necessary corrections, and resubmit the application, he must submit that payment request, and each payment request thereafter accompanied by the payment request information on computerized disk, formatted for Microsoft Excel, to assist the ENGINEER in amending the amount due. An example of the format of the payment application is included as Exhibit "D" Project 01-1588.00 00800-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 I I 1 1 i 1 I I 1 1 I 1 ] ] I I ] ] ] Project 01-1588.00 March 2007 END OF SECTION 00800-11 Village of Key Biscayne Zone 1 and Zone 4 SUPPLEMENTARY CONDITIONS (CONSTRUCTION) EXHIBIT WWFS-04Li Florida Department of Environmental Protection Bureau of Water Facilities Funding Supplementary Conditions for The Village of Key Biscayne Sanitary Sewer System Formally Advertised Construction Procurement FDEP-1 Revision 4 September 1999 TABLE OF CONTENTS FOR THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS Article Number Article Title Page 1 DEFINITIONS FDEP-4 2 PRIVITY OF AGREEMENT/CONTRACT FDEP-6 3 PROCUREMENT REQUIREMENTS FDEP-6 4 RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES FDEP-7 5 CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS FDEP-7 6 ADVERTISEMENT FOR BIDS; SUBMISSION OF BIDS; OPENING OF BIDS FDEP-7 7 BONDS AND INSURANCE FDEP-8 8 AWARD OF AGREEMENT/CONTRACT FDEP-9 9 CONTRACT TIME AND NOTICE TO PROCEED FDEP-9 10 ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES FDEP-9 11 AVAILABILITY OF LANDS FDEP-10 12 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION CONSTRUCTION PERMIT(S) FDEP-10 13 ENGINEER FDEP-10 14 APPLICATIONS FOR PAYMENT FDEP-10 15 ACCESS TO RECORDS FDEP-10 16 ACCESS TO WORK SITE(S) FDEP-10 *17 MINORITY AND WOMEN'S BUSINESS ENTERPRISES FDEP-11 *18 VIOLATING FACILITIES (SECTION 306 OF THE CLEAN AIR ACT, SECTION 508 OF THE CLEAN WATER ACT, AND EXECUTIVE ORDER 11738) FDEP-11 *19 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) FDEP-13 FDEP-2 Revision 4 September 1999 20 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) FDEP-13 Appendix Appendix Title Page Letter *A CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS FDEP-16 B NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) FDEP-18 C GOALS AND TIMETABLES FOR MINORITIES AND FEMALES FDEP-20 D EQUAL OPPORTUNITY CLAUSE FDEP-23 E NOTICE TO BE POSTED FDEP-25 F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) FDEP-26 G CERTIFICATION OF COMPLIANCE WITH 41 CFR 60-1.7: REPORTS AND OTHER REQUIRED INFORMATION FDEP-31 H CERTIFICATION OF NONSEGGREGATED FACILITIES FDEP-33 *NOTE: Articles 17, 18 19 and Appendix A only apply to Federal CAP Grant Projects. FDEP-3 Revision 4 September 1999 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS The intent of the Florida Department of Environmental Protection (FDEP) Supplementary Conditions is to complement and supplement other provisions of the Bidding Documents. However, if there is any conflict between the FDEP Supplementary Conditions and other provisions of the Bidding Documents, the FDEP Supplementary Conditions shall take precedence over the other provisions except when the other provisions are similar to, but more stringent than, the FDEP Supplementary Conditions. When other provisions of the Bidding Documents are similar to, but more stringent than, the FDEP Supplementary Conditions, the more stringent provisions shall apply. ARTICLE 1 - DEFINITIONS 1.1. Wherever used in these Supplementary Conditions (except in the appendices to these Supplementary Conditions), the following terms have the meanings indicated, which are applicable to both the singular and plural thereof. 1.1.1. Addendum - A written or graphic instrument that is issued prior to the opening of bids and that clarifies, corrects, or changes the Bidding Documents. 1.1.2. Agreement or Contract - The written agreement between the Owner and the Contractor covering the Work to be performed and furnished; these Supplementary Conditions and other Contract Documents are attached to the Agreement/Contract and made a part thereof as provided therein. 1.1.3. Application for Payment - The form that is accepted by the Engineer and used by the Contractor in requesting progress and/or final payments and that is to include such supporting documentation as is required by the Contract Documents. 1.1.4. Bid - The offer or proposal of a bidder submitted on the prescribed form and setting forth the price(s) for the Work to be performed and furnished. 1.1.5. Bidder - Any person, firm, or corporation that submits a bid directly to the Owner. 1.1.6. Bidding Documents - The Advertisement for Bids or the Invitation to Bid, the Instructions to Bidders or the Information for Bidders, the Bid Form, the proposed Contract Documents, and all addenda. 1.1.7. Bond - An instrument of security. 1.1.8. Change Order - A document that is recommended by the Engineer and signed by the Contractor and the Owner; that authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time; and that is issued on or after the Effective Date of the Agreement/Contract. FDEP-4 Revision 4 September 1999 1.1.9. Contract Documents - The Agreement/Contract; the Contractor's Bid when attached as an exhibit to the Agreement/Contract; the Performance and Payment Bond(s); the General Conditions; the Supplementary Conditions (including these Supplementary Conditions); the Specifications (written technical descriptions of material, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto); the Drawings (drawings that show the character and scope of the Work to be performed and furnished); all addenda that pertain to the Contract Documents; and all change orders. 1.1.10. Contract Price - The moneys payable by the Owner to the Contractor under the Contract Documents as stated in the Agreement/Contract. 1.1.11. Contract Time - The number of days or the date stated in the Contract Documents for completion of the Work. 1.1.12. Contractor - The person, firm, or corporation with whom or which the Owner enters into the Agreement/Contract. 1.1.13. Effective Date of the Agreement/Contract - The date indicated in the Agreement/Contract on which the Agreement/Contract becomes effective, or if no such date is indicated in the Agreement/Contract, the date on which the Agreement/Contract is signed and delivered by the last of the two parties to sign and deliver the Agreement/Contract. 1.1.14. Engineer - The person, firm, or corporation named as such in the Contract Documents. 1.1.15. Minority Business Enterprise (MBE) - A historically Black college or university or a business that is (a) certified as socially and economically disadvantaged by the Small Business Administration, (b) certified as an MBE by a state or Federal agency, or (c) an independent business concern which is at least 51 -percent owned and controlled by minority group members. (A minority group member is an individual who is a citizen of the United States and one of the following: [i] Black American; [ii] Hispanic American [with origins from Puerto Rico, Mexico, Cuba, or South or Central America]; [iii] Native American [American Indian, Eskimo, Aleut, or native Hawaiian]; or [iv] Asian -Pacific American [with origins from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, Taiwan, or the Indian Subcontinent].) 1.1.16. Notice to Proceed - The written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which the Contractor shall start to perform its obligations under the Contract Documents. 1.1.17. Owner - The local government (municipality, county, district, or authority; or any agency thereof; or a combination of two or more of the foregoing acting jointly) with which the Florida Department of Environmental Protection may execute, or has executed, a State revolving fund loan agreement and for which the Work is to be provided. FDEP-5 Revision 4 September 1999 1.1.18. Project - The total construction or facilities described in a State revolving fund loan agreement between the Florida Department of Environmental Protection and the Owner, of which the Work to be provided under the Contract Documents may be the whole or a part. 1.1.19. Subcontract - A direct contract between a subcontractor and the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work. 1.1.20. Subcontractor - A person, firm, or corporation having a direct contract with the Contractor, or any other subcontractor at any tier, for the furnishing of goods (material and equipment) or the performance of services (including construction) necessary to complete the Work. 1.1.21. Successful Bidder - The lowest responsive, responsible bidder to whom or which the Owner intends to award the Agreement/Contract. 1.1.22. Women's Business Enterprise (WBE) - A business that is (a) certified as a WBE by a state or Federal agency or (b) an independent business concern which is at least 51 -percent owned and controlled/operated by women. (Determination of whether a business is at least 51 -percent owned by women shall be made without regard to community property laws [e.g., an otherwise qualified WBE that is 51 -percent owned by a married woman in a community property state will not be disqualified because the married woman's husband has a 50 -percent interest in the married woman's share of the business; similarly, a business that is 51 -percent owned by a married man and 49 -percent owned by women will not become a qualified WBE by virtue of the married man's wife having a 50 -percent interest in the married man's share of the business].) 1.1.23. Work - The entire completed construction or the various separately identifiable parts thereof required to be performed and furnished under the Contract Documents; Work is the result of performing services, furnishing labor, furnishing material and equipment, and incorporating material and equipment into the construction as required by the Contract Documents. ARTICLE 2 - PRIVITY OF AGREEMENT/CONTRACT 2.1. The Owner expects to finance this Agreement/Contract with assistance from the Florida Department of Environmental Protection, which administers a State revolving fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency. Neither the State of Florida nor the United States (nor any of their departments, agencies, or employees) will be a party to this Agreement/Contract or any lower -tier subcontract. ARTICLE 3 - PROCUREMENT REQUIREMENTS 3.1. This Agreement/Contract and the Owner's solicitation and award of this Agreement/Contract are subject to requirements contained in Chapter 62-503 (Revolving Loan Program), Florida Administrative Code. FDEP-6 Revision 4 September 1999 ARTICLE 4 - RESOLUTION OF PROTESTS AND CLAIMS/DISPUTES Resolution of Protests Concerning the Owner's Solicitation and/or Award of this Agreement/Contract: 4.1. Protests concerning the Owner's solicitation and/or award of this Agreement/Contract must be filed in writing with the Owner to be considered. 4.2. All timely written protests concerning the Owner's solicitation and/or award of this Agreement/Contract are to be resolved in accordance with the Owner's dispute resolution process. A copy of the ordinance(s), resolution(s), or written policy(policies) that set forth the Owner's dispute resolution process is included elsewhere in the Bidding Documents or is to be made available by the Owner upon request. 4.3. Neither the Florida Department of Environmental Protection (FDEP) nor the United States Environmental Protection Agency (USEPA) will become a party to, or have any role in resolving, protests concerning the Owner's solicitation and/or award of this Agreement/Contract. Protest decisions made by the Owner can not be appealed to the FDEP or the USEPA. Resolution of Claims and Disputes Between the Owner and the Contractor: 4.4. Unless otherwise provided in the Contract Documents, all claims and disputes between the Owner and the Contractor arising out of, or relating to, the Contract Documents or the breach thereof are to be decided by arbitration (if the Owner and the Contractor mutually agree) or in a court of competent jurisdiction within the State of Florida. 4.5. Neither the Florida Department of Environmental Protection nor the United States Environmental Protection Agency will become a party to, or have any role in resolving, claims and disputes between the Owner and the Contractor. ARTICLE 5 - CHANGES TO THE BIDDING AND CONTRACT DOCUMENTS 5.1. All changes to the Bidding Documents made subsequent to the Florida Department of Environmental Protection's (FDEP's) acceptance of the Bidding Documents and prior to the opening of bids are to be documented via addendum(addenda) to the Bidding Documents; all changes to the Contract Documents made after the opening of bids are to be documented by change order(s) to the Contract Documents. The Owner shall submit all addenda and change orders to the FDEP. ARTICLE 6 - ADVERTISEMENT FOR BIDS; SUBMISSION OF BIDS; OPENING OF BIDS Advertisement for Bids: 6.1. At a minimum, this Agreement/Contract is to be advertised for bids in local and statewide newspapers. FDEP-7 Revision 4 September 1999 Submission of Bids: 6.2. Bidders shall submit their bids at the place and by the deadline indicated elsewhere in the Bidding Documents. Opening of Bids: 6.3. Bids are to be opened and read aloud publicly at the time and place indicated elsewhere in the Bidding Documents. ARTICLE 7 - BONDS AND INSURANCE Bid Guarantees: 7.1. Each bidder's bid is to be accompanied by a bid guarantee made payable to the Owner in an amount at least equal to five percent of the bidder's maximum bid price and in the form of a certified check or bid bond. Performance and Payment Bond(s): 7.2. The Contractor shall furnish a combined performance and payment bond in an amount at least equal to 100 percent of the Contract Price (or, if required elsewhere in the Contract Documents, the Contractor shall furnish separate performance and payment bonds, each in an amount at least equal to 100 percent of the Contract Price) as security for the faithful performance and payment of all the Contractor's obligations under the Contract Documents. This(these) bond(s) are to be delivered to the Owner by the Contractor along with the executed Agreement/Contract. The Owner shall forward a copy of this(these) bond(s) to the Florida Department of Environmental Protection. Insurance: 7.3. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, such liability insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims that may arise out of, or result from, the Contractor's performance and furnishing of the Work (whether the Work is to be performed or furnished by the Contractor or any subcontractor at the Work site) and the Contractor's other obligations under the Contract Documents. This insurance is to include workers' compensation insurance, comprehensive general liability insurance, comprehensive automobile liability insurance, and contractual liability insurance applicable to the Contractor's indemnification obligations and is to be written for not less than the limits of liability and coverages determined by the Owner or required by law, whichever is greater. 7.4. The Owner and/or the Contractor (as required elsewhere in the Contract Documents) shall purchase and maintain, during the period of construction, property insurance upon the Work at the Work site in an amount equal to the full replacement cost of the Work or the full insurable value of the Work. This insurance is to include the interests of the Owner, the Contractor, and all subcontractors at the Work site (all of whom are to be listed as insureds or additional insured parties); is to insure against the perils FDEP-8 Revision 4 September 1999 of fire and extended coverage; and is to include "all-risk" insurance for physical loss or damage due to theft,vandalism and malicious mischief, collapse, water damage, and/or all other risks against which coverage is obtainable. 7.5. Before any Work at the Work site is started, the Contractor shall deliver to the Owner certificates of insurance that the Contractor is required to purchase and maintain in accordance with Paragraphs 7.3 and 7.4 of this Article and other provisions of the Contract Documents, and the Owner shall deliver to the Contractor certificates of insurance that the Owner is required to purchase and maintain in accordance with Paragraphs 7.3 and 7.4 of this Article and other provisions of the Contract Documents. ARTICLE 8 - AWARD OF AGREEMENT/CONTRACT 8.1. If this Agreement/Contract is awarded, it is to be awarded to the lowest responsive., responsible bidder. A fixed -price (lump -sum or unit -price or both) agreement/contract is to be used. A clear explanation of the method of evaluating bids and the basis for awarding this Agreement/Contract are included elsewhere in the Bidding Documents. All bids may be rejected when in the best interest of the Owner. ARTICLE 9 - CONTRACT TIME AND NOTICE TO PROCEED Contract Time: 9.1. The number of days within which, or the date by which, the Work is to be completed and ready for final payment (the Contract Time) is set forth elsewhere in the Contract Documents. Notice to Proceed: 9.2. The Owner shall give the Contractor a notice to proceed fixing the date on which the Contract Time will commence to run. The Owner shall forward a copy of this notice to proceed to the Florida Department of Environmental Protection. ARTICLE 10 - ITEMIZED CONSTRUCTION COST BREAKDOWN; CONSTRUCTION AND PAYMENT SCHEDULES 10.1. The Contractor shall submit to the Owner, within ten calendar days after the Effective Date of this Agreement/Contract, an itemized construction cost breakdown and construction and payment schedules. 10.1.1. The itemized construction cost breakdown, or schedule of values, is to include quantities and prices of items aggregating the Contract Price and is to subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices are to include an appropriate amount of overhead and profit applicable to each item of Work. 10.1.2. The construction, or progress, schedule is to indicate the Contractor's estimated starting and completion dates for the various stages of the Work and is to show both the projected cost of Work completed and the projected percentage of Work completed versus Contract Time. FDEP-9 Revision 4 September 1999 10.1.3. The payment schedule is to show the Contractor's projected progress and final payments cumulatively by month. ARTICLE 11 - AVAILABILITY OF LANDS 11.1. The Owner shall furnish all lands and shall obtain all rights -of -ways and easements upon which the Work is to be performed and furnished. ARTICLE 12 - FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION CONSTRUCTION PERMIT(S) 12.1. The Owner shall obtain the appropriate Florida Department of Environmental Protection construction permit(s) required for the Work. ARTICLE 13 - ENGINEER 13.1. The Owner shall employ a professional engineer registered in the State of Florida to oversee the Work. ARTICLE 14 - APPLICATIONS FOR PAYMENT 14.1. The Contractor's applications for payment are to be accompanied by such certificates or documents as may be reasonably required. The Owner shall forward a copy of such certificates or documents as may be reasonably required to the Florida Department of Environmental Protection. ARTICLE 15 - ACCESS TO RECORDS 15.1. Authorized representatives of the Owner, the Florida Department of Environmental Protection, and the United States Environmental Protection Agency shall have access to, for the purpose of inspection, any books, documents, papers, and records of the Contractor that are pertinent to this Agreement/Contract. The Contractor shall retain all books, documents, papers, and records pertinent to this Agreement/Contract for a period of three years after receiving and accepting final payment under this Agreement/Contract. ARTICLE 16 - ACCESS TO WORK SITE(S) 16.1. Authorized representatives of the Owner, the Florida Department of Environmental Protection (FDEP), and the United States Environmental Protection Agency (USEPA) shall have access to the Work site(s) at any reasonable time. The Contractor shall cooperate (including making available working copies of documents and supplementary materials) during Work site inspections conducted by the Owner, the FDEP, or the USEPA. FDEP-10 Revision 4 September 1999 NOTE: Articles 17, 18 19 and Appendix A only apply to Federal CAP Grant Projects. ARTICLE 17 - MINORITY AND WOMEN'S BUSINESS ENTERPRISES 17.1. A goal of * percent of the Contract Price is established for Minority Business Enterprise (MBE) participation in the Work, and a goal of * percent of the Contract Price is established for Women's Business Enterprise (WBE) participation in the Work. If bidders or prospective contrators (including the Contractor) intend to let any lower -tier goods or services (including construction) subcontracts for any portion of the Work, they shall physically include these percentage goals for MBE and WBE participation in all solicitations for subcontracts and shall take affirmative steps to assure that MBEs and WBEs are utilized, when possible, as sources of goods and services. Affirmative steps are to include the following: (a) including small, minority, -and women's businesses on solicitation lists; (b) assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (c) dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation by small, minority, and women's businesses; (d) establishing delivery schedules, when requirements permit, that will encourage participation by small, minority, and women's businesses; and (e) using the services of the Small Business Administrative and the Office of Minority Business Enterprise of the United States Department of Commerce as appropriate. *The percentage goals for MBE and WBE participation are to be inserted by the Owner and are to be based upon the percentage goals that have been, or will be, stipulated in the State revolving fund loan agreement for the Owner's FDEP-assisted Project. 17.2. Within ten calendar days after being notified of being the apparent Successful Bidder, the apparent Successful Bidder shall submit to the Owner documentation of the affirmative steps it has taken to utilize Minority and Women's Business Enterprises (MBEs and WBEs) in the Work and documentation of its intended use of MBEs and WBEs in the Work. The Owner shall keep this documentation on file and shall forward to the Florida Department of Environmental Protection a copy of the apparent Successful Bidder's documentation concerning its intended use of MBEs and WBEs in the Work. 17.3. Minority and Women's Business Enterprise (MBE and WBE) participation in the Work is to be considered in the award of this Agreement/Contract. The Owner shall not execute this Agreement/Contract until the Florida Department of Environmental Protection has approved the extent of MBE and WBE participation in the Work. ARTICLE 18 - VIOLATING FACILITIES (SECTION 306 OF THE CLEAN AIR ACT, SECTION 508 OF THE CLEAN WATER ACT, AND EXECUTIVE ORDER 1173 18.1. The Contractor, and all subcontractors at any tier, shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans), and 40 CFR Part 15, which prohibit the use, under nonexempt Federal contracts, grants, or loans, of facilities included on the United States Environmental Protection Agency's List of Violating Facilities. FDEP-11 Revision 4 September 1999 18.2. In accordance with 40 CFR Part 15, if the price of this Agreement/Contract exceeds $100,000 and/or if this Agreement/Contract is otherwise nonexempt from 40 CFR Part 15, the Contractor agrees to the following: 18.2.1. the Contractor will not use any facility on the United States Environmental Protection Agency's List of Violating Facilities in the performance of this Agreement/Contract for the duration of time that the facility remains on the List; 18.2.2. the Contractor will notify the Florida Department of Environmental Protection/United States Environmental Protection Agency (USEPA) if a facility it intends to use in the performance of this Agreement/Contract is on the USEPA's List of Violating Facilities or if it knows that a facility it intends to use in the performance of this Agreement/Contract has been recommended to be placed on the USEPA's List of Violating Facilities; and 18.2.3. in the performance of this Agreement/Contract, the Contractor will comply with all requirements of the Clean Air Act and the Clean Water Act, including the requirements of Section 114 of the Clean Air Act and Section 308 of the Clean Water Act, and all applicable clean air standards and clean water standards. 18.3. If the Contractor, or any subcontractor at any tier, awards any lower -tier goods or services (including construction) subcontracts for any portion of the Work, it shall physically include in all such subcontracts the following provision: 18.3.1. The Subcontractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857[h]), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738 (Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans), and 40 CFR Part 15, which prohibit the use, under nonexempt Federal contracts, grants, or loans, of facilities included on the United States Environmental Protection Agency's (USEPA's) List of Violating Facilities. In accordance with 40 CFR Part 15, if the price of this Subcontract exceeds $100,000 and/or if this Subcontract is otherwise nonexempt from 40 CFR Part 15, the Subcontractor agrees to the following: (a) the Subcontractor will not use any facility on the USEPA's List of Violating Facilities in the performance of this Subcontract for the duration of time that the facility remains on the List; (b) the Subcontractor will notify the Florida Department of Environmental Protection/USEPA if a facility it intends to use in the performance of this Subcontract is on the USEPA's List of Violating Facilities or if it knows that a facility it intends to use in the performance of this Subcontract has been recommended to be placed on the USEPA's List of Violating Facilities; and (c) in the performance of this Subcontract, the Subcontractor will comply with all requirements of the Clean Air Act and the Clean Water Act, including the requirements of Section 114 of the Clean Air Act and Section 308 of the Clean Water Act, and all applicable clean air standards and clean water standards. In addition, if the Subcontractor awards any lower -tier goods or services (including construction) subcontracts under this Subcontract, the Subcontractor shall physically include this provision in all such subcontracts. FDEP-12 Revision 4 September 1999 ARTICLE 19 - DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549) 19.1. If the price of this Agreement/Contract equals or exceeds $25,000, the Owner shall not award this Agreement/Contract, nor permit any lower -tier goods or services (including construction) subcontract with a price equaling or exceeding $25,000 to be awarded, to any party that is debarred or suspended or is otherwise excluded from, or ineligible for participation in, Federal assistance programs under Executive Order 12549 (Debarment and Suspension). 19.2. The attention of all bidders or prospective contractors (including the Contractor) is directed to the certification/clause entitled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions", which has been extracted from Appendix B to 40 CFR Part 32 and included as Appendix A to these Supplementary Conditions. The certification/clause entitled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions" is applicable to this Agreement/Contract if the price of this Agreement/Contract equals or exceeds $25,000. 19.3. If bidders or prospective contractors (including the Contractor), or any prospective subcontractors at any tier, intend to let any lower -tier goods or services (including construction) subcontracts for any portion of the Work, they shall physically include, the certification/clause entitled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions", which is included as Appendix A to these Supplementary Conditions, in all lower -tier goods and services (including construction) subcontracts with a price equaling or exceeding $25,000 and in all solicitations for such subcontracts. ARTICLE 20 - EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 20.1. If the price of this Agreement/Contract exceeds $10,000, the Contractor, and each construction subcontractor awarded a lower -tier construction subcontract with a price exceeding $10,000, shall comply with Executive Order 11246 of September 24, 1965 (Equal Employment Opportunity), as amended by Executive Order 11375 of October 13, 1967, and as supplemented in United States Department of Labor regulations (41 CFR Part 60). 20.2. The attention of all bidders or prospective contractors (including the Contractor) is directed to the following, all of which are applicable to this Agreement/Contract if the price of this Agreement/Contract exceeds $10,000: 20.2.1. the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)", which has been extracted from 41 CFR 60-4.2(d) and included as Appendix B to these Supplementary Conditions; 20.2.2. the "Goals and Timetables for Minorities and Females", which are included as Appendix C to these Supplementary Conditions; 20.2.3. the "Equal Opportunity Clause", which has been extracted from 41 CFR 60-1.4(b) and included as Appendix D to these Supplementary Conditions; FDEP-13 Revision 4 September 1999 20.2.4..the "Notice to Be Posted", which has been extracted from 41 CFR 60-1.42(a) and included as Appendix E to these Supplementary Conditions; 20.2.5. the "Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)", which have been extracted from 41 CFR 60-4.3(a) and included as Appendix F to these Supplementary Conditions; 20.2.6. the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information", which is required by 41 CFR 60-1.7(b) and is included as Appendix G to these Supplementary Conditions; and 20.2.7. the "Certification of Nonsegregated Facilities", which is required by 41 CFR 60-1.8(b) and is included as Appendix H to these Supplementary Conditions. 20.3. If bidders or prospective contractors (including the Contractor), or any prospective construction subcontractors at any tier, intend to let any lower -tier construction subcontracts for any portion of the Work, they shall physically include in all lower -tier construction subcontracts with a price exceeding $10,000 and in all solicitations for such subcontracts the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)", the "Goals and Timetables for Minorities and Females", the "Equal Opportunity Clause", the "Notice to Be Posted", the "Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)", the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information", and the Certification of Nonsegregated Facilities", which are included as Appendices B through H to these Supplementary Conditions. 20.4. If the price of this Agreement/Contract exceeds $10,000, all bidders shall complete and submit to the Owner, with their bids, the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information", which is included as Appendix G to these Supplementary Conditions. In addition, if bidders (including the Contractor), or any prospective construction subcontractors at any tier, intend to let any lower -tier construction subcontracts for any portion of the Work, they shall obtain the "Certification of Compliance with 41 CFR 60-1.7: Reports and Other Required Information" from each prospective construction subcontractor that may be awarded a lower -tier construction subcontract with a price exceeding $10,000 and shall do so at the time bids or offers for each such subcontract are received or at the outset of negotiations for each such subcontract. 20.5. If the price of this Agreement/Contract exceeds $10,000, the apparent Successful Bidder shall complete and submit to the Owner, within ten calendar days after being notified of being the apparent Successful Bidder, the "Certification of Nonsegregated Facilities", which is included as Appendix H to these Supplementary Conditions. In addition, if the Contractor, or any construction subcontractor at any tier, intends to let any lower -tier construction subcontracts for any portion of the Work, it shall obtain the "Certification of Nonsegregated Facilities" from each prospective construction subcontractor that will be awarded a lower -tier construction subcontract with a price exceeding $10,000 and shall do so before awarding each such subcontract. FDEP-14 Revision 4 September 1999 20.6. If the price of this Agreement/Contract exceeds $10,000, the Owner shall give written notice to the Director of the Office of Federal Contract Compliance Programs within ten working days of award of this Agreement/Contract. The notice is to include the name, address, and telephone number of the Contractor; the employer identification number of the Contractor; the dollar amount of this Agreement/Contract; the estimated starting and completion dates of this Agreement/Contract; the number of this Agreement/Contract; and the geographical area in which the Work is to be performed. If the price of this Agreement/Contract equals or exceeds $50,000 and if the Contractor has 50 or more employees, the Contractor shall file with the Florida Department of Environmental Protection (FDEP)/United States Environmental Protection Agency (USEPA), within 30 calendar days after the award of this Agreement/Contract, a report on Standard Form 100 (EEO -1), which has been promulgated jointly by the Office of Federal Contract Compliance Programs, the Equal Employment Opportunity Commission, and Plans for Progress, unless the Contractor has submitted such a report within 12 months preceeding the date of award of this Agreement/Contract. In addition, the Contractor shall ensure that each construction subcontractor having 50 or more employees and a lower -tier construction subcontract with a price equaling or exceeding $50,000 also files with the FI)EP/USEPA, within 30 calendar days after the award to it of the lower -tier construction subcontract, a report on Standard Form 100 (EEO -1) unless the construction subcontractor has submitted such a report within 12 months preceding the date of award of the lower -tier construction subcontract. (Subsequent reports are to be submitted annually in accordance with 41 CFR 60-1.7(a) or at such other intervals as the Director of the Office of Federal Contract Compliance Programs may require.) FDEP-15 Revision 4 September 1999 NOTE: Articles 17, 18 19 and Appendix A only apply to Federal CAP Grant Projects. APPENDIX A TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION - LOWER TIER COVERED TRANSACTIONS [Note: This certification/clause has been extracted from Appendix B to 40 CFR Part 32 and is applicable to all FDEP-assisted goods and services (including construction) contracts and subcontracts with a price equaling or exceeding $25,000; this certification/clause is to be included in all FDEP-assisted goods and services (including construction) contracts and subcontracts with a price equaling or exceeding $25,000 and in all solicitations for such contracts and subcontracts.] Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in this clause, have the meanings set out in the Defmitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. FDEP-16 Revision 4 September 1999 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. (3) The prospective lower -tier participant also certifies that it and its principals: (a) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (b) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (3)(a) of this certification; and (c) Have not within a three-year period preceding this proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Where the prospective lower -tier participant is unable to certify to any of the above, such prospective participant shall attach an explanation to this proposal. FDEP-17 Revision 4 September 1999 APPENDIX B TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) [Note: This notice has been extracted from 41 CFR 60-4.2(d) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this notice is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on on all construction work in the covered area, are as follows: Timetables Goals for minority Goals for female participation for each participation in each trade trade Insert goals for each year. Insert goals for each year. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. FDEP-18 Revision 4 September 1999 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any) FDEP-19 Revision 4 September 1999 APPENDIX C TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS GOALS AND TIMETABLES FOR MINORITIES AND FEMALES [Note: These goals and timetables are the goals and timetables referred to in Paragraph 2 of the "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)"; these goals and timetables are to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] Appendix A The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally -assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Goals and Timetables Timetable Goals (percent) Indefinite 6.9 Appendix B-80 Until further notice, the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, federally assisted or nonfederally related project, contract or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA or EA goal contained in this Appendix B-80. FDEP-20 Revision 4 September 1999 Economic Areas State Goal (percent) Florida 041 Jacksonville, FL: SMSA Counties: 2900 Gainesville, FL FL - Alachua 3600 Jacksonville, FL FL - Baker, Clay, Duval, Nassau, St. Johns Non-SMSA Counties FL - Bradford, Columbia, Dixie, Gilchrist, Hamilton, LaFayette, Levy, Marion, Putnam, Suwannee, Union; GA - Brantley, Camden, Charlton, Glynn, Pierce, Ware 20.6 -21.8 22.2 042 Orlando - Melbourne - Daytona Beach, FL: SMSA Counties: 2020 Daytona Beach, FL 15.7 FL - Volusia 4900 Melbourne - Titusville - Cocoa, FL 10.7 FL - Brevard 5960 Orlando, FL 15.5 FL - Orange, Osceola, Seminole Non-SMSA Counties 14.9 FL - Flagler, Lake, Sumter 043 Miami - Fort Lauderdale, FL: SMSA Counties: 2680 Fort Lauderdale - Hollywood, FL 15.5 FL - Broward 5000 Miami, FL 39.5 FL - Dade 8960 West Palm Beach - Boca Raton, FL 22.4 FL - Palm Beach Non-SMSA Counties 30.4 FL - Glades, Hendry, Indian River, Martin, Monroe, Okeechobee, St. Lucie FDEP-2 1 Revision 4 September 1999 Economic Areas State Goal (percent) Florida - continued 044 Tampa - St. Petersburg, FL: SMSA Counties: 1140 Bradenton, FL 15.9 FL - Manatee 2700 Fort Myers, FL 15.3 FL - Lee 3980 Lakeland - Winter Haven, FL 18.0 FL - Polk 7510 Sarasota, FL 10.5 FL - Sarasota 8280 Tampa - St. Petersburg, FL 17.9 FL - Hillsborough, Pasco, Pinellas Non-SMSA Counties 17.1 FL - Charlotte, Citrus, Collier, DeSoto, Hardee, Hernando, Highlands 045 Tallahassee, FL: SMSA Counties: 8240 Tallahassee, FL 24.3 FL - Leon, Wakulla Non-SMSA Counties 29.5 FL - Calhoun, Franklin, Gadsden, Jackson, Jefferson, Liberty, Madison, Taylor 046 Pensacola - Panama City, FL: SMSA Counties: 6015 Panama City, FL 14.1 FL - Bay 6080 Pensacola, FL 18.3 FL - Escambia, Santa Rosa Non-SMSA Counties 15.4 FL - Gulf, Holmes, Okaloosa, Walton, Washington FDEP-22 Revision 4 September 1999 APPENDIX D TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS EQUAL OPPORTUNITY CLAUSE [Note: This clause has been extracted from 41 CFR 60-1.4(b) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this clause is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies FDEP-23 Revision 4 September 1999 invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. FDEP-24 Revision 4 September 1999 (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in. or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. FDEP-25 Revision 4 September 1999 APPENDIX E TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS NOTICE TO BE POSTED [Note: This notice has been eXtracted from 41 CFR 60-1.42(a) and is the notice referred to in Paragraphs (1) and (3) of the "Equal Opportunity Clause"; this notice is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] EQUAL EMPLOYMENT OPPORTUNITY IS THE LAW - DISCRIMINATION IS PROHIBITED BY THE CIVIL RIGHTS ACT OF 1964 AND BY EXECUTIVE ORDER NO 11246 Title VI of the Civil Rights Act of 1964 - Administered by: THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 75 or more employees, by Labor Organizations with a hiring hall of 75 or more members, by Employment Agencies, and by Joint Labor -Management Committees for Apprenticeship or Training. After July 1, 1967, employers and labor organizations with 50 or more employees or members will be covered; after July 1, 1968, those with 25 or more will be covered. ANY PERSON Who believes he or she has been discriminated against SHOULD CONTACT THE EQUAL EMPLOYMENT OPPORTUNITY COMMISSION 2401 E Street NW, Washington, D.C. 20506 Executive Order No. 11246 - Administered by: THE OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment. By all Federal Government Contractors and Subcontractors, and by Contractors Performing Work Under a Federally Assisted Construction Contract, regardless of the number of employees in either case. ANY PERSON Who believes he or she has been discriminated against SHOULD CONTACT THE OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS U.S. Department of Labor, Washington, D.C. 20210 FDEP-26 Revision 4 September 1999 APPENDIX F TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) [Note: These specifications have been extracted from 41 CFR 60-4.3(a) and are applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; these specifications are to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in, the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in FDEP-27 Revision 4 September 1999 accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the FEDERAL REGISTER in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. FDEP-28 Revision 4 September 1999 b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. FDEP-29 Revision 4 September 1999 i. Direci its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. FDEP-30 Revision 4 September 1999 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligation under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FDEP-3 1 Revision 4 September 1999 APPENDIX G TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION OF COMPLIANCE WITH 41 CFR 60-1.7: REPORTS AND OTHER REQUIRED INFORMATION [Note: This certification is required by 41 CFR 60-1.7(b) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] This certification relates to a construction contract proposed by , which (insert the name of the Owner) expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State revolving fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that: (1) I have / have not participated in a previous contract or subcontract subject to the Equal Opportunity Clause and (2) if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause, I have / have not filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance Programs, or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements. I understand that, if I have participated in a previous contract or subcontract subject to the Equal Opportunity Clause and have failed to file all reports due under the applicable filing requirements, I am not eligible, and will not be eligible, to have my bid or offer considered, or to enter into the proposed contract or subcontract, unless and until I make an arrangement regarding such reports that is satisfactory to the office where the reports are required to be filed. I agree that I will obtain identical certifications from prospective lower -tier construction subcontractors when I receive bids or offers or initiate negotiations for any lower -tier construction subcontracts with a` price exceeding $10,000. I also agree that I will retain such certifications in my files. (Signature of Authorized Official) (Date) (Name and Title of Authorized Official [Print or Type]) (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) FDEP-3 2 Revision 4 September 1999 (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) FDEP-33 Revision 4 September 1999 APPENDIX H TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS CERTIFICATION OF NONSEGREGATED FACILITIES [Note: This certification is required by 41 CFR 60-1.8(b) and is applicable to all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000; this certification is to be included in all FDEP-assisted construction contracts and subcontracts with a price exceeding $10,000 and in all solicitations for such contracts and subcontracts.] This certification relates to a construction contract proposed by (insert the name of the Owner) which expects to finance the proposed construction contract with assistance from the Florida Department of Environmental Protection (which administers a State revolving fund loan program supported in part with funds directly made available by grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor or subcontractor. I certify that I do not and will not maintain any facilities I provide for my employees in a segregated manner and that I do not and will not permit my employees to perform their services at any locations under my control where segregated facilities are maintained. I agree that I will obtain identical certifications from prospective lower -tier construction subcontractors prior to the award of any lower -tier construction subcontracts with a price exceeding $10,000. I also agree that I will retain such certifications in my files. (Signature of Authorized Official) (Date) (Name and Title of Authorized Official [Print or Type]) (Name of Prospective Construction Contractor or Subcontractor [Print or Type]) (Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or Type]) (Employer Identification Number of Prospective Construction Contractor or Subcontractor) FDEP-34 Revision 4 September 1999 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 PROJECT DESCRIPTION A. The Work described herein consists of the construction of The Village of Key Biscayne, Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade as indicated on the Drawings and specified herein. B. The Contract Documents include five sets of construction drawings, entitled Water Lines Replacement, Zone 1; Proposed Sanitary Sewer System, Zone 1; MDWASD Pump Station 131 Upgrade, Zone 1; Water Lines Replacement, Zone 4, Phase 2; and Proposed Sanitary Sewer System, Zone 4, Phase 2. C. The project is located in Zone 1 and Zone 4 of the Village of Key Biscayne. Zone 1 lays West of Crandon Boulevard. The boundaries for Zone 1 are approximately: Harbor Point to West, Harbor Circle and Curtiswood Road to the South, West Heather Drive to the North, and Allendale Road to the East. Zone 4 lays East of Crandon Boulevard. The boundaries for Zone 4 are approximately Crandon Boulevard to the West, East Heather Drive to the South, East Drive to the North, and Ocean Drive to the East. 1.02 WORK DESCRIPTION A. The work of this project consists of: 1. Civil/site work, including site clearing, earthwork and grading, pavement construction, construction of sewage collection system and lateral connection, pumping station upgrade, water main replacement including valves and appurtenances, fire hydrants, landscaping and roadway/right-of-way restoration. 2. Incidental work and items necessary to complete the project as indicated on the Drawings and as specified. B. In carrying out the Work, the CONTRACTOR shall comply with all applicable basic materials and construction requirements specified herein and with all notes, typical sections, and details shown on the Drawings, Schedules, supplemental specifications, special provisions of the Contract, and particular requirements relating to indicated Work items and construction activities. C. System Performance: Before substantial completion, inspect, test and adjust the performance of every system of the Work to ensure that the overall performance is in compliance with the terms of the Contract Documents. In addition: 1. Submit a report of results to the ENGINEER, 2. Instruct the Miami -Dade Water and Sewer Department operating personnel on operational requirements needed to maintain compliance, and Project 01-1588.00 01010-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. Report performance of completed installations that, after adjustment, appear unable to comply with requirements. 1.03 CONTRACT PRICE A. Construct the Work under a single unit price and lump sum combined Contract. The CONTRACTOR's compensation for all construction, materials, equipment and installation indicated on the Drawings and included in the Specifications will be deemed to be included in the Contract combined unit and lump sum items installed and accepted. END OF SECTION Project 01-1588.00 01010-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01020 ALLOWANCE ACCOUNT PART 1 - GENERAL The work described in this section is not to be confused with the responsibilities of the CONTRACTOR assigned in the Supplementary Conditions, 1.07 6.20 Safety and Protection, Section 02203 Structural Excavation, Backfill and Compaction, or for the work of traffic police during daily operations. 1.02 DESCRIPTION A. Cash Allowances: The bidder shall include in his Base Bid allowances as shown in the Allowance Items of the Bid List in the Proposal. The account will be for Work of the Utility Companies, as requested by the ENGINEER, for Village of Key Biscayne Police Department Assistance, as Requested by the ENGINEER, or the OWNER, or for other expenses as requested by the OWNER. B. Cash allowance invoices shall include the complete cost for these items. C. The work must be pre -approved by the ENGINEER. The CONTRACTOR shall not mark up the cost of these items for payment. Receipts of payment shall accompany any invoice for this work. 1.03 ADJUSTMENTS A. If the costs, when determined, vary from the allowances specified above, the Contract sum will be adjusted accordingly by Change Order. END OF SECTION Project 01-1588.00 01020-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01024 MEASUREMENT AND PAYMENT PART 1 -- GENERAL 1.01 SCOPE A. Payment for all work under this contract shall be made in accordance with the provisions of the general covenants and conditions based on the specific provisions of this section of the specifications. It is intended that all work required to provide a complete and working system, acceptable to the engineer, would be included in the various bid items described below. PART 2 — PAYMENT ITEMS 2.01 Zone 1 and Zone 4 Water Main Replacement, Sanitary Sewer System and MDWASD Pump Station 131 Upgrade A. The format for Payment Requests shall be as directed by the ENGINEER. This shall include the level of breakdown and grouping of payment items. B. Measurement: Measurement of work for payment will be made under this contract. All labor, materials, and work performed for construction of the facilities shall be included in the aggregate price entered in the Proposal for each bid item. C. Items 1 Furnish and Install 6 -inch PVC, C-900 Sewer Laterals (Sewer Mains 0 to 7- & 49 ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. D. Items 2 Furnish and Install 6 -inch PVC, C-900 Sewer Laterals (Sewer Mains 7 to 12- & 50 ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. E. Items 3 Furnish and Install 8 -inch PVC, C-900 Sanitary Sewer (0 to 6 -ft. deep), will & 51 be paid for at the unit price bid times the number of linear feet of pipe required. F. Item 4 Furnish and Install 8 -inch PVC, C-900 Sanitary Sewer (6 to 8 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. G. Item 5 Furnish and Install 8 -inch PVC, C-900 Sanitary Sewer (8 to 10 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. H. Items 6 Furnish and Install 8 -inch Ductile Iron Pipe Sanitary Sewer (0 to 6 -ft. deep), & 52 will be -paid for at the unit price bid times the number of linear feet of pipe required. Project 01-1588.00 01024-1 Village of Key Biscayne 7nne 1 and 7nne 4 I. Items 7 Furnish and Install 8 -inch Ductile Iron Pipe Sanitary Sewer (6 to 8 -ft. deep), & 53 will be paid for at the unit price bid times the number of linear feet of pipe required. J. Items 8 Furnish and Install 10 -inch PVC, C-900 Sanitary Sewer (6 to 8 -ft. deep), will & 54 be paid for at the unit price bid times the number of linear feet of pipe required. K. Item 9 Furnish and Install 10 -inch PVC, C-900 Sanitary Sewer (8 to 10 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. L. Items 10 Furnish and Install 10 -inch Ductile Iron Pipe Sanitary Sewer (6 to 8 -ft. deep), & 55 will be paid for at the unit price bid times the number of linear feet of pipe required. Ll. Item 56 Furnish and Install 10 -inch Ductile Iron Pipe Sanitary Sewer (8 to 10 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. M. Item 11 Furnish and Install 12 -inch PVC, C-900 Sanitary Sewer (8 to 10 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. N. Item 12 Furnish and Install 12 -inch PVC, C-900 Sanitary Sewer (10 to 12 -ft. deep), will be paid for at the unit price bid times the number of linear feet of pipe required. 0. Items 13 Furnish and Install Sanitary Sewer Manhole (0 to 6 -ft deep), will be paid for & 57 at the unit price bid times the number of manholes required. P. Items 14 Furnish and Install Sanitary Sewer Manhole (6 to 8 -ft deep), will be paid for & 58 at the unit price bid times the number of manholes required. Q. Item 15 Furnish and Install Sanitary Sewer Manhole (8 to 10 -ft. deep), will be paid for at the unit price bid times the number of manholes required. R. Item 16 Furnish and Install Sanitary Sewer Manhole (10 to 12 -ft. deep), will be paid for at the unit price bid times the number of manholes required. S. Items 17 Furnish and Install Sanitary Sewer Conflict Manhole (various sizes and & 59-65 depths), will be paid for at the unit price bid times the number of manholes required. T. Items 18 Furnish and Install Plugs, will be paid for at the unit price bid times the & 66 number of plugs required. Project 01-1588.00 01024-2 Village of Key Biscayne March 1, 2007 Zone 1 and Zone 4 U. Item 19 Furnish and Install Complete new Pump Station 131, will be paid for at the lump sum price and will based upon completion and acceptance by the OWNER of the complete installation. This price will constitute full payment for removal, demolition, decommissioning of existing station structures, equipment, piping accessories, and furnishing and installing the wet well, valve vault, pumps, piping, plug valves, check valves, miscellaneous valves, valve vault hatches, wet well hatches, emergency pump -out, all electrical systems and all accessories necessary for a complete installation and shall include, but not limited to: excavation; backfilling; sheeting and shoring if necessary; dewatering the excavation; installing structures and equipment; maintenance driveway; water service; and all miscellaneous items required for a complete and satisfactory installation and ready for operation. U1. Item 67 Connect to Existing Pump Station, will be paid for at the lump sum price. V. Items Core Drill Wet Well, will be paid for at the lump sum price. 20&68 W. Items Overlay (1"S-3 Asphalt), will be paid for at the lump sum price. 21, 44, 69 & 90 X. Items Asphalt/Concrete/Brick Driveway/Road Restoration, will be paid at the lump 22, 45, sum price. 70 & 91 Y. Items Landscaping/Sod Restoration, will be paid for at the lump sum price. 23, 46, 71 & 92 Z. Items Utility Conflicts and Police Department Assistance, is an allowance and will 24, 47, be paid for to reflect the actual amounts due the CONTRACTOR on account 72 & 93 of Work covered by the allowance. AA. Items Maintenance of Traffic, will be paid for at the lump sum price. 25, 48, 73&94 BB. Items 26 Furnish and Install 6 -inch Ductile Iron Water Mains, will be paid for at the & 74 unit price bid times the number of linear feet of pipe required. CC. Items 27 Furnish and Install 8 -inch Ductile Iron Water Mains, will be paid for at the & 75 unit price bid times the number of linear feet of pipe required. DD. Items 28 Furnish and Install 1" Copper Tubing Water Services Laterals, will be paid & 76 for at the unit price bid times the number of water service laterals required. EE. Items 29 Reconnect Water Meter, will be paid for at the unit price bid times the & 77 number reconnections required. Project 01-1588.00 March 1 2007 01024-3 Village of Key Biscayne 7nne 1 and 7nne 4 FF. Items 30 Reconnect Fire Hydrant, will be paid for at the unit price bid times the & 78 number of reconnections required. GG. Items 31 Reconnect Fire Hydrant/Reconnect Water Service, will be paid for at the unit & 79 price bid times the number of reconnections required. HH. Items 32 Furnish and Install 8 -inch Gate Valves, will be paid for at the unit price bid & 80 times the number of valves required. II. Items 33 Furnish and Install (8" X 6") Tees, will be paid for at the unit price bid times & 81 the number of Tees required. JJ. Items 34 Furnish and Install (8" X 8") Tees, will be paid for at the unit price bid times & 82 the number of Tees required. KK. Item 35 Furnish and Install (8" — 11.25°) Bends, will be paid for at the unit price bid times the number of bends required. LL. Item 36 Furnish and Install (8" — 22.5°) Bends, will be, paid for at the unit price bid times the number of bends required. MM. Items 37 Furnish and Install (8" — 45°) Bends, will be paid for at the unit price bid & 84 times the number of bends required. NN. Items 38 Furnish and Install (6" or 8" — 90°) Bends, will be paid for at the unit price & 83 bid times the number of bends required. 00. Items 39 Furnish and Install (8" x 6") Reducer, will be paid for at the unit price bid & 85 times the number of reducers required. PP. Items Furnish and Install Tapping Sleeves (various sizes) and Valves (various 40, 86 sizes), will be paid for at the unit price bid times the number of tapping & 87 sleeves and valves required. QQ. Item 41 Furnish and Install Plugs, will be paid for at the unit price bid times the number of plugs required. RR. Item 88 Cut, Plug and Decommission Existing Water Mains, will be paid for at the unit price bid times the number of cut and plugs required. SS. Item 42 Furnish and Install Transition Couplings, will be paid for at the unit price bid times the number of plugs required. TT. Items 43 Remove Existing Piping, will be paid for at the unit price bid times the & 89 number of linear feet of pipe removal required. END OF SECTION Project 01-1588.00 01024-4 Village of Key Biscayne March 1, 2007 Zone 1 and Zone 4 SECTION 01025 APPLICATION FOR PAYMENT PART 1 - GENERAL 1.01 GENERAL A. Submit applications for payment to ENGINEER in accordance with provisions of General Conditions and Agreement between OWNER and CONTRACTOR. 1.02 FORMAT AND DATA REQUIRED A. Submit itemized application typed on approved Application for Payment Forms and continuation sheets. B. Format, Schedules, Line Items and Values: Complete submittal based on approved Schedule of Values as described in Section 01370. 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including Change Orders executed before date o f submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of Work, with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each scheduled line item when Work has been performed or products stored. 3. List each Change Order executed before date of submission, at end of continuation sheets. List by Change Order Number, and description, as for original component item of Work. 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When OWNER or ENGINEER requires substantiating data, submit appropriate information, with cover letter identifying: ' 1. Project. Project 01-1588.00 01025-1 Village of Key Biscayne 2. Application number and date. 3. Detailed list of enclosures. 4. Stored products including: a. Invoices, and item number and identification as shown on application. b. Description of specific material. B. Submit one copy of data and cover letter for each copy of application. 1.05 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in application form as specified for progress payments. B. Use continuation sheet for presenting final statement of accounting as specified in Section 01700, Contract Closeout. 1.06 SUBMITTAL PROCEDURE A. Submit Applications for Payment to ENGINEER at times stipulated in General Conditions and Agreement. B. Number: Submit six copies. C. When ENGINEER finds application properly completed and correct, ENGINEER will transmit certified application to OWNER, with copy to CONTRACTOR. END OF SECTION Project 01-1588.00 01025-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01028 CHANGES IN THE WORK PART 1 - GENERAL 1.01 RELATED REQUIREMENTS A. Comply with applicable provisions of General Conditions and agreement between OWNER and CONTRACTOR. 1.02 SUBMITTALS A. Submit name of the individual authorized to accept changes, and to be responsible for informing others in CONTRACTOR's employ of changes in the Work. 1.03 DEFINITIONS A. Change Order: See General Conditions. B. Construction Change Authorization: Written order to CONTRACTOR, signed by OWNER and ENGINEER, which amends Contract Documents as described, and authorizes CONTRACTOR to proceed with change that affects Contract Sum or Contract Time, for inclusion in subsequent Change Order. C. ENGINEER's Supplemental Instructions: Written order, instructions, or interpretations, signed by ENGINEER, making minor changes in Work not involving change in Contract sum or Contract Time. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide data to support computations including: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. Project 01-1588.00 01028-1 Village of Key Biscayne and Zone 4 D. Support, each request for additional cost for work done on a time and material basis, with additional information including: 1. Origin and date of request. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for product, equipment, and subcontracts, similarly documented. 1.05 PRELIMINARY PROCEDURES A. OWNER or ENGINEER may submit to the CONTRACTOR a change proposal request which includes detailed description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change, and the period of time during which the requested price will be considered valid. B. CONTRACTOR may initiate a change by submittal of a request to ENGINEER describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation and a statement of the effect on Work of separate contractors. 1.06 CONSTRUCTION CHANGE AUTHORIZATION A. ENGINEER may issue a Change Authorization Form, signed by the OWNER, instructing CONTRACTOR to proceed with a change in the Work, for inclusion in a subsequent Change Order. B. Promptly execute the change in Work. 1.07 LUMP SUM CHANGE ORDER A. The Change Order will be based on Change Proposal Request and CONTRACTOR's lump sum quotation. 1.08 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, Change Proposal Request/Change Order will be executed on a lump sum basis. B. For unit costs or quantities of units of work that are not predetermined, execute Work under a not -to -exceed Change Proposal Request. Changes in Contract Sum or Contract time will be computed as specified for time and material Change Order. 1.09 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in the General Conditions. B. ENGINEER will determine the change allowable in Contract Sum and Contract Time as provided in the General Conditions. , Project 01-1588.00 01028-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01040 COORDINATION PART 1 - GENERAL 1.01 PRECONSTRUCTION MEETING A. Prior to commencement of work, a preconstruction meeting will be held in compliance with the applicable provisions of Section 01200, for the purpose of clarifying the administrative procedures for prosecution of the work and explaining any requirements of the Contract Documents that are not understood. 1.02 COORDINATION OF DRAWINGS ANI) SPECIFICATIONS A. Before execution of Work, review all Drawings and Specifications and immediately report to the ENGINEER, in writing, all errors, discrepancies, and/or omissions discovered and submit one set of Contract Documents marked in red pencil clearly indicating the discrepancies. B. Where variances occur between Drawings and Specifications, between large-scale drawings over small scale, or within either document itself, include the item or arrangement of better quality, greater quantity, or higher cost in Bid Price. ENGINEER will have fmal decision regarding item and manner in which the work is to be installed. C. Where such variances are encountered, notify ENGINEER for interpretation or decision before proceeding with the work, and such interpretation or decision will be fmal. D. Compare Drawings and verify the figures before laying out work. The CONTRACTOR will be held responsible for conflicts that might have been avoided by such verification. E. Drawings are diagrammatic and indicate general arrangement of systems and work included in the Contract. 1. Follow Drawings in laying out the work and check Drawings of various trades to verify spaces in which work is to be installed. 2. Notify ENGINEER where space conditions appear inadequate before proceeding. 3. If directed by ENGINEER, make reasonable modifications in layout as needed to prevent conflict with work of various trades or for proper execution of work, without extra charge. 1.03 COORDINATION OF THE WORK A. Coordinate construction activities of the various trades and disciplines to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. Project 01-1588.00 01040-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Verify that characteristics and elements of interrelated operating equipment are compatible. Coordinate work of various trades having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Mechanical/Electrical: 1. Coordinate space requirements and installation of mechanical and electrical work indicated diagrammatically on Drawings. 2. Follow routing shown for pipes, ducts, and conduits, as closely as practicable. 3. Make runs parallel with lines of building. 4. Utilize spaces efficiently to maximize accessibility for other installations, maintenance, and repairs. 5. In finished areas, unless otherwise shown, conceal pipes, ducts, and wiring in construction. 6. Coordinate locations of fixtures and outlets with finish elements. D. Execute cutting and patching to integrate elements of Work, uncover ill-timed, defective, and non -conforming work, provide openings for penetrations of existing surfaces, and provide samples for testing. E. Seal penetrations through floors, walls, and ceilings. 1.04 COORDINATION RESPONSIBILITIES A. Subcontractor Coordination: 1. Insure subcontractors are knowledgeable of all provisions of Division 1, General Requirements, and are responsible for conforming to applicable requirements and instructions stated. 2. Assume responsibility for administering Work performed by subcontractors in accordance with Division 1, General Requirements. B. Installation Sequencing: 1. Examine materials and installations performed by other trades before starting next stage or adjacent work. 2. Immediately correct unsatisfactory conditions that hinder or restrict correct installation of next stage or adjacent work. 3. Start of next stage or adjacent work will be construed as acceptance of previous or adjacent work whether or not conditions are satisfactory. Project 01-1588.00 01040-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 4. Any work requiring subsequent removal or replacement due to unsatisfactory or defective work shall be at no expense to the OWNER. 1.05 PROJECT SIGNS A. Subject to prior approval of ENGINEER and OWNER as to size, design, type and location, and local regulations, temporary signs may be erected by the CONTRACTOR and Subcontractor for purposes of identification and for controlling traffic. Any work that requires traffic control will be subject to the U.S. Department of Transportation Federal Highway Administration Manual on Uniform Traffic control Devices, and Florida Department of Transportation Manual on Traffic Control and State Practices, both of the most current editions. B. Furnish, erect, and maintain such signs as may be required by Safety Regulations or as necessary to safeguard life and property. END OF SECTION Project 01-1588.00 01040-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01050 FIELD ENGINEERING PART 1- GENERAL 1.01 SECTION INCLUDES A. Provide field engineering services for project as indicated on Drawings and specified in this Section. 1.02 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Florida Registered Engineer or Land Surveyor. 1.03 SURVEY REFERENCE POINTS A. Existing basic horizontal and vertical control points are designated on Drawings. All elevations are referred to NGVD 1929. Establish all vertical and horizontal controls required for construction. B. Locate and protect control points prior to starting site work, and preserve permanent reference points during construction. 1. Make no changes or relocations of such points without prior written notice to ENGINEER. 2. Report to ENGINEER when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 3. Require surveyor to replace control points which may be lost or destroyed. Establish replacements based on original survey control. 1.04 PROJECT SURVEY REQUIREMENTS A. Establish a minimum of two permanent bench marks on the project site, all referenced to data established by survey control points. Record locations, with horizontal and vertical data, on Project Record Documents. B. Establish lines and levels, locate and lay out, by instrument and similar appropriate means. 1. Site improvements. 2. Building foundation, column locations, floor levels and roof levels. 3. Controlling lines and levels required for mechanical and electrical trades. C. Verify layouts by same methods from time to time. 1.05 RECORDS A. Maintain a complete, accurate log of control and survey work as it progresses. Project 01-1588.00 01050-1 Village of Key Biscayne 7r,no 1 n+,.7 7..n,=. A B. On completion of foundations and major site improvements, prepare a certified survey showing finished dimensions, locations, angles and elevations of construction. 1.06 SUBMITTALS A. Submit name and address of surveyor or professional engineer to ENGINEER. B. On request of ENGINEER, submit documentation to verify accuracy of field survey work. C. Submit certificate signed and sealed by a State of Florida Professional Land Surveyor certifying that elevations and locations of improvements are in conformance with Contract Documents. END OF SECTION Project 01-1588.00 01050-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01065 PERMITS PART 1 - GENERAL 1.01 GENERAL A. The Contractor shall obtain and pay for all permits and fees in connection with the work. The Contractor shall also initiate the Department's review and secure Department approval prior to commencement of the work. Inspection by Department personnel is required in addition to, not in lieu of, municipal and County department inspections. No project will be accepted until it has passed all inspections, including pavement installation or replacement. B. The Contractor shall familiarize himself with, and comply with, all requirements of required permits. The Contractor's particular attention is called to any Special Conditions of the permits relating to construction procedures, excavation and backfill requirements, open trench restrictions, turbidity control and all other general and special conditions, including 1:10 cement mix and pavement details. In the event any of the conditions of the permits are in conflict with the requirements of these Specifications, the more stringent conditions of the permits shall take precedence. C. Any deviations from the Plans, Specifications or required permits, must first be approved by the Department even if approval for the change has been given by the permitting agency. D. The Contractor shall assume throughout the life of the project all obligations and responsibilities imposed by the permits. E. All surveying required by the project permits will be done by the Contractor's Florida registered Land Surveyor. This includes staking out limits of construction. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION Project 01-1588.00 01065-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01090 REFERENCED STANDARDS PART 1 - GENERAL A. Referenced Standards: Specifications or standards referenced herein shall be the copies or editions current on the date of Advertisement for Bids. In case of a conflict between the referenced specifications or standards, the one having the more stringent requirements shall govern. In case of conflict between the referenced specifications or standards and the Contract Documents, the Contract Documents shall govern. B. Abbreviations: AA - Aluminum Association AAMA Architectural Aluminum Manufacturers Association AASHTO - American Association of State Highway and Transportation Officials ACI American Concrete Institute AIEE - American Institute of Electrical Engineers,(Now IEEE) AIMA - Acoustical and Insulating Materials Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI - American National Standard Institute APTA American Public Transit Association APWA American Public Works Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPB American Wood Preservers Bureau AWS American Welding Society AWWA - American Water Works Association CRSI - Concrete Reinforcing Steel Institute CS Commercial Standard FM - Factory Mutual Engineering and Research FS - Federal Standard IEEE Institute of Electrical and Electronic Engineers IPCEA - Insulated Power Cable Engineers Association MIL - Military Standardization Documents NAAMM National Association of Architectural Metal Manufacturers NBFU National Board of Fire Underwriters NBS - National Bureau of Standards NEC National Electrical Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NSF - National Science Foundation OSHA - U.S. Dept. of Labor, Occupational Safety and Health Association PCI Prestressed Concrete Institute Project 01-1588.00 01090-1 Village of Key Biscayne March 2007 7nne I and 7nne 4 SDI - Steel Decks Institute SJI - Steel Joists Institute SMACNA - Sheet Metal and Air Conditioning Contractors' National Association SSPC - Structural Steel Painting Council UL - Underwriter's Laboratories, Inc. END OF SECTION Project 01-1588.00 01090-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01100 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.01 EXISTING BUILDINGS A. Where work of this Project is to be performed in areas of existing improvements, coordinate the work with utilization of such improvements, make provisions to minimize restriction of access to public and private property and facilities, and to minimize disruption of traffic and exercise extreme care to prevent damage to and interference with the existing improvements. 1.02 EXISTING UTILITIES A. Existing utilities and appurtenances indicated on the Drawings were located from existing records. No guaranty is made that all existing facilities are indicated or that those indicated are entirely accurate. Verify the locations, character, and depths of all existing utilities prior to performing any Work. Contact each utility agency to obtain its requirements concerning the work near its facilities and exercise extreme caution to eliminate any possibility of damage to utilities resulting from project operations. The OWNER and ENGINEER will assume no liability for damages sustained or costs incurred because of the CONTRACTOR's operations near existing utilities or structures. The CONTRACTOR hereby agrees that he shall have no claim for delay or for extra compensation and that he shall have no claims for relief from any obligation or responsibility under the Contract because of any utility pipe or other underground structure encountered. Notify the ENGINEER of any deviation between existing conditions and the Drawings. 1.03 LAND FOR CONSTRUCTION PURPOSES A. The OWNER will approve areas for construction purposes and for the storage of materials and equipment. The CONTRACTOR will make the location of these areas known to the OWNER prior to commencement of construction. Maintain traffic routes between the storage areas and construction sites in good condition, clear of all equipment, materials, etc. for the duration of the Contract. B. Obtain and pay all costs in connection with any work areas, storage sites, access to the construction site or temporary right-of-way which may be required for proper completion of the work. C. Responsibility for protection and safekeeping of equipment and materials at or near construction sites shall be solely that of the CONTRACTOR and no claims shall be made against the OWNER because of any act of an employee or trespasser. Should an occasion arise necessitating access by the OWNER to the sites occupied by the stored equipment and materials, immediately move them. Place no equipment or materials upon public or private property until permission has been received therefore. D. Upon completion of the Contract, remove from the storage areas all equipment, field offices, fencing, surplus materials, rubbish, etc., and leave the areas clean and restored to their original condition. Fill, compact, and resurface all holes or excavations made for fence installation, as directed by the ENGINEER. Project 01-1588.00 March 2007 Zone 1 and Zone 4 01100-1 Village of Key Biscayne 1.04 WATER POLLUTION PREVENTION AND EROSION CONTROL A. When disposing of water from dewatering and other operations, take all actions necessary to prevent contamination of or disturbance to the environment or natural habitat of the properties adjacent to the site, and comply with the requirements and restrictions set by the regulatory agencies having jurisdiction. Schedule and control the operations to confine all runoff water from disturbed surfaces, water from dewatering operations, and water in existing ditches that becomes contaminated with lime silt, muck, and other deleterious matter from the construction operations. B. Provide all temporary materials and operations necessary to attain the required pollution and erosion controls including, but not limited to, temporary seeding, filter blankets, chemicals, temporary dikes and ditches, silt screens, fiber mats, mulches, sod, bituminous spray and other erosion control devices. The pollution control procedures shall include control of lime suspended in water which may flow into canals and ditches and which may require the use of screens, filter blankets, and coagulants within such ditches. Maintain all pollution and erosion prevention procedures, materials, equipment and other related items in an approved condition until notified by the ENGINEER to discontinue such maintenance. C. Where necessary, channel runoff water from construction areas and all water from dewatering operations into temporary stilling Basins. 1.05 COORDINATION WITH TRAFFIC CONTROL AGENCIES A. Perform the work under this Contract with a minimum of interruption to traffic movement on existing streets and roadways. In order to limit such interruption, coordinate the work with all agencies having jurisdiction and schedule the work so that interruptions are held to a minimum. B. Provide in the work schedule submittal documentation of the CONTRACTOR's coordination with such agencies and do not deviate from the approved schedule without prior approval therefrom. Provide proper maintenance and control of all traffic in the areas of construction during the course of construction. Furnish and maintain all required traffic control signs and devices, barricades, safety cones, flashers, lights, flambeaus, and similar devices. 1.06 PRECONSTRUCTION CONFERENCE A. Prior to commencement of construction, a preconstruction conference will be held to review CONTRACTOR's construction progress schedule and proposed sequence of construction, to establish procedures for traffic maintenance and control, for handling shop drawings and other submittal and to establish a working understanding between the parties as to the project. B. Prior to the preconstruction conference, submit to the OWNER a construction progress schedule showing chronologically all operations contemplated and necessary for the successful completion of the work within the agreed Contract time and a schedule of shop drawings and submissions. Include a detailed description of the proposed construction procedures showing evidence of coordination and compliance with the requirements of the traffic control agencies. The OWNER reserves the right to make changes to the sequence as necessary to facilitate the work or to minimize any conflict with traffic operations. 1.07 CONNECTIONS TO EXISTING PIPING Project 01-1588.00 01100-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Perform all connections to existing piping systems in such a manner that no damage and minimal interruption is caused to the existing installation. Repair or replace any damage caused to existing installations at no additional cost to the OWNER. Coordinate operations with the utility company and notify the utility at least 48 hours in advance of any activity that may affect the piping system. 1.08 HYDRAULIC UPLIFT ON STRUCTURES A. Make all necessary provisions to safeguard any structures that may become buoyant during the construction operations due to the groundwater or floods and before the structure is put into operation. Should there be any possibility of buoyancy of a structure; take the necessary steps to prevent its buoyancy either by increasing the structure's weight, by filling it with approved material or other acceptable methods. Repair damage to any structures due to floating or flooding or replace the structures if necessary, at no cost to the OWNER. END OF SECTION Project 01-1588.00 01100-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01101 MOBILIZATION PART 1 - GENERAL 1.01 DESCRIPTION The work specified in this section consists of the preparatory tasks and operations in mobilizing for the beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and for the establishment of temporary offices per section 01590, buildings, safety equipment, Color Audio -Video Taping, first aid supplies, sanitary and other facilities, as required by these specifications, the special conditions, and State and local laws and regulations. The costs of bonds and any required insurance, permits, surveying, shop drawing submittal, and any other pre -construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included m this section. This work also includes the cost of removing all equipment and materials and restoring 1 he storage and office space sites to original or better condition. The CONTRACTOR shall include in the Mobilization all costs for indemnification, a minimum of $10.00, per General Conditions, Article 6.30, and Florida Statutes Section 725.00. Payment for Mobilization will be made based on 33-1/3 percent of the lump sum mobilization amount, less applicable retainage, in each of the first three partial payment requests. The total payment for mobilization shall not exceed 8% of the Contract price. The Village of Key Biscayne will not allow construction office trailers on the key. The CONTRACTOR must provide local offices for the ENGINEER and Himself, as required in section 01590. The CONTRACTOR will not use or store any materials on public or private property without written permission of the property OWNER. The Village of Key Biscayne shall require from the CONTRACTOR, a copy of all agreements made by the CONTRACTOR with private property owners regarding storage of materials on their property. Some feasible method of equipment and materials storage, acceptable to the ENGINEER, must be submitted by the CONTRACTOR at the pre - construction meeting. No work may be started without an acceptable local storage area. END OF SECTION 1 1 Project 01-1588.00 01101-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01102 MAINTENANCE OF TRAFFIC PART 1 - GENERAL 1.01 DESCRIPTION Any work that requires traffic control will be subject to the U.S. Department of Transportation Federal Highway Administration Manual on Uniform Traffic Control Devices, and Florida Department of Transportation Manual on Traffic Control and State Practices, both of the most current editions. Coordination of traffic will be between the CONTRACTOR, and the Village of Key Biscayne Police Department. A Maintenance of Traffic plan must be submitted to the Village of Key Biscayne Police Department, and delivered approved to the ENGINEER, at the Pre -Construction Meeting. The ENGINEER shall then review the plan, as coordination between work in all zones will be required. Both the Police Department and the ENGINEER must approve the plan before any excavation work may begin. The work specified in this section consists of maintaining traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction; the control of dust and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans or in these complete specifications. The term, Maintenance of Traffic, shall include all of such facilities, devices, and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance. 1.02 DETOURS OVER EXISTING ROADS AND STREETS When traffic is required to be detoured, by the MOT Traffic Plan or ordered by the Village of Key Biscayne Police Department, over roads or streets outside the project area, the CONTRACTOR shall maintain all signs and other devices placed for the purpose of the detour. The bus routes must be kept open during construction. Deviations ordered to the Maintenance of Traffic Plan to keep the bus routes open, or to relieve traffic congestion due to the construction, will not be considered extra to the Contract sum. The MOT traffic plan should indicate the proposed routes of detour for the busses. The CONTRACTOR will coordinate with the Village of Key Biscayne Police Department for the initial routes. PART 2 - SPECIFIC REQUIREMENTS. 2.01 MAINTENANCE OF ROADWAY SURFACES Staging of materials on the Right -of -Way is permissible for a total distance of no greater than 600 If. Open ditches are permissible for a total distance of no greater than 600 lf. All open ditches left overnight must be secured as acceptable to the Village of Key Biscayne Police Department. No exceptions will be made. The CONTRACTOR will be required to notify the residents two days prior to when they intend to begin construction in their area, (please note notification example in Exhibit C.). All lanes that are being used for the maintenance of traffic, including those on detours and Project 01-1588.00 01102-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 temporary facilities, shall be adequately maintained, with a substantial surface under all weather conditions. The lanes shall be kept reasonably free of dust and, when necessary to accomplish this, they shall be sprinkled with water, or some other dust palliative shall be applied, the type and frequency of application as per approval of the ENGINEER. The lanes on which traffic is to be maintained shall be constructed of materials compatible to the local conditions. The lanes shall be provided with the drainage facilities necessary to maintain and adequately substantial, smooth riding surface under all weather conditions. Paved surfaces are preferential for lanes of maintenance of traffic, however if traffic is maintained off the edge of pavement, or the width of the lanes forces traffic off of the paved surfaces, any damage to sod, vegetation, trees, driveways, fences or private property will be repaired or replaced, by the CONTRACTOR, to pre -construction condition and this work will not be extra to the Contract Sum. 2.02 NUMBER OF TRAFFIC LANES Except as otherwise specified herein, on the plans, or in the special conditions, the CONTRACTOR shall maintain one lane of traffic in each direction. Two lanes of traffic in each direction shall be maintained at existing four or more lane cross roads, where necessary to avoid undue traffic congestion. Unless otherwise specified, the width of each lane used for maintenance of traffic shall be at least as wide as the traffic lanes existing in the area prior to commencement of construction. Traffic control and warning devices shall not encroach on lanes used for maintenance of traffic. The CONTRACTOR may be allowed to restrict traffic to one-way operation for short periods if adequate means of traffic control are effected and traffic is not unreasonably delayed. When a construction activity requires restricting traffic to one-way operations, the flag persons should have visual Contract with each other. When visual contact is not possible, the CONTRACTOR shall equip flagmen with two-way radios, use flag -carrying, pilot vehicles, or use traffic signals. A traffic police officer will be required when closing lanes on Harbor Drive, West Mashta Drive, West Wood Drive, and Fernwood Drive. The CONTRACTOR must coordinate this work with the Village of Key Biscayne Police Department. No street closings will be allowed. Emergency vehicles must have access to each residence at all times. 2.03 CROSSINGS AND INTERSECTIONS Adequate accommodations for intersecting and crossing traffic shall be provided and maintained and, except where specific permission is given, no road or street crossing the project shall be blocked or unduly restricted. 2.04 ACCESS FOR RESIDENCES AND BUSINESSES The CONTRACTOR shall not isolate residences and places of business. Access shall be provided to all residences and all places of business whenever construction interferes with the existing means of access. The CONTRACTOR will be required to place commercial base material in any driveways affected by the project where considered necessary by the ENGINEER, to provide safe, stable, and reasonable access to residences and businesses. Project 01-1588.00 01102-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2.05 PROTECTION OF THE WORK FROM INJURY BY TRAFFIC Where traffic would be injurious to a base, surface course or structure, constructed as part of the work, all traffic shall be maintained outside the limits of such areas until the potential for injury no longer exists. 2.06 ALTERNATIVE TRAFFIC CONTROL PLAN In the event that the CONTRACTOR desires to make a conceptual change to the Traffic Control Plan, he must have the plan approved by the Village of Key Biscayne Police Department. END OF SECTION Project 01-1588.00 01102-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01200 PROJECT MEETINGS PART 1 - GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre -Construction Meeting. 2. Progress Meetings. 1.02 PRE -CONSTRUCTION MEETING A. The OWNER will schedule a pre -construction conference and organization meeting at a convenient location no later than 10 days after the Award of Contract and prior to commencement of construction activities. The purpose of the meeting will be to review responsibilities and personnel assignments, to clarify the administrative procedures for prosecution of the work and to explain any requirements of the Contract Documents that are not understood. B. Agenda: Discuss items of significance that could affect progress including such topics as: 1. The Project Team and its responsibilities. 2. The lines of communication. 3. Project construction schedule and sequence of construction. 4. Payments to the CONTRACTOR. 5. Schedule of Values. 6. Mobilization and staging. 7. Traffic maintenance. 8. Progress meetings. 9. Changes in the work. 10. Substitutions. 11. Testing and inspeetions. 12. Submittal of Shop Drawings, Product Data, and Samples. Project 01-1588.00 01200-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 13. Clarifications. 14. Time extensions. 15. Project acceptance procedures. 16. Retainage and final payment. 17. Liquidated damages. 18. Other Division 1 issues as required. 1.03 PROGRESS MEETINGS A. Attend periodic progress meetings held at the project site on a regularly scheduled basis agreed upon by all interested parties at preconstruction meeting. B. Attend special meetings called by the ENGINEER throughout progress of work. C. Meetings will be administered by the ENGINEER. The following list of suggested agenda items may be incorporated into progress meetings as directed by the ENGINEER: 1. Review, approval of minutes of previous meeting. 2. Review of work progress since last meeting. 3. Field observations, problems, and conflicts. 4. Problems that impede construction schedule. 5. Review of off -site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revision to construction schedule. 8. Coordination of schedules. 9. Review submittal schedules; expedite as required. 10. Maintenance of quality standards. 11. Review proposed changes for effect on construction schedule and on completion date. 12. Other business. D. Reporting: Project 01-1588.00 01200-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. No later than 2 days after each progress meeting date, the ENGINEER will distribute copies of minutes of the meeting to each party present and to other parties who should have been present. 2. Schedule Updating: Revise the construction schedule after each progress meeting where revisions to the schedule have been approved or recognized and issue the revised schedule concurrently with the report of each meeting. E. Qualifications of Attendees: Qualified representatives of CONTRACTORS', Subcontractors and Suppliers authorized to act on behalf of the entity each represents. F. Attendance: 1. ENGINEER and his professional consultants as needed. 2. CONTRACTOR. 3. Subcontractors as appropriate to the agenda. 4. Suppliers as appropriate to the agenda. 5. Others. END OF SECTION Project 01-1588.00 01200-3 Village of Key Biscayne March 2007 Zone l and Zone 4 SECTION 01310 CONSTRUCTION SCHEDULE PART 1 - GENERAL 1.01 CONSTRUCTION SCHEDULE A. Immediately after contract award and prior to pre -construction meeting, prepare and submit to ENGINEER, for review, a proposed construction schedule in the form of a network plan utilizing the Critical Path Method (CPM) and arrow diagram. 1. Provide personnel skilled in the time and cost application of network techniques for construction projects or a scheduling consultant to prepare the network plan and arrow diagram. 2. In the arrow diagram, show initial start work dates and duration for each major and minor construction stage, trade operation or work sequence and their dependency relationships. Attach a computer produced construction schedule showing the required information for each activity. Identify each by related specification section number, name of operation or trade. 3. Identify elements of construction schedule that CONTRACTOR, Sub -Contractors, and/or Suppliers determine to be critical to orderly progression of work and to sequence of construction. 4. Determine interrelations of other trades or construction sequences affecting critical work element. 5. In the arrow diagram, show not only the activities for actual construction work for each trade category of the project, but also such activities as the CONTRACTOR's work of submittal of shop drawings, equipment schedules, coordination drawings, templates, fabrication, delivery and the like, and ENGINEER's review and approval of shop drawings. 6. Group activities related to a specific physical area of the project on the diagram for ease of understanding and simplification. Show activity duration (i.e., the single best estimate, considering the scope of the activity, and the resources planned for the activity) on each activity on the diagram. 7. Include a cost estimate for each activity, based on and compatible with the Schedule of Values described in Section 01370. The cost of activities cumulatively shall equal the total Contract cost. 8. Failure to include any element of work required for the performance of this Contract shall not excuse the CONTRACTOR from completing work required within any applicable completion date, notwithstanding the ENGINEER's approval of arrow diagrams. To the extent that the arrow diagram or any revised arrow diagram shows anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the ENGINEER. Project 01-1588.00 01310-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Additional Data Required: ENGINEER will inform CONTRACTOR at pre- construction meeting of additional data required, if any. 1.02 AGREEMENT ON FINAL CONSTRUCTION SCHEDULE A. CONTRACTOR, ENGINEER, and OWNER will meet to agree on the final construction schedule. B. Construction Staging Area Location and Access: The CONTRACTOR will define construction staging areas and access thereto at time of finalized construction schedule determination and delineate and resolve specific restrictions, if any. 1.03 CONSTRUCTION SCHEDULE A. General: Furnish with the arrow diagram, and each revision thereof, a computer produced construction schedule showing the following data for each activity: 1. Preceding and following event numbers. 2. Activity description. 3. Estimated duration of activities. 4. Earliest start date. 5. Earliest finish date. 6. Proposed start date. 7. Proposed finish date. 8. Latest start date (required start). 9. Latest finish date (required start). 10. Slack or float in calendar days. 11. Cost estimate value of activity. 12. Percentage of activity completed. 13. CONTRACTOR's earnings based on portion of activity completed. B. Schedule Types: Provide computer printout schedules of the following types: 1. A schedule listing the major project milestones. 2. A schedule listing activities in ascending order known as the standard "I -major; J -minor Sort." 3. A schedule in chronological order based on the proposed early start, actual start and late start dates of activities for the next 60 days known as a "60 Day Look Ahead." Project 01-1588.00 01310-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 4. A schedule indicating the amounts of float for all activities compiled in ascending order with the activities of zero float (critical activities) listed first. This schedule is known as a "Float Sort. 5. A listing of activities that have been cash loaded known as a "Contractor Payment Report." 6. A schedule indicating the monthly payouts to the CONTRACTOR for the duration of the Contract, based on cost estimates from paragraph 1.01.A.7 and proposed start and fmish dates from subparagraphs 1.03.A.6 and 1.03.A.7. 1.04 INITIAL IN -PUT DATA AND UPDATE A. Provide to ENGINEER initial in -put data and monthly update of same relating to actual work activities accomplished for purpose of forecasting future work activities and durations. B. At monthly jobsite progress meetings, present copies of the schedule and Contractor Payment Report and other required data accurately filled in and completed prior to the meeting. Job progress will be reviewed to verify: 1. Remaining duration, required to complete each activity started, or scheduled to start, but not completed. 2. Percentage for completed and partially completed activities. 3. Identification of any problems, including current, unresolved and/or anticipated delay factors and impact on other activities and what control steps are being taken or planned. 4. Monthly progress and recommend ways to improve schedule or anticipate delays and/or safety problems. C. After completion of the jobsite review and the ENGINEER's review and acceptance of entries, submit an updated computer produced calendar dated schedule to the ENGINEER within five days. Also, inform and update Sub -Contractors and Suppliers of the revisions to the construction schedule. 1.05 FAILURE TO SUBMIT NETWORK ANALYSIS , A. Failure of the CONTRACTOR to submit the network analysis or any required revisions thereto within the time limits stated, shall be sufficient cause for certification that the CONTRACTOR is not performing the Work required by this Section, or that the CONTRACTOR's personnel directly responsible for planning, scheduling, and maintaining progress of the Work are not performing their work in a proper and skillful manner, or both. The ENGINEER may withhold approval of the CONTRACTOR's invoices for progress payment until such delinquent submittal is made. END OF SECTION Project 01-1588.00 01310-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 I 1 ] ] ] I ] I I 1 1- 1 I I I 1 I SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Submit shop drawings, calculations, manufacturer's catalog cuts, product data, schematics, wiring diagrams, equipment and materials lists and schedules, coordination drawings and samples as necessary to satisfy requirements specified in various Sections throughout the Project Manual. B. Prepare and process specific submittal in accordance with the administrative and procedural requirements specified herein. 1.02 DATES FOR SUBMISSION AND REVIEW A. Designate in the Construction Schedule, or in a separate coordinated schedule, dates for submission and dates that reviewed shop drawings, product data and samples will be needed, in order to maintain the project schedule. 1.03 SHOP DRAWINGS, PRODUCT DATA, ETC. A. Wherever it is specified in any Section of the Project Manual that shop drawings, product data, etc. are required, submit such data for review as follows: 1. Drawings: Submit one reproducible, reverse transparency (sepia or equivalent) together with two prints to be retained by the ENGINEER for each required shop drawing complying with the following: a. Identify each drawing with the following information placed on each drawing: (1) Project name and OWNER's Project number. (2) Date drawing prepared. (3) Name and address of CONTRACTOR. (4) Name and address of Subcontractor. (5) Name of manufacturer. (6) Number and title of appropriate Specifications Section. (7) Drawing number and detail references, as appropriate. b. Leave a blank space six inches wide by four inches high in the lower right corner of the first sheet of the shop drawings for the ENGINEER's shop drawing review stamp. 2. Product Data: Submit eight copies of each catalog cut or product data sheet where reproduction can be accomplished by a direct copy process. Project 01-1588.00 01340-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Attach a copy of the CONTRACTOR's transmittal letter or form to each required shop drawing, manufacturer's catalog cut or other product data. When submitting reverse transparencies, provide eight copies of the transmittal forms, one to accompany each such submittal. 1.04 SUBMITTAL IDENTIFICATION A. Submit only one item or system per letter of transmittal properly identified to include the appropriate specification section and paragraphs. B. When catalogs, product data, diagrams or charts are submitted with more than one type of product manufactured, identify the particular item, including options, that is intended for use in that phase of work. C. Identify resubmittal with original shop drawing number and the letter A, B, etc. according with resubmittal order, and direct specific attention to revisions and corrections made, other than those requested on previous submissions. D. Identify details by reference to sheet and detail or schedule shown on Drawings and to Specifications Section. E. Manufacturer's standards, schematic drawings, and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to work. 2. Supplement standard information to provide information specifically applicable to Work. 1.05 SUBMITTAL COMPLETENESS A. Submit catalog sheets, product data, shop drawings and where specified, submit calculations, material samples, color chips or charts, test data, warranties and guarantees all at same time for each item. 1.06 PREPARATION A. Clearly mark each copy to identify pertinent products or models. B. Show performance characteristics and capacities. C. Show dimensions and clearances required. D. Show wiring or piping diagrams and controls. 1.07 PRODUCT DATA A. Collect product data into a single submittal for each element of construction or system. Include standard printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams and performance curves. Where product data must be specially prepared because standard printed data is not suitable for use, submit as Shop Drawings. Project 01-1588.00 01340-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Submit product data fully edited and tailored to the particular requirements of the Work. C. Fill in all blanks, provide supplementary information required by the Specifications, circle or underline choices, cross out non -pertinent or conflicting information. D. Mark each copy to show applicable choices and options. Where printed product data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: 1. Manufacturer's printed recommendations 2. Compliance with recognized trade association standards 3. Compliance with recognized testing agency standards 4. Application of testing agency labels and seals 5. Notation of dimensions verified by field measurement 6. Notation of coordination requirements E. Do not submit product data until compliance with requirements of the Contract Documents has been confirmed. 1.08 SHOP DRAWINGS A. In shop drawings for electrical equipment, include complete wiring diagrams, installation drawings showing the location by dimensions of conduits, equipment and cable runs, outline drawing of major equipment with overall and other critical dimensions, and complete lists of equipment and fixtures, accompanied by catalogs, catalog cuts, data sheets, and other literature describing the equipment proposed for use. Include complete specifications, required test data, sizes and numbers of conductors, cables and conduits. B. Submit shop drawings, including drawings, diagrams, schedules, and performance charts, as reproducible transparencies and blue line prints. C. Print and distribute copies of the transparencies reviewed and stamped by the ENGINEER. Submit as multiple copies shop drawing material that cannot be submitted in sepia or other transparent form. Submit same number of copies as required for fmal distribution of reviewed submittal. 1.09 COORDINATION DRAWINGS A. Coordination drawings are a special type of shop drawing that show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. B. Submit coordination drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. C. Prepare and submit coordination drawings where close and careful coordination is required by installation of products and materials fabricated off -site by separate entities, and where limited space availability necessitates maximum utilization of space for efficient installation of different components. Project 01-1588.00 01340-3 Village of Key Biscayne March 2007 Zone I and Zone 4 1. Show the interrelationship of components shown on separate shop drawings. 2. Indicate required installation sequences. 3. Comply with applicable, common submittal requirements contained in this Section. 1.10 CALCULATIONS A. Identify calculations by the name and seal of the registered ENGINEER preparing them. Include all assumptions, formulae, and constants. Clearly identify conclusions and relation to design requirements. 1.11 SAMPLES A. Submit samples of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product, with integrally related parts and attachment devices. 2. Full range of color, texture, and pattern. 1.12 CONTRACTOR RESPONSIBILITIES A. Review shop drawings, catalog cuts, product data and samples prior to submission. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with Specifications. 5. Conformance with drawings and details. B. Coordinate each submittal with requirements of Work and of Contract Documents. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. C. Notify the ENGINEER in writing at time of submission of any deviations in submittal from requirements of Contract Documents, but do not use the submittal process as a means for substituting products. D. Do not begin fabrication or Work which requires submittal until after receipt of submittal carrying , favorable action by the ENGINEER. E. Coordinate transmittal of different types of submittal for related elements of the Work so that processing will not be delayed by the need to review submittal concurrently for coordination. The ENGINEER reserves the right to withhold action on a submittal requiring coordination with other submittal until related submittals are received. F. Submit shop drawings in sufficient time to allow adequate study, discussion and any necessary correction prior to beginning the Work they cover. No extension of Contract time will be authorized because of failure to transmit submittal to the ENGINEER sufficiently in advance of the Work to permit processing. J Project 01-1588.00 01340-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 G. Prior to sending in any submittal required by the Contract, including those of Subcontractors and suppliers, review and check each submission for compliance with the Contract requirements and for coordination of the Work as it affects other trades, and stamp and sign approval on each submittal. By approving and submitting each submittal, the CONTRACTOR thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, or will do so, and that he has checked and coordinated each submittal with the requirements of the Work and of the Contract Documents. H. Review, Correction, and Final Approval by CONTRACTOR: After reviewing the ENGINEER's comments, make any corrections as appropriate, and resubmit the corrected submittal until no further comment is made by the ENGINEER. 1. Endorse by stamp with date of final approval of the submittal after all reviews by the ENGINEER have been made and all of the ENGINEER's comments have been incorporated or otherwise satisfactorily acted upon. 2. Commence no portion of the Work requiring a submittal until the submittal has CONTRACTOR's final approval stamp and endorsement. 1.13 ENGINEER'S REVIEW A. The ENGINEER will review submittal only for conformance with the design concept of the Project and with the information given in the Contract Documents. B. The ENGINEER's approval relating to a separate item will not indicate approval of an assembly in which the item functions. C. The ENGINEER's approval relating to submittal will not relieve the CONTRACTOR from responsibility for any deviation. D. The ENGINEER's approval relating to submittal will not relieve the CONTRACTOR from responsibility for errors or omissions in the CONTRACTOR's (or his subcontractor's) preparation of the submittal. E. The ENGINEER will note that he has reviewed each submittal and will return the submittal to the CONTRACTOR together with notes pertaining to design concept of the Project and information given in the Contract Documents. F. Prior to ENGINEER's approval on required submittal, any Work done or materials ordered for the Work involved will be at the CONTRACTOR's risk. END OF SECTION Project 01-1588.00 01340-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 DESCRIPTION A. Provide a Schedule of Values consisting of a detailed breakdown of the Contract lump sum amount showing values allocated to each of the various parts of the Work. B. Related Provisions: 1. Use Schedule of Values as the basis for requisition for payments to the CONTRACTOR. 2. Make Schedule of Values compatible with and related to the Construction Schedule. 1.02 RELATED SECTIONS A. Section 01025, Application For Payment B. Section 01310, Construction Schedule 1.03 SUBMITTALS A. Immediately after Contract award, prepare and submit a proposed Schedule of Values, utilizing the format in Exhibit "D," to the ENGINEER. 1. Meet with the ENGINEER and OWNER and provide additional data, if any, required to be submitted. 2. Provide copies of the subcontracts or other data acceptable to the ENGINEER, substantiating the sums described. 1.04 CONTENT A. Break out and break down labor and material values according to, but not necessarily limited to, the following: 1. Each major and minor construction stage, trade operation or work sequence; each identified by Specification Section number, name of operation and trade. Include in such values an appropriate amount to cover such items as building permit, mobilization, insurance, contract administration, supervision, profile, etc. 2. Sub -contractors and suppliers, individually broken down. 3. Monthly applications for payments in relation to the Construction Schedule. B. Ensure that the sum of the values listed in the Schedule of Values equals the total Contract amount. Project 01-1588.00 01370-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Secure the ENGINEER's approval of the Schedule of Values prior to submitting first requisition for payment. END OF SECTION Project 01-1588.00 01370-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01380 CONSTRUCTION PHOTOGRAPHS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Provide the services of a professional photographer to take still color photographs of all construction areas prior to start of work and to take construction record color photographs periodically during the course of the Work. 1.02 PHOTOGRAPHY REQUIRED A. Submit progress photographs to the ENGINEER with each Application for Payment. B. Take photographs at each of the major stages of construction listed below. 1. Prior to commencement of any demolition/removal work. 2. Prior to commencement of work adjacent to existing improvements that are to remain. 3. Of existing improvements upon completion of adjacent work. 4. Upon completion of foundations of new structure. 5. Upon completion of construction of new structure. 6. Upon completion of facilities ready for installation of equipment. 7. Upon completion of installation of equipment and facilities. 8. Upon completion of all work and finishes. C. Views and Quantities Required: 1. Two views of each item listed above. 2. Five views of overall project site monthly, as directed by the ENGINEER. 3. Provide five prints of each view. D. Negatives: 1. Maintain negatives of entire project and furnish them to the OWNER with the Record Documents. Catalog and index negatives in chronological order and provide typed table of contents. Project 01-1588.00 01380-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Furnish additional prints to OWNER and the ENGINEER at commercial rates applicable at time of purchase. 1.03 COSTS OF PHOTOGRAPHY A. Pay costs for specified photography and prints. Parties requiring additional photography or prints will pay photographer directly. PART 2 - PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8 -inch x 10 -inch. Mount with binder tabs. B. Identify each print on back, listing: 1. Name and number of Project 2. Orientation of view 3. Date and time of exposure 4. Name and address of photographer 5. Photographer's numbered identification of exposure PART 3 - EXECUTION 3.01 TECHNIQUE A. Factual Presentation. B. Correct exposure and focus. 1. High resolution and sharpness 2. Maximum depth -of -field 3. Minimum distortion 3.02 VIEWS REQUIRED Project 01-1588.00 01380-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Take photographs from locations suitable to adequately illustrate condition of construction and state of progress. 1. At successive periods of photography, take at least one photograph from the same overall view as previously. 2. Consult with the ENGINEER at each period of photography for instructions concerning views required. 3.03 DELIVERY OF PRINTS A. Deliver prints to the ENGINEER to accompany each Application for Payment. B. Distribution of prints as soon as processed is anticipated to be as follows: 1. ENGINEER: Three sets (one for OWNER) 2. Project Record File: One set to be stored by CONTRACTOR and furnished to ENGINEER at project completion. 3. CONTRACTOR: One set. END OF SECTION Project 01-1588.00 01380-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01410 TESTING LABORATORY SERVICES PART 1 - GENERAL 1.01 TESTING LABORATORY A. OWNER will employ and pay for the services of an independent testing laboratory to perform specified testing. Employment of laboratory shall not relieve CONTRACTOR's obligations to perform the Work in full compliance with the requirements of the Contract. B. Related Requirements: 1. Certification of products. 2. Laboratory tests required, and standards for testing. 1.02 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the CONTRACTOR. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations, and cooperate with laboratory to facilitate execution of its required services. B. Secure and deliver to the laboratory adequate quantities of representative samples of materials proposed to be used and which require testing. C. Furnish copies of Products Test Reports as required. D. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at Project site or at source of product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples. Project 01-1588.00 01410-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 E. Notify laboratory twenty-four hours in advance of operation, not including weekends, to allow for laboratory assignment of personnel and scheduling of tests. 1.04 AUTHORIZATION FOR TESTS A. ENGINEER will designate the kinds of tests. Do not obligate OWNER for tests without ENGINEER's approval. 1.05 TESTING COSTS PAID FOR BY OWNER A. Certain tests of materials, methods, and equipment are required by OWNER and will be performed by OWNER's testing laboratory. Where various required tests are specified within these specifications for materials, methods or equipment, OWNER will pay cost of initial test only of each specified test to determine conformance with specifications requirements. 1.06 TESTING COSTS PAID FOR BY CONTRACTOR A. Pay for all tests specified in Contract Documents that register non-compliance with specified requirements. B. Pay for tests not specified in Contract Documents, but determined by CONTRACTOR to be of his benefit and ordered by him. C. Pay the OWNER's testing laboratory or at the CONTRACTOR's option, employ and pay a separate, equally qualified independent testing laboratory, acceptable to ENGINEER and OWNER, to perform additional inspections, sampling, and testing that the CONTRACTOR has determined to be of his benefit or that the CONTRACTOR is obligated to perform due to failure of specified initial testing. D. Pay the costs of all tests necessary to satisfy ENGINEER that substitute materials or equipment meet the specified requirements. END OF SECTION Project 01-1588.00 01410-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01510 TEMPORARY UTILITIES PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide and maintain temporary utilities required for construction for the duration of the project and remove on completion of Work, including but not limited to by-pass pumping systems as specified in Sections 00800 and 01910. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code. B. Comply with Federal, State and Local codes and regulations and with utility company requirements. PART 2- PRODUCTS 2.01 MATERIALS, GENERAL A. Use materials, new or used, that are adequate in capacity for the required usage, that do not create unsafe conditions, and that do not violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY A. Arrange with utility company, provide service required and pay all costs for service and for power used. B. Install circuit and branch wiring, with area distribution boxes located so that power is available throughout the construction by the use of construction -type power cords. 1. Provide power centers for miscellaneous tools and equipment as follows: a. Locate so that power is available at any desired point with no more than 100 feet extension. b. Provide weatherproof distribution box with minimum of four 20 -amp 120 -volt ground outlets. c. Provide circuit breaker protection for each outlet. d. Provide equipment grounding continuity for entire system or systems. e. Use only rounded, UL approved, extension cords from power center to point of operations. Project 01-1588.00 01510-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Provide power for construction equipment. 3. Provide power for testing and checking equipment. 4. Provide power for welding units and for other equipment having special power requirements. C. Capacity: 1. Provide adequate electrical service distribution for construction use by all trades during construction period. 2. Notify utility company if unusually heavy loads, such as welding and other special power requirements, will be connected. a. Provide special circuits for heavy load requirements. b. Do not overload any circuit. D. Maintain strict supervision of use of temporary services. 1. Enforce conformance with applicable standards. 2. Enforce safe practices. 3. Prevent abuse of services. E. Code Compliance: Comply with the following applicable codes: 1. National Electrical Code. 2. National Electrical Safety Code. 3. National Fire Protection Association. 4. Federal, state and local codes and utility company regulations. 2.03 TEMPORARY WATER A. Arrange with utility service company, provide water for construction purposes, pay all costs for installation, maintenance and removal, and service charges for water used. B. Install branch piping with taps located so that water is available throughout the construction by the use of hoses. C. Provide potable water service with approved backflow prevention devices for construction personnel. Project 01-1588.00 01510-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 D. Provide portable containers to dispense drinking water, with temperature maintained between 45 degrees F and 55 degrees F. 2.04 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities in compliance with laws and regulations. B. Provide enclosed toilet facilities for construction personnel. Place in location secluded from public and convenient for use of personnel in relation to work stations. C. Provide general employee washing facilities, similarly located. D. Maintain strict supervision of use of facilities: 1. Enforce conformance with applicable standards. 2. Maintain, service and clean facilities. 3. Enforce proper use of sanitary facilities. E. Service, clean and maintain facilities and enclosures. PART 3 - EXECUTION 3.01 GENERAL A. Coordinate locations of temporary sanitary facilities with OWNER and comply with OWNER's requirements. B. Maintain and operate systems to assure continuous services. C. Modify and extend systems as work progress requires. 3.02 TEMPORARY WATER A. Locate piping and outlets to avoid interference with:. 1. Traffic and work areas. 2. Materials handling equipment. 3. Storage areas. B. Do not run piping on floor or on ground. C. When necessary to maintain pressure, provide temporary pumps, tanks, and compressors. 3.03 TEMPORARY ELECTRICITY Project 01-1588.00 01510-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Install temporary service and distribution either overhead or underground. B. Locate to avoid interference with: 1. Traffic and work areas. 2. Cranes. 3. Material handling equipment. 4. Storage areas. C. Do not run branch circuits on floor or on ground. D. Wire all safety devices required for operation of equipment. E. Check operation of safety devices. 3.04 TEMPORARY SANITARY FACILITIES A. Portable Toilets: 1. Erect securely and anchor to prevent dislocation. 2. Service as often as necessary to prevent accumulation of wastes and creation of unsanitary conditions. B. Washing Facilities: Provide faucet. 3.05 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. END OF SECTION Project 01-1588.00 01510-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01530 BARRIERS AND SECURITY FENCING PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide and maintain suitable barriers and security fencing as required to prevent public entry, and to protect work, storage facilities, the public and OWNER's personnel from construction operations and remove when no longer needed or at completion of work. B. Comply with applicable Federal, State and Local codes and standards. The Federal Highway Administration's Manual on Uniform Traffic Control Devices, Part VI are the minimum standards for Traffic Control for Highway Construction, Maintenance and Utility Operations. The Manual is the minimum standard to be followed in the design, application, installation, maintenance, and removal of all traffic control devices. Protect from damage all pavements, sidewalks and other improvements that are to remain within the work area. Repair all damage to such improvements, because of the CONTRACTOR's operations, beyond the limits of the work of pavement replacement as described herein, at no additional cost to the OWNER. PART 2 - PRODUCTS 2.01 MATERIALS A. Use materials, new or used, suitable for the intended purpose, and that are not in violation of requirements of applicable codes and standards. 2.02 FENCING A. Open -mesh materials per CONTRACTOR's option and a minimum height of 6-0". 2.03 OTHER BARRIERS A. Materials per CONTRACTOR's option and as appropriate to serve the required purpose. PART 3 - EXECUTION 3.01 INSTALLATION A. Install barriers in a neat and reasonably uniform appearance. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. Project 01-1588.00 01530-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 D. Fences: Prior to the start of work at the site, install enclosure fence with suitably locked entrance gate(s). 1. Locate fences to enclose construction areas from public access as well as construction staging area. 2. Locate vehicular entrance gate(s) in suitable relation to construction facilities and to avoid interference with traffic. 3. Locate pedestrian entrance gate(s) as required to provide controlled personnel entry. E. Construct open -mesh fence in accordance with industry standards. 3.02 REMOVAL A. Completely remove barriers and fencing, including foundations, when construction has progressed to the point that they are no longer needed and when approved by ENGINEER. B. Clean and repair damage caused by installation of barriers and fencing. END OF SECTION Project 01-1588.00 01530-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01590 FIELD OFFICES AND SHEDS PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish, and maintain temporary offices for use of CONTRACTOR and ENGINEER during entire construction period. B. Furnish, install and maintain storage and work sheds needed for construction. (If allowable by the OWNER of the proposed local storage site, and zoning regulations). See 1.03 of the supplementary conditions. C. Prior to installation of sheds, coordinate location, access, and related facilities with ENGINEER and OWNER. D. At completion of work, remove, sheds and their contents. 1.02 REQUIREMENTS A. Construction: 1. Provide facilities that are structurally sound, weather tight, in like new condition and with floor raised above ground. 2. Temperature Transmission Resistance: Provide insulation compatible with occupancy and storage requirements. 3. At CONTRACTOR'S option, use portable or mobile sheds. B. CONTRACTOR's Field Office and Facilities: 1. Size: minimum of 450 sf. with at least two divided office spaces separated by a wall and door. If the CONTRACTOR to maintain a smaller office in Key Biscayne, the furniture for .. meetings must be transferred to the ENGINEER's requirement. Possible extra ENGINEER's office space for the conference area may be required. 2. Services: a. Lighting: 50 foot-candles at desk top height. b. Exterior lighting at entrance door. c. Automatic heating and mechanical cooling equipment to maintain comfort conditions. Project 01-1588.00 01590-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 d. Minimum of four 110 -volt duplex electric convenience outlets, at least one on each wall in each room. e. Electnc Distribution Panel: Two circuits minimum, 110 volt, 60 -hertz service. f. Convenient access to drinking water and toilet facilities. g. Telephones: two direct line instruments. h. Anchonng System for Mobile or Portable Buildings: Sufficient to withstand hurricane force winds and meeting code. 3. Meeting Area Furnishings: a. Conference table and chairs for at least eight persons. b. Racks and files for Project Record Documents in, or adjacent to the meeting area. c. Other Furnishings: CONTRACTOR's options. 4. One 10 -inch (250 mm) outdoor -type thermometer. C. ENGINEER's Field Office and Facilities: 1. Provide and maintain, for the duration of the project, a suitable and weatherproof field office for the use of ENGINEER. These Offices will be separate from the CONTRACTOR's facilities. The office the size and configuration will be the same as that of the CONTRACTOR's offices mentioned above. The offices are subject to the approval of the ENGINEER, and must be provided two weeks prior to the Pre -Construction Meeting, and will not be removed until two weeks after final completion. 2. Provide office equipment, in like new condition, and services similar to that specified above for the CONTRACTOR's field office and, in addition, the following: a. Telephone Service: two private lines. With extensions as directed by the RPR. b. Health Services: Water and sanitary facilities, and first aid kit. c. Janitor Service: Daily. d. Equipment, and Equipment Service as needed: 2 ea. desks, 30" x 60" 2 ea. chairs, swivel -desk 2 ea. chairs, straight-arm 1 ea. drafting table, 3-0" x 7-0" 1 ea. drafting chair, adjustable 2 ea. 3'-0" x 6'-0" folding tables 3 ea. filing cabinet, 4 drawer, legal size with frames for hanging files Project 01-1588.00 01590-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2 ea. filing trays, desk type, 5 tier, legal size 3 ea. waste baskets 1 ea. sharpener, pencil, electric 1 ea. rack wall, plan, 12 plan capacity 1 ea. refrigerator 1 ea. water cooler, electric with hot and cold capabilities. 1 ea. wall clock, battery 1 ea. Xerox, or equal, copy machine capable of multiple sorted copies. 1 ea. Brother Intelefax 1450, or equal, fax machine capable of group faxing As required by the RPR: lamps, desk, shelves, window shades, paper products, bathroom supplies As required: coffee maker/dispenser, with cups D. Storage Sheds (if allowable): 1. To meet requirements of various trades. 2. Dimensions: Adequate for storage and handling of products. 3. Ventilation: Comply with specified and code requirements for products stored. PART 2 - PRODUCTS 2.01 Materials, Equipment, and Furnishings: New or used, serviceable, adequate for required purpose, and that do not violate applicable codes or regulations. PART 3 - EXECUTION 3.01 INSTALLATION A. Fill and grade sites for temporary structures as necessary to provide surface drainage. B. Construct temporary storage sheds on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings, when used, against break-ins and hurricane force winds per code. 2. Provide steps and landings at entrance doors. C. Mount thermometer at convenient outside location, not in direct sunlight. 3.02 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment, and services. Project 01-1588.00 01590-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.03 REMOVALS A. Remove field offices, contents and services as stated above. B Remove storage sheds when no longer needed. C. Remove foundations and debris, grade site to original elevations, resod or seed and mulch private lot, and complete remaining site work as requested by the OWNER. END OF SECTION Project 01-1588.00 01590-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01600 MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.01 MATERIALS AND EQUIPMENT INCORPORATED IN THE WORK A. Provide material and equipment that conform to the Specifications and Drawings, including variations specifically approved by the ENGINEER. B. Manufactured and Fabricated Products: 1. Fabricate and assemble in accordance with referenced standards, and the approved shop drawings. 2. Manufacture like parts of duplicate units to standard sizes and gauges to make them interchangeable. 3. Ensure that similar items by one manufacturer shall match. C. Do not use material or equipment for any purpose other than that for which it is designated or specified. 1.02 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in installation, including two copies to ENGINEER. Maintain one set of complete instructions at job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in accordance with manufacturer's instructions and the specifications. If job conditions or specified requirements conflict with manufacturer's instructions, notify ENGINEER and do not proceed with work until ENGINEER issues clarification. 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules. Avoid conflict with work and site conditions. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Immediately upon delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved .submittals and that products are properly protected and undamaged. D. Handle products without soiling or damaging products. Project 01-1588.00 01600-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.04 STORAGE AND PROTECTION A. Store products in accordance with manufacturer's printed instructions, with seals and labels intact and legible. 1. Store products subject to damage by elements in weathertight enclosures. 2. Maintain temperature and humidity within range required by manufacturer's instructions. B. Exterior Storage: 1. Store fabricated products above ground, on blocking or skids to prevent soiling or staining. Cover products which are subject to deterioration with waterproof covers, provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well -drained area on solid surfaces to prevent mixing with foreign matter. C. Arrange storage to provide easy access for inspection. Inspect stored products to assure that products are maintained under specified conditions and are free from damage or deterioration. D. Protection After Installation: Protect installed products from damage from traffic and construction operations. Remove coverings when no longer needed. 1.05 SPECIFIED PRODUCTS, PRODUCT OPTIONS AND SUBSTITUTIONS A. Products Listed: Immediately after Contract award, submit to ENGINEER a complete list of products that the CONTRACTOR proposes to provide, with name of manufacturer and installing subcontractor. B. CONTRACTOR's Options: 1. Where products are specified by reference standard only, select any product that complies with the requirements of the standard. 2. Where the Specifications require compliance with indicated performance requirements, select any product that complies with the specified performance requirements, provided no product names are indicated. 3. Where products are specified by naming several products or manufacturers, select any one of the products or manufacturers named. 4. For products specified by naming one or more products and/or manufacturers, followed by the words "or equal" or similar language, any product submitted as such an equal will be treated as a substitution. 5. For products specified by naming only one product and manufacturer, or where "no substitution" is indicated, there is no option. Project 01-1588.00 01600-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Product Substitutions: For a period of 45 days after Contract award date, ENGINEER will consider written requests from CONTRACTOR for substitution of products. D Submit a Request for Substitution of Product only after the CONTRACTOR: 1. Has investigated the proposed product and determined that it is equal to or superior to specified product, furnishes a certification to that effect and waives all nghts to additional payment or time that may subsequently become necessary due to the failure of the substituted product to perform adequately. 2. Agrees to provide same warranties or bonds for product substitution as for product specified. 3. Agrees to be responsible for coordinating and paying for any necessary changes to other work required by approved substitutions or product options that he selects and shall pay all such costs including the costs of the services of the design professional to revise the Contract Documents, if such revisions are required. 4. Waives all claims for additional costs due to substitution that may subsequently become apparent. 5. Is offering either a substantial credit to the OWNER for acceptance of the substitution or a convincing justification that the product to be provided as the substitution is substantially superior in quality, performance, compatibility with adjacent products, durability, vandal -resistance or in other important ways. E. ENGINEER's Action: 1. ENGINEER will review requests for substitutions with reasonable promptness and notify CONTRACTOR in writing of OWNER's decision to accept or reject requested substitutions. Only the OWNER may accept a substitution. 2. Substitution requests made by means of shop drawings or product data submittal will not be considered. 3. After the period of 45 days has elapsed, the only substitution requests that will be considered are those that are made necessary by the removal of the specified products from the market or by other similar, unavoidable circumstances beyond the control of the CONTRACTOR. END OF SECTION Project 01-1588.00 01600-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 SUBSTANTIAL COMPLETION A. When the work is substantially completed, submit the following to ENGINEER: 1. A written notice that the Work, or designated portion thereof, is substantially complete, together with a report of the results of inspection, testing, and adjustments of the completed systems. 2. Project Record Documents, Operation and Maintenance Manuals, Warranties and Bonds, Maintenance Agreements, Inspection Certificates, and similar required documents together with tools, spare parts, keys, and similar operational items. 3. A list of items to be completed or corrected. B. Upon receipt of such notice, the ENGINEER will review the documents submitted and will arrange with the CONTRACTOR a mutually agreed time to make a construction review to determine the status of completion. C. If the ENGINEER determines that Work is not substantially complete, he will notify CONTRACTOR in writing, giving reasons therefore. Upon receipt of such written notice, remedy deficiencies in the work, and send a second written notice of substantial completion to ENGINEER. D. Upon receipt of the second notice, the ENGINEER will perform an additional review of work and if he concurs that Work is substantially complete: 1. He will prepare a Certificate of Substantial Completion and attach the CONTRACTOR's list of items to be completed or corrected, as verified by ENGINEER. 2. He will submit the Certificate to OWNER and CONTRACTOR for their written acceptance of responsibilities assigned to them in the Certificate. 1.02 FINAL CONSTRUCTION REVIEW A. When work is complete, submit a written certification that work is complete and that: 1. Contract Documents have been reviewed. 2. Work has been reviewed for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. Project 01-1588.00 01700-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 4. Equipment and systems have been tested m presence of the ENGINEER and are operational. 5 Work is completed and ready for final Construction Review. B. The ENGINEER will make a Construction Review to verify status of completion with reasonable promptness after receipt of such certification. C. Should ENGINEER consider that the work is incomplete or defective, he will promptly notify CONTRACTOR in writing, listing incomplete or defective work. Upon receipt of such notice, take immediate steps to remedy stated deficiencies, and send a second certification to ENGINEER that work is completed. D. When ENGINEER finds that the Work is acceptable under the Contract Documents, he will so advise the OWNER and CONTRACTOR. E. Failure of ENGINEER to Reject Work During Construction: If, during construction operations or during inspections for substantial or fmal completion, the ENGINEER should fail to reject defective Work or materials, whether from lack of discovery of such defect or for any other reason, such initial failure to reject shall in no way prevent his later rejection when such defect is discovered, or obligate the OWNER to fmal acceptance. The CONTRACTOR shall make no claim for losses suffered due to any necessary removals or repairs of such defects. 1.03 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Upon receipt of notice of acceptability from the ENGINEER, furnish evidence of compliance with requirements of governing authorities and Contract Documents to the ENGINEER, as follows: 1. Project Record Documents: As specified in Section 01720. 2. Operating and Maintenance Data, Instructions to OWNER's Personnel: As specified in Section 01730 and in accordance with the requirements of the individual Sections of the Specifications. 3. Warranties and Bonds: As specified in Section 01740 and in accordance with the requirements of the individual Sections of the Specifications. 4. Spare parts and Maintenance Materials: To requirements of various Sections. 5. Evidence of Payment to subcontractors, material men and equipment suppliers and releases of liens. 1.04 FINAL ADJUSTMENTS OF ACCOUNTS A. Submit a final statement of accounting to ENGINEER, reflecting all adjustments to Contract sum and including: 1. The original Conti -act sum. Project 01-1588.00 01700-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Additions and deductions resulting from: a. Previous change orders. b. Allowances. c. Deductions for OWNER purchased products and materials. d. Deductions for uncorrected Work. e. Deductions for liquidated damages. f. Deductions for additional construction review payments. g. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous Payments. 5. Sum remaining due. 1.05 FINAL CHANGE ORDER A. ENGINEER will prepare a final Change Order, reflecting approved adjustments to Contract Sum that were not previously made by Change Orders. 1.06 FINAL APPLICATION FOR PAYMENT A. Submit Final Application for Payment. END OF SECTION Project 01-1588.00 March 2007 Zone 1 and Zone 4 01700-3 Village of Key Biscayne SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 DESCRIPTION A. Maintain at the project site one record copy of: 1. Record Drawings. 2. Record Specifications. 3. Addenda. 4. Construction Schedule. 5. Change Orders and other modifications of the Contract. 6. ENGINEER's written orders or instructions. 7. Approved Shop Drawings, Product Data, and Samples. 8. Field Test records. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format with Section numbers as provided herein. C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the ENGINEER. E. Miami -Dade Water and Sewer Department will require that all Record Drawings, or As -Built Drawings, be prepared, signed and sealed by a Florida Registered Professional Land Surveyor. During the entire construction operation, maintain records of all deviations from the Plans and Specifications and prepare:therefrom Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the work as it was actually constructed. Prepare Project 01-1588.00 01720-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 these drawings to conform to recognized standards of drafting, to be neat, legible and on 24 -inch x 36 -inch, 4 -mil Mylar. As a prerequisite for monthly progress payments, submit, simultaneously with the progress payment request, a copy of the currently updated Record Drawings for review by the ENGINEER. Final payment to the CONTRACTOR, will not be made until the completed set of record drawings, signed and sealed by a professional land surveyor registered in the State of Florida and approved by the ENGINEER as to form and accuracy, has been delivered to the OWNER. 1.03 MARKING DEVICES A. Record information in the color code designated by the ENGINEER. 1.04 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. 2. Maintain records of all deviations from Drawings and Specifications. C. Drawings: Legibly mark to record actual construction: 1. Depths of various elements of foundation in relation to finish first floor datum. 2. All underground piping and duct -work with elevations and dimensions and locations of valves, pull boxes, etc., changes in location, horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements, actual installed pipe material, class, etc. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes in dimensions and details. 5. Changes made by ENGINEER's written instructions or by Change Order. 6. Details not on original Contract Drawings. 7. Equipment and piping relocations. 8. Major architectural and structural changes in structures. D. Specifications and Addenda: Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by ENGINEER's written instructions or by Change Order. Project 01-1588.00 01720-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 E. Approved Shop Drawings: Provide record copies of all shop drawings. 1.05 SUBMITTAL A. Deliver complete Record Documents to the ENGINEER for the OWNER simultaneously with the Final Payment Application. Final payment will be withheld until the Record Documents have been received and approved by the OWNER. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project title and number 3. CONTRACTOR's name and address 4. Title and number of each Record Document 5. Signature of CONTRACTOR or his authorized representative. END OF SECTION Project 01-1588.00 01720-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01730 OPERATING AND MAINTENANCE INSTRUCTIONS PART 1 - GENERAL 1.01 WORK INCLUDED A. Prepare Operating and Maintenance (0 & M) Manual covering all equipment and systems provided under this Contract. B. Instruct OWNER's personnel in the operation and maintenance of all equipment and systems provided under this Contract. 1.02 SUBMITTALS A. Submit for review and approval by the ENGINEER and OWNER two copies of a preliminary draft of the 0 & M Manual, showing the proposed format and an outline of the contents. B. Throughout construction, prepare 0 & M sections for equipment arid systems when such equipment and systems, and shop drawings and technical data therefore, are approved. Within 30 days following receipt of the ENGINEER's approval of the final shop drawing submittal, submit, in duplicate, draft of complete 0 & M Manual for review and approval. C. Upon receipt of ENGINEER's and OWNER's review comments, make required revisions and resubmit in final form two copies of the 0 & M Manual for final approval. D. Simultaneously with the Application for Final Payment and Project Record Documents, deliver to the OWNER six sets of the approved 0 & M Manuals. The Final Payment Application will not be processed until receipt of the 0 & M Manuals by the OWNER. E. Upon start-up of equipment and systems and completion of instruction of OWNER's personnel under operating conditions, submit, in the form of an addendum, six copies of all necessary amendments to the 0 & M Manual, together with all required certificates for incorporation in the Manuals. 1.03 FORM AND FORMAT A. Prepare the 0 & M Manual in the form of bound volume or volumes consisting of commercial quality 3 -post binders with durable and cleanable plastic covers, maximum thickness 3 -inches, containing catalog cuts, bulletins, shop drawings, wiring diagrams, schedules, parts lists, procedures and other data showing the equipment installed. When multiple volumes are used, correlate the data into related consistent groupings with each volume having the title of the project and volume number printed on the cover and containing a typewritten table of contents for that volume, arranged in systematic order. B. Include in the 0 & M Manual the following information: 1. Schedule of products and systems showing system layout and controls. Project 01-1588.00 01730-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Approved wiring and control diagrams, with data to explain the detailed operation and control of each component. 3. A control sequence describing startup, operation, and shutdown 4. Operating and maintenance instructions for each piece of equipment, including lubrication instructions. 5. Copies of each warranty, bond and service contract issued, if any. 6. Parts lists and recommended spare parts. 7. Other data and instructions as specified under the various Sections. C. Prepare all data furnished to conform to the installation as constructed. Delete cuts showing other equipment and data not applicable to the installation and where practical omit from the manual. Assemble the manual in a logical manner with each section indexed in the Table of Contents. D. Provide an outline of the maintenance procedures for each manufacturer's equipment and compile these procedures in a logical manner to provide a procedure for the operating personnel of the OWNER to follow in their day-to-day operation of the equipment., E. Bind the materials permanently into volumes approximately 9 -inches by 12 -inches with the diagram volume being large enough to contain the drawings without excessive folding so that they may be easily opened. F. Furnish the volume covers with a descriptive title, the name of the job, the location, year of installation, OWNER, Manufacturer, CONTRACTOR and ENGINEER. Prepare copies of drawings in black on white background, easily legible. The arrangements of the booklets, materials to be included and the composite text will all be reviewed and approved by the ENGINEER and OWNER. 1.04 FRAMED INSTRUCTIONS A. Post approved wiring and control diagrams showing the complete layout of entire systems, including equipment and control sequence, framed under glass or in approved laminated plastic, where directed by the ENGINEER. In addition, prepare in typed form condensed operating instructions explaining preventative maintenance procedures, methods of checking the system for normal safe operation and procedures for safely starting and stopping the system, frame as specified above for the wiring and control diagrams and post beside the diagrams. Submit proposed diagrams, instructions and other sheets for approval prior to posting. Post the framed instructions before acceptance testing of the systems. Project 01-1588.00 01730-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.05 FIELD INSTRUCTIONS A. Upon completion and testing of the work and at a time designated, provide the services of one or more project engineers to work in conjunction with the service engineers and suppliers' representatives to instruct the OWNER's personnel in the proper operation and maintenance of the equipment. Give the instruction period at the time the facility is operating under normal conditions and cover all the items contained in the bound instructions. In addition to these requirements, provide field instructions as specified under the various Sections of the Specifications. END OF SECTION Project 01-1588.00 01730-3 ' Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01740 WARRANTIES AND BONDS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Provide warranties and bonds as required by the Contract Documents, including manufacturers standard warranties on products and special warranties, all in accordance with the administrative and procedural requirements specified herein. B. Refer to the General Conditions for terms of the CONTRACTOR's special warranty of workmanship and materials. C. Specific requirements for warranties for the Work, and products and installations that are specified to be warranted, are included in the individual Sections of Divisions 2 through 16. D. Certifications and other commitments, extended warranties and agreements for continuing services are specified elsewhere in the Contract Documents. 1.02 DISCLAIMERS AND LIMITATIONS A. Manufacturer's disclaimers and limitations on product warranties do not relieve the CONTRACTOR of the warranty on the work that incorporates the products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the CONTRACTOR. 1.03 DEFINITIONS A. Standard product warranties are preprinted written warranties published by the individual manufacturers for particular products and are specially endorsed by the manufacturer to the OWNER. 1.04 WARRANTY REQUIREMENTS A. Related Damages and Losses: When correcting warranted Work that has failed, remove and replace other Work that has been damaged because of such failure or that must be removed and replaced to provide access for correction of warranted Work. B. Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C. Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The CONTRACTOR is responsible for the cost of replacing or rebuilding defective work regardless of whether the OWNER has benefited from use of the Work through a portion of its anticipated useful service life. Project 01-1588.00 01740-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 D. OWNER Recourse: Written warranties made to the OWNER are in addition to implied warranties, and shall not limit the duties, obligations, rights and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the OWNER can enforce such other duties, obligations, rights, or remedies. E. Rejection of Warranties: The OWNER reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents. F. The OWNER reserves the right to refuse to accept Work for the Project where a special warranty, certification, or similar commitment is required on such Work or part of the work, until evidence is presented that entities required to countersign such commitments are willing to do so. G. All warranties including standard one-year warranty, shall start at date of substantial completion of the total Contract, or when work of an area is substantially completed, accepted and taken over for use by the OWNER. Ensure that all warranties comply with this stipulation prior to submission of same. H. The OWNER will give prompt notice in writing to the CONTRACTOR of any defects noted during the warranty period(s) requesting him to promptly remedy such defects. I. During the month prior to the end of the standard one-year warranty period, the OWNER, accompanied by the CONTRACTOR, will conduct an inspection of the Project. Promptly remedy any defects due to faulty materials or workmanship uncovered or observed during such inspection. J. At the expiration of the standard one-year warranty period, formally assign to the OWNER all extended warranties given by subcontractors for their work on the project, and formally advise such subcontractor of the assignment. 1.05 SUBMITTALS A. Submit written warranties to the ENGINEER prior to the date of substantial completion. B. When a special warranty is required to be executed by the CONTRACTOR, or the CONTRACTOR and a subcontractor, supplier or manufacturer, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the ENGINEER for approval prior to final execution. C. Refer to individual Sections of Division 2 through 16 for specific content requirements, and particular requirements for submittal of specific warranties. 1.06 FORM OF SUBMITTAL A. At final acceptance compile two copies of each required warranty and bond properly executed by the CONTRACTOR, or by the CONTRACTOR, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual. B. Bind warranties and bonds in heavy-duty, commercial quality, durable 3 -ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2 inch by 11 inch paper. Project 01-1588.00 01740-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the installer. D. Identify each binder on the front and the spine with the typed or printed title, "WARRANTIES AND BONDS," the project title or name, and the name of the CONTRACTOR. E. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. END OF SECTION Project 01-1588.00 01740-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 01910 BY-PASS PUMPING SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. The General Contractor shall furnish all labor, materials, equipment, tools, and services required to provide temporary by-pass pumping of sewage flows during the improvements to MDWASD Pump Station 131 and Zone 1 sanitary sewer system up to 1.5 times the design flow capacity (refer to the drawings for design flow capacity for Pump Station 131). The General Contractor shall supply and install all piping, valves, equipment, electrical wiring, wiring devices, motor controllers, level control equipment, alarms and any appurtenances required to provide continuous, uninterrupted by-pass pumping of these flows during the necessary construction period. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. The following are items of materials and performance related to the by-pass pumping system described under other sections: 1. Section 02050 - Demolition 2. Section 11305 - Sewage Pumping Station 3. Section 16120 - Wires, Cables and Connectors 4. Exhibit A of Supplemental Conditions 1.03 PERFORMANCES A. This specification provides for continuous by-pass pumping of all flows to Pump Station 131 during that period of time in which it is necessary to shut down the existing pump station, in order to effect replacement of equipment as specified under this contract. By-pass pumping equipment shall remain in operation until such time as the new pump station equipment is accepted by the MDWASD as operational. For the purposes of this specification, operational is defined as being reliably capable of handling all flows to this pump station. The Contractors' attention is directed to Section 00700 - General Conditions regarding work schedule to coordinate scheduling of by-pass pumping activities with the work of all Contracts associated with this project. The equipment furnished and installed under this section shall be operated by the Contractor during the required time period, and it shall remain incumbent upon the Contractor to fix, repair, replace or modify said equipment in order to maintain proper operation throughout the required construction period. B. Flows to Pump Station 131 generally range between 0 gpm and 1.5 times the design flow capacity with an average flow of 80 gpm. The temporary by-pass pumping system to be used must include, but is not limited to, the following performance requirements: 1. Shall be capable of handling all flows between 0 and 1.5 times the design flow capacity in accordance with these specifications. 2. Maintain sufficient screenings removal to allow for trouble free operation of the by-pass pumping equipment. Project 01-1588.00 01910-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. The system shall incorporate measures to protect the by-pass pumping system and the existing force main from damage due to waterhammer. 4. Provide standby back-up pumping capabilities which will automatically start and function in the case of equipment failure of primary by-pass pumping equipment. 5. Where electric pumps are being used, provide standby emergency electrical generation capabilities that will automatically start and function in the case of a power failure. 6. Provide an automatic level control system, complete with a high level alarm and means of maintaining the existing alarms and telemetry. The Contractor shall provide and install temporary screening facilities and, using screenings containers, placed in an accessible location, acceptable to the MDWASD and dispose of, in a method acceptable to the MDWASD, all screening materials. C. Certain as -built information is available on the pump station and force main. It remains incumbent upon the Contractor to satisfy himself as to actual existing conditions of the station and force main and as to the accuracy of the available as -built information. 1. Contractor shall refer to contract drawings for exact location and diameter of existing forcemain and/or sanitary sewer. 1.04 QUALITY ASSURANCE AND SUBMITTALS A. Shop Drawings 1. The General Contractor shall submit to the Engineer detailed drawings, and specifications along with other miscellaneous information in accordance with Section 15010 entitled Basic Mechanical Requirements and as specified herein. a. Drawings shall include, but not be limited to, detailed illustrations of the contractors proposed layout of piping, valves, pumping equipment, emergency generator, electrical equipment, force main tie-in, control schematics, and any other details necessary for the Engineer to make a full and complete evaluation of the Contractor's proposed by-pass pump system. b. Manufacturers data shall include, but not be limited to, pump curves, motor data, electrical equipment requirements and data, valve data and any other details necessary for the Engineer to make a full and complete evaluation of the Contractor's proposed by-pass pump system. c. Installation procedures shall include, but not be limited to, proposed scheduling, shut down requirements, force main tap procedure, pump installation, piping and valve installation (including but not limited to required restraints), and any other details necessary for the engineer to make a full and complete evaluation of the contractor's proposed by-pass pump system. No by-pass pumping system shall be allowed to be installed or started -up prior to submission of the Contractor's proposed system in accordance with the above, and receipt by the Project 01-1588.00 01910-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Contractor of said submission marked "reviewed" by the Engineer. In addition the MDWASD reserves the right to review all submittals. 2. Should the Contractor's proposed by-pass pumping system not meet the necessary performance requirements to the satisfaction of the Engineer, the Contractor shall take any and all necessary steps to submit an acceptable system including, but not limited to, modifying the proposed system and/or proposing a different system that meets the necessary performance requirements. 3. The Contractor shall notify the MDWASD and the Engineer of his intent to begin by-pass pumping operations a minimum of ten (10) working days prior to the scheduled start date. The Contractor shall not start pumping operations without written concurrence from the Engineer. PART 2 - EXECUTION 2.01 INSTALLATION A. General 1. All pipe penetrations into existing structures shall be sealed using water stops and an Engineer approved non -shrink grout. 2. All piping required for by-pass pumping shall be installed as required to provide a complete and operable system. Layout dimensions and number of fittings, valves, check valves, etc. shall be the sole responsibility of the Contractor, and provided and installed at no additional cost to the MDWASD. 3. The Contractor is advised that the pump station handles sewage as well as infiltration and inflow (I/I). Inconvenience to the Contractors due to excessive I/I flows resulting from storm events shall be deemed as nothing other than the effect of a weather event, and as such no claims related thereto shall be considered. 4. In the case of an emergency, or any event in which the temporary by-pass system fails to continuously maintain pumping of all flows reaching the pump station, should the cause be attributable, either directly or indirectly to any Contractor, any damages, delays, or other repercussions, either financial or otherwise, shall be the sole responsibility of the accountable party. Such liability shall include, but not be limited to, any penalties to which the MDWASD is subject under their Consent Decree or Settlement Agreement as a result of the Contractor's failure to maintain continuous by-pass pumping as required. 5. No demolition of existing pump station equipment by the Contractor shall be allowed until the Contractor has demonstrated, to the satisfaction of the MDWASD, that the by-pass pumping system has operated continuously, without incident for a minimum of two consecutive twenty- four hour periods. 6. Removal of all temporary equipment as indicated or specified shall be completed as soon as progress of the pump station improvements work permits and the pump station is operational Project 01-1588.00 01910-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 as defined above. All restoration resulting from this work is deemed to be included and shall be accomplished by the Contractor. 7. Upon completion of by-pass pumping operations, the pipe opening from the force main wet tap shall be sealed by use of a blind flange on the end of the pipe. 2.02 BY-PASS SYSTEM POWER A. Electrical 1. Should the Contractor elect to use an electrically powered by-pass pumping system, he shall be responsible to reimburse the MDWASD for all electrical power company charges. 2. In the case that the Contractor elects to use an electrically powered by-pass system, it shall be the sole responsibility of the Contractor to provide all necessary conduit, wiring, metering and any and all necessary electrical appurtenances for a complete and operable installation. B. Fuel 1. Should the Contractor elect to use a fuel powered by-pass pumping system, all fuel costs shall be the sole responsibility of the Contractor. END OF SECTION Project 01-1588.00 01910-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02050 DEMOLITION PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all material, labor, tools, equipment, plant, appliances, and services necessary to complete all demolition, modification and removal work required above and below grade as indicated on the Drawings and specified herein. Examine the various Drawings, visit the site and determine the extent of the work, the extent of work affected therein and all conditions under which the work to is be performed. 1.02 RELATED WORK A. Section 02201 Earthwork B. Section 02207 Restoration of Surfaces 1.03 QUALITY ASSURANCE A. Permits and Licenses: Obtain all necessary permits and licenses for performing the work and furnish a copy of same to the ENGINEER prior to commencing the work. Comply with the requirements of the permits. B. Notices: Issue written notices of planned demolition to companies or local authorities owning utility conduit, wires, or pipes running to or through the project site. Submit copies of said notices to the ENGINEER. C. Utility Services: Notify utility companies or local authorities furnishing gas, water, electrical, telephone or sewer service to remove any equipment owned by them in structures to be demolished and to remove, disconnect, cap or plug their services to facilitate demolition. 1.04 DISPOSITION OF DEMOLISHED MATERIALS A. Store salvaged materials designated as property of the OWNER in areas designated by the OWNER and promptly remove all other materials from the site. PART 2 - PRODUCTS (Not Used) Project 01-1588.00 10/06 02050-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 PART 3 - EXECUTION 3.01 PREPARATION A. Safety: Provide and maintain temporary safety barners and other safety and security devices as necessary to protect the public and project personnel from injury due to demolition work. Protect from damage all existing work, equipment and improvements that are to remain and restore all damage caused by the demolition work at no cost to the OWNER. B. Salvage: Remove equipment, devices, and materials to be salvaged with the minimum amount of damage and store on the site as directed by the OWNER. Store salvaged equipment and materials that can be damaged by the weather in a weathertight building or area on site approved by the OWNER. Remove from the site any salvaged items that are determined to be of no value to the OWNER after removal and OWNER's inspection. 3.02 PERFORMANCE A. General: Completely remove and dispose of existing structures and appurtenances from the site as indicated on Drawings, salvage indicated items and clean up the site after completion of the demolition work. Perform demolition and removal in compliance with applicable laws and ordinances and in such a manner as to avoid hazard to persons and property and to prevent spread of dust and flying particles. B. Equipment Removal: Prior to demolition of structures, remove all mechanical and electrical equipment installed therein and carefully remove all items that are to be salvaged. C. Concrete Slabs and Vaults: Remove concrete slabs, foundation walls and concrete vault walls and tops to a depth of not less than 24 -inches below grade. Dewater and perforate concrete bottoms of vaults by breaking in the bottom with not less than a 6 -inch diameter hole before backfilling and compacting. Remove and cap all piping in the vaults at the wall or as indicated on the Drawings. D. Piping and Valves: Remove all piping and valves that are in conflict with proposed work and are not to remain in service. Salvage the valves for the OWNER and remove piping and fittings from the site. Either remove from the site at no extra cost to the OWNER or cap the ends with suitable fittings and backfill all abandoned piping not in conflict with the proposed work. E. Asphalt Pavement: Remove all existing asphalt paving on site. Where only part of the pavement is to be removed, first mechanically saw cut the pavement along the limits of removal to prevent damage to the remaining pavement as specified in Section 02207. F. Modifications: 1. Cut and remove existing work necessary for modifications and installation of new work with a minimum of damage to the work that is to remain. Repair or restore any damage done to existing facilities that are to remain at no cost to and to the satisfaction of the OWNER. 2. Remove on a daily basis all debris created within facilities which are to remain in service during the modification work, and broom clean the floor at the end of each day's operation. Project 01-1588.00 10/06 02050-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. Follow other specific instructions for the modification work given in other Sections of these Specifications and as indicated on the Drawings. 3.03 CLEANUP A. Clean site to a condition satisfactory to the ENGINEER, free from demolished materials, rubbish, or debris. Grade site to meet adjacent contours and provide flow for surface drainage. B. Restore items intended to remain that have been damaged by demolition work at no cost to the OWNER. C. Return all interrupted utility services to their predemolition state and disconnect temporary services, unless otherwise specified. END OF SECTION Project 01-1588.00 10/06 02050-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02201 EARTHWORK PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified: 1. Excavation and backfilling including the loosening, removing, refilling, transporting, storage, and disposal of all materials classified as "earth" necessary to be removed for the construction and completion of all work under the Contract. 2. Excavation to the widths and depths indicated on the Contract Drawings or as specified. B. Related Work Specified Elsewhere: 1. Section 02203 Structural Excavation, Backfill and Compaction 2. Section 02204 Trenching, Backfilling and Compacting 3. Section 02205 Selected Fill C. Definitions: 1. Excavation (or Trenching) a. Grubbing, stripping, removing, storing, and rehandling of all materials of every name and nature necessary to be removed for all purposes incidental to the construction and completion of all the work under construction. b. All sheeting, sheet piling, bracing and shoring, and the placing, driving, cutting off, and removing of the same. c. All diking, ditching, fluming, coffer damming, pumping, bailing, draining, well pointing, or otherwise disposing of water. d. The removing and disposing of all:surplus materials from the excavations in the manner specified. e. The maintenance, accommodation, and protection of travel and the temporary paving of highways, roads, and driveways. f. The supporting and protecting of all tracks, rails, buildings, curbs, sidewalks, pavements, overhead wires, poles, trees, vines, shrubbery, pipes, sewers, conduits or other structures or property in the vicinity of the work, whether over or underground or which appear within or adjacent to the excavations, and the restoration of the same in case of settlement or other injury. g. All temporary bridging and fencing and the removing of same. Project 01-1588.00 02201-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Earth: a. All materials such as sand, gravel, clay, loam, ashes, cinders, pavements, muck, roots or pieces of timber, soft or disintegrated rock, not requiring blasting, barring, or wedging from their original beds, and specifically excluding all ledge or bedrock and individual boulders or masonry larger than 1/2 -cubic yard in volume. 3. Backfill: a. The refilling of excavation and trenches to the line of filling indicated on the Contract Drawings or as directed using materials suitable for refilling of excavations and trenches; and the compacting of all materials used in filling or refilling by rolling, ramming, or as may be required and approved by the Department. 4. Spoil: a. Surplus excavated materials not required or not suitable for backfills or embankments. 5. Embankments: a. Fills constructed above the original surface of the ground or such other elevation as specified or directed. 6. Limiting Subgrade: a. The underside of the pipe barrel for pipelines. b. The underside of footing lines for structures. 7. Excavation below Subgrade: a. Excavation below the limiting subgrades of structures or pipelines. b. Where materials encountered at the limiting subgrades are not suitable for proper support of structures or pipelines, the Contractor shall excavate to such new lines and grades as required. D. Applicable Codes, Standards, and Specifications: 1. American Society for Testing and Materials (ASTM) PART 2 - PRODUCTS 2.01 DESCRIPTION A. Wood Sheeting and Bracing: Project 01-1588.00 02201-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. Shall be sound and straight; free from cracks, shakes and large or loose knots; and shall have dressed edges where directed. 2. Shall conform to National Design Specifications for Stress Grade Lumber having a minimum fiber stress of 1200 pounds per square inch. 3. Sheeting and bracing to be left in place shall be pressure treated in accordance with ASTM D 1760 for the type of lumber used and with a preservative reviewed by the Engineer. B. Steel Sheeting and Bracing: 1. Shall be sound. 2. Shall conform to ASTM A 328 with a minimum thickness of 3/8 inch. PART 3 - EXECUTION 3.01 UNAUTHORIZED EXCAVATION A. Description: 1. Whenever excavations are carried beyond or below the lines and grades indicated on the Contract Drawings, or as given or directed by the Engineer, all such excavated space shall be refilled with special granular materials, concrete or other materials as the Engineer may direct. All refilling of unauthorized excavations shall be at the Contractor's expense. 2. All material which slides, falls or caves into the established limits of excavations due to any cause whatsoever, shall be removed and disposed of at the Contractor's expense and no extra compensation will be paid the Contractor for any materials ordered for refilling the void areas left by the slide, fall or cave-in. 3.02 REMOVAL OF WATER A. General: 1. The Contractor shall, at all times, provide and maintain proper and satisfactory means and devices for the removal of all water entering the excavations, and shall remove all such water as fast as it may collect, in such manner as shall not interfere with the prosecution of the work or the proper placing of pipes, structures, or other work. Removal of water that enters excavations shall be coordinated with the Owner or any other governing body having jurisdiction over the work location and the Engineer. 2. Unless otherwise specified or directed by the Engineer, all excavations that extend down to or below the static ground -water elevations shall be dewatered by lowering and maintained the ground water beneath such excavations at all times when work thereon is in progress, during subgrade preparation and the placing of the structure or pipe thereon. Project 01-1588.00 02201-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. Water shall not be allowed to rise over or come in contact with any masonry, concrete or mortar, until at least 24 hours after placement, and no stream of water shall be allowed to flow over such work until such time as the Engineer may permit. 4. Where the presence of fine-grained subsurface materials and a high ground -water table may cause the upward flow of water into the excavation with a resulting quick or unstable conditions, the Contractor shall install and operate an approved well point system designed by a Professional Engineer registered in the State of Florida to prevent the upward flow of water during construction. 5. Water pumped or drained from excavations, or any sewers, drains or watercourses encountered in the work, shall be disposed of in a suitable manner without injury to adjacent property, the work under construction or to pavement, roads, drives and watercourses. Submit the proposed methods of handling trench water and locations at which the water will be disposed of to the Engineer for review before starting to excavation. The Contractor shall obtain all necessary permits required for the method of disposal before discharging water from any excavation into any portion of the public right-of-way, or into any existing drainage structure or facility, solely at his expense. 6. Any damage caused by or resulting from dewatering operations shall be the sole responsibility of the Contractor. B. Work Included: 1. The construction and removal of cofferdams, sheeting and bracing, and the furnishing of materials and labor necessary therefore. 2. The excavation and maintenance of ditches and sluiceways. 3. The furnishing and operation of pumps, well points, and appliances needed to maintain through drainage of the work in a satisfactory manner. C. Well Point Systems: 1. Installation: a. The well point system shall be designed and installed by or under the supervision of an organization whose principal business is well pointing and which has at least five consecutive years of similar experience and can furnish a representative list of satisfactory similar operations. b. Well point headers, points and other pertinent equipment shall not be placed within the limits of the excavation in such a manner or location as to interfere with the laying of pipe or trenching operations or with the excavation and construction of other structures. c. Detached observation wells of similar construction to the well points shall be installed g.t intervals of not less than 50 feet along the opposite side of the excavation from the header pipe and line of well points, to a depth of at least 5 feet below the Project 01-1588.00 02201-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 proposed excavation. In addition, one well point in every 50 feet shall be fitted with a tee, plug, and valve so that the well point can be converted for use as an observation well. Observation wells shall be not less than one inches in diameter. d. Standby gasoline or diesel -powered equipment shall be provided so that in the event of failure of the operating equipment, the standby equipment can be readily connected to the system. The standby equipment shall be maintained in good order and actuated regularly not less than twice a week. 2. Operation: a. Where well points are used, the ground water shall be lowered and maintained continuously (day or night) at a level not less than two feet below the bottom of the excavation. Excavation will not be permitted at a level lower than 2 feet above the water level as indicated by the observation wells. b. The effluent pumped from the well points shall be examined periodically by qualified personnel to determine if the system is operating satisfactorily without the removal of fines. c. The water level shall not be permitted to rise until construction in the immediate area is completed and the excavation backfilled. 3.03 STORAGE OF MATERIALS A. Sod: 1. Any sod cut during excavation shall be removed and stored during construction to preserve the grass growth. Sod damaged while in storage shall be replaced in like kind at the sole expense of the Contractor. B. Topsoil: 1. Topsoil suitable for final grading shall be removed and stored separately from other excavated material. C. Excavated Materials: 1. All excavated materials shall be stored in locations approved by the Village so as not to endanger the work, and so that easy access may be had at all times to all parts of the excavation. Stored materials shall be kept neatly piled and trimmed, to cause as little inconvenience as possible to public traveler or adjoining property holders. 2. Special precautions must be taken to permit access at all times to fire hydrants, fire alarm boxes, police and fire department driveways, and other points where access may involve the safety and welfare of the general public. 3.04 DISPOSAL OF MATERIALS Project 01-1588.00 02201-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Spoil Material: 1. Spoil material shall be disposed of off site at a location approved by the Department. Locating and maintaining, and transport to such sites shall be the responsibility of the Contractor and no separate payment will be made for such work. 3.05 SHEETING AND BRACING A. Installation: 1. The Contractor shall furnish, place and maintain such sheeting, bracing and shoring as may be required to support the side and ends of excavations in such manner as to prevent any movement which could, in any way, injure the pipe, structures, or other work; diminish the width necessary for construction; otherwise damage or delay the work of the Contract; endanger existing structures, pipes or pavements; endanger human safety; or cause the excavation limits to exceed the right-of-way limits. 2. In no case will bracing be permitted against pipes or structures in trenches or other excavations. 3. Sheeting shall be driven as the excavation progresses and in such manner as to maintain pressure against the original ground at all times. The sheeting shall be driven vertically with the edges tight together, and all bracing shall be of such design and strength as to maintain the sheeting in its proper position. 4. The Contractor shall be solely responsible for the adequacy of all sheeting and bracing. Sheeting and bracing shall be designed by a Registered Professional Engineer licensed to practice in the State of Florida. Signed, sealed and dated drawings and design calculations shall be submitted, by the Contractor, to the Engineer for review prior to construction. B. Removal: 1. In general, all sheeting and bracing, whether of steel, wood or other material, used to support the sides of trenches or other open excavations, shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a pipe or structural foundation shall not be withdrawn, unless otherwise directed, before more than 6 inches of earth is placed above the top of the pipe or structural foundation and before any bracing is removed. The voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purposes or otherwise as may be approved. 2. The Contractor shall not remove sheeting and bracing until the work has attained the necessary strength to permit placing of backfill. C. Left in Place: 1. If, to serve any purpose of his own, the Contractor files a written request for permission to leave sheeting or bracing in the trench or excavation, the Engineer may grant such permission, Project 01-1588.00 02201-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 in writing, on condition that the cost of such sheeting and bracing be assumed and paid by the Contractor. 2. The Contractor shall leave in place all sheeting, shoring and bracing which are indicated on the Contract Drawings or specified to be left in place or which the Engineer may order, in writing, to be left in place. All shoring, sheeting, and bracing shown or ordered to be left in place will be paid for under the appropriate item of the Contract or by negotiated price, as applicable. No payment allowance will be made for wasted ends or for portions above the proposed cutoff level that are driven down instead of cut-off. 3. In case sheeting is left in place, it shall be cut off or driven down as directed so that no portion of the same shall remain within 12 inches of the street subgrade or finished ground surface. 3.06 BACKFILLING A. General: 1. All excavations shall be backfilled to the original surface of the ground or to such other grades as may be indicated, specified, or directed. 2. Backfilling shall be done with suitable excavated materials that can be satisfactorily compacted during refilling of the excavation. In the event the excavated materials are not suitable, Selected Fill, as specified in MP Section 02205, ordered by the Engineer shall be used for backfilling. 3. Any settlement occurring in the backfilled excavations shall be refilled and compacted. B. Unsuitable Materials: 1. Stones, pieces of rock or pieces of pavement greater than one cubic foot in volume or greater than 1 foot in any single dimension shall not be used in any portion of the backfill. 2. All stones, pieces of rock or pavement shall be distributed through the backfill and alternated with earth backfill in such a manner that all interstices between them shall be filled with earth. C. Compaction and Density Control: 1. The compaction shall be as specified for the type of earthwork, i.e., structural, trenching or embankment. a. The compaction specified shall be the percent of maximum dry density. b. The compaction equipment shall be suitable for the material encountered. 2. Where required, to assure adequate compaction, in -place density test shall be made by an approved testing laboratory. a. The moisture -density relationship of the backfill material shall be determined by ASTM D698, Method D. Project 01-1588.00 02201-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 (1) Compaction curves for the full range of materials used shall be developed. b. In -place density shall be determined by the methods of ASTM D1556 or ASTM D2922 and shall be expressed as a percentage of maximum dry density. 3. Where required, to obtain the optimum moisture content, the Contractor shall add, at his expense, sufficient water during compaction to assure the specified maximum density of the backfill. If, due to rain or other causes, the material exceeds the optimum moisture content, it shall be allowed to dry, assisted if necessary, before resuming compaction or filling efforts. 4. The Contractor shall be responsible for all damage or injury done to pipes, structures, property, or persons due to improper placing or compacting of backfill. 3.07 OTHER REQUIREMENTS A. Drainage: 1. All materials deposited in roadway ditches or other water courses shall be removed immediately after backfilling is completed and the section, grades and contours of such ditches or water courses restored to their original condition, in order that surface drainage will be obstructed no longer than necessary. B. Unfinished Work: 1. When, for any reason, the work is to be left unfinished, all trenches and excavations shall be filled and all roadways, sidewalks and watercourses left unobstructed with their surfaces in a safe and satisfactory condition. The surface of all roadways and sidewalks shall have a temporary pavement. C. Hauling Material on Streets: 1. When it is necessary to haul material over the streets or pavement, the Contractor shall provide suitable tight vehicles to prevent deposits on the street or pavements. In all cases where any materials are dropped from the vehicles, the Contractor shall cleanup the same, to the satisfaction of the Engineer, as often as required to keep the crosswalks, streets, and pavements clean and free from dirt, mud, stone, and other hauled material. D. Dust Control: 1. It shall be the sole responsibility of the Contractor to control the dust created by any and all of his operations to such a degree that it will not endanger the safety and welfare of the public. E. Test Pits: 1. For the purpose of obtaining detailed locations of underground obstruction, the Contractor shall make excavations in advance of the work. The Contractor shall consider such work as incidental to the work involved, and no separate payment will be made for such work. Project 01-1588.00 02201-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.08 ALTERNATE METHOD OF CONSTRUCTION A. General: 1. A combination of conditions in the substrata, water table, or method of disposal may be encountered during the course of the work that makes dewatering impossible, or possible only using unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor may request permission to employ the following Alternate Method of Construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the Alternate Method of Construction to the specific portions of the work as the Engineer shall determine. B. Requirements: 1. The requirements set forth in other sections of these Specifications shall establish the required standards of construction quality for this work. Use of the Alternate Method of Construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. No additional payments will be made to the Contractor for excavation, backfill, sheeting or any cost incurred for work or materials, or any other costs incurred because of the use of this Alternate Method of Construction. The unit prices established in the Proposal shall be full payment for the various items of work. 2. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of these Specifications shall apply to this construction unless otherwise specifically modified herein. a. The installation of pipe and appurtenances under water will be permitted and the requirements of Part 3.02 requiring complete removal of water will be waived. b. Excavation shall be performed in accordance with MP Section 02203 entitled Structural Excavation, Backfill, and Compaction. c. Pipe bedding for Ductile Iron and Polyvinyl Chloride Pipe shall be placed from 6 inches below the outside bottom of the proposed pipe barrel up to the level of the spring line of the pipe barrel of gravity sewers and to the level of the lower one-third of the pipe barrel for force mains. The bedding material shall be pea rock, or drain field lime rock. Lime rock screenings, sand or other fine organic material shall not be used. The bedding material shall be tamped and graded to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. d. Bedding shall be crushed stone or gravel meeting the requirements of ASTM Standard C33 "Concrete Aggregates," gradation 67. Project 01-1588.00 02201-9 Village of Key Biscayne March 2007 Zone 1 and Zone 4 The bedding shall be placed in the excavation from cut bottom to level of the bottom of the anchor slab. Thereafter, it shall be thoroughly rammed and tamped by use of a crane and weight, or other means suitable to the Engineer, to provide a stable base for the structure. Tamping and, if necessary, additional filling shall be carried on until the Engineer, is satisfied that a suitably stable base has been created for the structure. e. After the pipe is installed, backfilling shall proceed in accordance with the provisions of MP Section 02203 entitled Structural Excavation, Backfill and Compaction. Select backfill material shall be used to backfill around the pipe and to a level one foot above the crown of the pipe. Under no circumstances will material other than select backfill or specified pipe bedding material be considered satisfactory for this purpose. If the Alternate Method of Construction, as specified herein, is used, all backfill material, including specified pipe bedding material, shall be carefully lifted into the trench and not released to fall freely therein until the bucket or container is at or just above water level. Under no circumstances shall backfill material be dumped or pushed into trenches containing water. Below existing water level, and to a point not more than 18 -inches above the water level, the backfill material shall be carefully placed in uniform layers. From a point not more than 18 -inches above the water level, and below the pavement base or the surface of the ground if out paving, backfill material shall be placed and compacted for normal backfilling as provided in MP Section 02203 entitled Structural Excavation, Backfill, and Compaction. f. After the structure is installed, special bedding material, as specified immediately above, shall be carefully hand or machine tamped around the structure up to a level of no more than eighteen inches above the water level. Thereafter, the procedures and materials specified in MP Section 02203 entitled Structural Excavation, Backfill and Compaction, shall be used to complete the installation. During all backfilling operations the backfill level shall be kept even on all sides of the structure and the Contractor shall exercise every precaution to prevent damage to, or unplanned loading of, the structure or its appurtenances. END OF SECTION Project 01-1588.00 02201-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02203 STRUCTURAL EXCAVATION, BACKFILL, AND COMPACTION PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified: 1. Excavation and backfill as required for the construction of structures in accordance with the applicable provisions of Section 02201 entitled Earthwork unless modified herein. B. Related Work Specified Elsewhere: 1. Section 02201 Earthwork 2. Section 02204 Trenching, Backfilling and Compacting 3. Section 02205 Selected Fill 4. Section 02207 Restoration of Surfaces 5. Section 02209 Topsoil and Seeding PART 2 - EXECUTION 2.01 GENERAL A. Limits of Excavation: 1. Excavations shall be made to the elevations or subgrades specified and shall be only of sufficient size to allow suitable room for the proper construction of structures and appurtenances, including allowances for sheeting, dewatering, and other similar work necessary for completion of the Contract. 2. Normal subgrade for structures shall be the underside of footing lines or mud mats, if installed. 3. In no case will undercutting excavation faces be permitted. B. Subsurface Reinforcement: 1. Where an unstable subgrade is encountered and subject to the review of the Engineer, select fill may be used for subgrade reinforcement if satisfactory results can be obtained thereby. Such material shall be applied in thin layers, each layer being entirely embedded in the subsoil by thorough tamping. 2. All excess material shall be removed to compensate for the displacement by the select fill and the fmished elevation shall not be above the specified subgrade. Project 01-1588.00 02203-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. Where subgrade reinforcement is unsatisfactory, a Class "D" concrete mud mat of sufficient thickness to withstand subsequent construction operations shall be installed below the specified elevation and the structural concrete deposited thereon. C. Subsurface: 1. Subsurface for all concrete structures shall be undisturbed original earth or, mud mat on undisturbed original earth, or where excavation below subgrade is ordered, it shall be thoroughly compacted Special Backfill or Class "D" concrete as specified or directed and shall be sufficiently stable to remain firm and intact during the preparation for the placing of concrete thereon. D. Removal of Water: 1. The Contractor shall, at all times, provide and maintain proper and satisfactory means and devices for the removal of all water entering the excavations, and shall remove all such water as fast as it may collect, in such manner as shall not interfere with the prosecution of the work or the proper placing of pipes, structures or other work. 2. The removal of water shall be in accordance with Section 02201 Earthwork. E. Backfilling 1. Backfilling shall be with suitable excavated materials that can be compacted as specified. In the event the excavated materials are not suitable, special backfill as specified or ordered by the Engineer shall be used for backfilling. 2. Backfilling around structures shall not be commenced before the structure has developed sufficient strength to withstand the loads applied. No backfill material shall be allowed to fall directly on a structure, until at least 12 inches of material has been hand -placed and compacted nor shall any material be pushed directly against a structure in backfilling. 3. Backfill shall be deposited in horizontal layers and at no greater thickness than can be compacted to obtain the specified minimum densities. F. Compaction: 1. Where structures, driveways, sidewalks, or other features are to be constructed on the backfilled area, the entire backfill shall be compacted to obtain 95 percent maximum density. Other areas shall be compacted to obtain 90 percent density. 2. The density shall be determined as set forth in Section 02201 Earthwork. END OF SECTION Project 01-1588.00 02203-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02204 TRENCHING, BACKFILLING, AND COMPACTING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified: 1. Excavation and backfill as required for pipe installation or other construction in the trench in accordance with the applicable provisions of Section 02201 entitled Earthwork unless modified herein. 2. The removal and disposal of water. B. Related Work Specified Elsewhere 1. Section 02201 Earthwork 2. Section 02205 Selected Fill 3. Section 02207 Restoration of Surfaces 4. Section 16010 Basic Electrical Requirements PART 2 - EXECUTION 2.01 EXCAVATION A. The trench excavation shall be located as indicated on the Contract Drawings or as specified. Under ordinary conditions, excavation shall be by open cut from the ground surface. Where the depth of trench and soil conditions permit, tunneling may be required beneath cross walks, curbs, gutters, pavements, trees, driveways, railroad tracks and other surface structures. No additional compensation will be allowed for such tunneling over the price bid for open cut excavation of equivalent depths below the ground surface unless such tunnel excavation is specifically provided for in the Contract Documents. B. Trenches shall be excavated to maintain the depths as indicated on the Contract Drawings or as specified for the type of pipe to be installed. C. The alignment and depth shall be determined and maintained by the use of a string line installed on batter boards above the trench, a double string line installed along side of the trench or a laser beam system. D. The minimum width of trench excavation shall be 6 inches on each side of the pipe hub for 21 - inch diameter pipe and smaller and 12 inches on each side of the pipe hub for 24 -inch diameter pipe and larger. E. Trenches shall not be opened for more than 300 feet in advance of pipe installation nor left unfilled for more than 100 feet in the rear of the installed pipe when work is in progress without Project 01-1588.00 02204-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 the consent of the Engineer. Open trenches shall be protected and barricaded as required. There will be no trenches left open at the close of each working day unless properly protected and approved by the Department. F. Bridging across open trenches shall be constructed and maintained where required, or as specified or directed. 2.02 SUBGRADE PREPARATION FOR PIPE A. Where pipe is to be laid on undisturbed bottom of excavated trench, mechanical excavation shall not extend lower than the finished subgrade elevation at any point. B. Where pipe is to be laid on special granular material the excavation below subgrade shall be to the depth specified or directed. The excavation below subgrade shall be refilled with special granular material as specified or directed, shall be deposited in layers not to exceed 6 inches and shall be thoroughly compacted prior to the preparation of pipe subgrade. C. The subgrade shall be prepared by shaping with hand tools to the contour of the pipe barrel to allow for uniform and continuous bearing and support on solid undisturbed ground or embedment for the entire length of the pipe. D. Pipe subgrade preparation shall be performed immediately prior to installing the pipe in the trench. Where bell holes are required, they shall be made after the subgrade preparation is complete and shall be only of sufficient length to prevent any part of the bell from becoming in contact with the trench bottom and allowing space for joint assembly. 2.03 STORAGE OF MATERIALS A. Traffic shall be maintained at all times in accordance with the applicable State and local laws. Where no State or local law is applicable, at least one-half of the street must be kept open for traffic at all times unless otherwise approved by the Department, or as indicated on the Contract Drawings. B. Where conditions do not permit storage of materials adjacent to the trench, the material excavated from a length as may be required, shall be removed by the Contractor, at his cost and expense, as soon as excavated. The material subsequently excavated shall be used to refill the trench where the pipe had been built, provided it is of suitable character. The excess material shall be removed to locations selected and obtained by the Contractor. 1. The Contractor shall, at his cost and expense, bring back adequate amounts of satisfactory excavated materials as may be required to properly refill the trenches. C. If directed by the Engineer, the Contractor shall refill trenches with select fill or other suitable materials and excess excavated materials shall be disposed of as spoil. Project 01-1588.00 02204-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2.04 REMOVAL OF WATER AND DRAINAGE A. The Contractor shall at all times provide and maintain proper and satisfactory means and devices for the removal of all water entering the trench, and shall remove all such water as fast as it may collect, in such manner as shall not interfere with the prosecution of the work. B. The removal of water shall be in accordance with Section 02201 entitled Earthwork. 2.05 PIPE EMBEDMENT A. All pipes shall be protected from lateral displacement and possible damage resulting from superimposed backfill loads, impact, or unbalanced loading during backfilling operations by being adequately embedded in suitable pipe embedment material. To ensure adequate lateral and vertical stability of the installed pipe during pipe jointing and embedment operations, a sufficient amount of the pipe embedment material to hold the pipe in rigid alignment shall be uniformly deposited and thoroughly compacted on each side, and back of the bell, of each pipe as laid. B. Concrete cradle and encasement of the class specified shall be installed where and as indicated on the Contract Drawings or ordered by the Engineer. Before any concrete is placed, the pipe shall be securely blocked and braced to prevent movement or flotation. The concrete cradle or encasement shall extend the full width of the trench as excavated unless otherwise authorized by the Engineer. Where concrete is to be placed in a sheeted trench, it shall be poured directly against sheeting to be left in place or against a bond -breaker if the sheeting is to be removed. C. Embedment materials placed above the centerline of the pipe or above the concrete cradle to a depth of 12 inches above the top of the pipe barrel shall be deposited in such manner as to not damage the pipe. Compaction shall be as required for the type of embedment being installed. 2.06 BACKFILL ABOVE EMBEDMENT A. The remaining portion of the pipe trench above the embedment shall be refilled with suitable materials compacted as specified. 1. Where trenches are within the ditch -to -ditch limits of any street or road or within a driveway or sidewalk, or shall be under a structure, the trench shall be refilled in horizontal layers not more than 6 inches in thickness, and compacted to obtain 95 percent maximum density, and determined as set foith in Section 02201 entitled Earthwork. 2. Where trenches are in open fields or unimproved areas outside of the ditch limits of roads, the backfilling may be done by placing the material in the trench and mounding the surface. 3. Hand tamping shall be required around buried utility lines or other subsurface features that could be damaged by mechanical compaction equipment. B. Backfilling of trenches beneath, across or adjacent to drainage ditches and water courses shall be done in such a manner that water will not accumulate in unfilled or partially filled trenches and the backfill shall be protectedfrom surface erosion by approved means. Project 01-1588.00 02204-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. Where trenches cross waterways, the backfill surface exposed on the bottom and slopes thereof shall be protected by means of stone or concrete rip -rap or pavement. C. All settlement of the backfill shall be refilled and compacted as it occurs. D. Temporary pavement shall be placed as specified in Section 02207 entitled Restoration of Surfaces. END OF SECTION Project 01-1588.00 02204-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02205 SELECTED FILL PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified: 1. The Contractor shall furnish and install selected fill materials to be used in either embedment or special backfill as specified or as directed by the Engineer. B. Related Work Specified Elsewhere: 1. Section 02201 Earthwork 2. Section 02203 Structural Excavation, Backfill and Compaction 3. Section 02204 Trenching, Backfilling, and Compaction 4. Section 02207 Restoration of Surfaces C. Definitions: 1. Embedment or Lining a. Any type granular material specified or directly placed below an imaginary line drawn one foot above the crown of the pipe and within the trench limits. 2. Special Backfill a. Pipelines Any selected fill material specified or directly placed above an imaginary line drawn one foot above the crown of the pipe and within the trench limits. b. Structures Any selected fill material specified or directly placed within the excavation limits, either in, under, or adjacent to the structure. 3. Special Granular Material a. Special granular material shall mean any of the granular materials specified in Part 2 of this section or other materials ordered by the Engineer. 1.02 SUBMITTALS A. The following item(s) shall be submitted in accordance with Section 15000 entitled General Equipment Requirements. Project 01-1588.00 02205-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. The name and location of the source of the material. 2. Samples and test reports of the material. B. No fill material shall be delivered to the site until the test reports have been reviewed by the Engineer. PART 2 - PRODUCTS 2.01 LISTING OF GRANULAR MATERIALS A. Granular Fill: 1. Granular fill shall be free from roots, sod, rubbish, and other deleterious or organic matter. Granular fill shall conform to the following gradation requirements. Sieve Size Percent Finer by Weight 6 -inch 100 No. 4 30-95 No. 40 10-70 No. 200 0-15 2. Granular fill shall be used beneath slabs; foundations; footings; walls; and in other soil bearing situations, and where otherwise indicated on the Contract Drawings and Specifications. B. Sand -Gravel: 1. Sand -gravel shall consist of hard, durable sand and gravel, and shall be free from roots, sod, rubbish, and other deleterious or organic matter. It shall conform to the following gradation requirements. Sieve Size Percent Finer by Weight 3 -inch 100 1/2 -inch 50-85 No. 4 40-75 No. 10 25-60 No. 40 10-35 No. 100 2 No. 200 0-8 2. Sand -gravel fill material shall be used where drainage is critical, such as with underdrain systems and working mats and as a base course below pavement, walkways, and slabs on - grade and where otherwise indicated on the Contract Drawings and Specifications. C. Crushed Stone: 1. Crushed stone shall consist of durable crushed rock or durable crushed gravel stone, free from sand, clay, loam, or other deleterious or organic material. The crushed stone shall be uniformly blended and shall conform to the requirements Project 01-1588.00 02205-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Sieve Size Percent Passing by Weight 3/4 -inch Stone 1/2 -inch Stone 1 -inch 100 3/4 -inch 90-100 100 1/2 -inch 20-50 90-100 3/8 -inch 0-20 25-55 No. 4 0-5 0-8 No. 8 - 0-3 2. Crushed stone shall be used as a working mat (3/4 -inch) or as a filter layer (1/2 -inch) around perforated pipe in the underdrain systems at the option of the Contractor and approved by the Department, and where otherwise indicated on the Contract Drawings and Specifications. (Use only where underdrains are required.) 3. Crushed stone bedding under all pipelines in trenches shall be provided to a compaction depth of not less than 6 -inches under pipelines and extending above the bottom of pipelines to the midpoint of the pipes and for the full width of the trenches. D. Coarse Sand: 1. Coarse sand shall be provided from sources outside the Department's property, in the quantities required for completion of the work, and of the quality specified and approved. Coarse sand shall conform to the following graduation: Sieve Size Percent Passing by Weight 1/2 -inch 100 3/8 -inch 90-100 No. 4 0-20 No. 8 0-5 No. 100 0-15 2. Coarse sand shall be used around all electrical conduit in trenches and appurtenant work and where otherwise indicated on the Contract Drawings and Specifications. 3. Coarse sand in conduit trenches shall extend from 6 -inches under conduits to 6 -inches above conduits (except for PVC conduit which shall have a minimum of 1 foot of sand cover) and for full width of trenches. E. Processed Aggregate Base: 1. Processed aggregate base for use as pavement sub -base and refill below normal grade or as otherwise found applicable for use shall be provided from sources outside the Department's property, in the quantities required for completion of the work, and the quality specified and approved. Processed aggregate base shall conform to. 2. Processed aggregate base shall consist of hard, durable stone and sand, and shall be free from lumps of clay, organic matter, or other objectionable material. Processed aggregate base shall conform to the following gradation. Project 01-1588.00 02205-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Sieve Size Percent Passing by Weight 2 1/4 -inch 100 2 -inch 95-100 3/4 -inch 50-75 1/4 -inch 25-45 No. 40 5-20 No. 100 2-12 PART 3 - EXECUTION 3.01 GENERAL, A. Special granular material as specified or directed for pipeline embedment shall be placed in accordance with Section 02204 entitled Trenching, Backfilling, and Compacting. B. Special backfill where specified or directed shall be placed in accordance with the backfilling provisions of Section 02204 entitled Trenching, Backfilling, and Compacting. C. Materials displaced using the above materials shall be wasted or disposed of by the Contractor, and the cost of such disposal shall be borne by the Contractor. D. Any settlements in the finished work shall be made acceptable to the Department by the Contractor at his cost and expense. END OF SECTION Project 01-1588.00 02205-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02207 RESTORATION OF SURFACES PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified 1. All types of surfaces, sidewalks, curbs, gutters, culverts and other features disturbed, damaged or destroyed during the performance of the work under or as a result of the operations of the Contract, shall be restored and maintained by the Contractor, as specified herein or as modified or described in the Special Conditions. 2. The quality of materials and the performance of work used in the restoration shall produce a surface or feature equal to or better than the condition of each before the work began, as approved by the Department. 3. The replacement of surfaces at any time, as scheduled or as directed, shall not relieve the Contractor of responsibility to repair damages by settlement or other failures. B. Related Work Specified Elsewhere 1. Section 02209 Topsoil and Seeding 1.02 SUBMITTALS A. The Contractor shall submit a schedule of restoration operations to the Engineer for review. PART 2 - EXECUTION 2.01 GENERAL A. Where applicable, the Contractor shall be responsible for cutting, removing, protecting, replacing, or stabilizing all existing roadways, driveways, and pavements of the various type encountered, removed, or damaged under this Project. In addition, all existing utility castings, including valve boxes, junction boxes, manholes, handholes, pull boxes, inlets, and similar structures in the areas of trench restoration, pavement replacement, and pavement overlay shall be adjusted to bring them flush with the surface of the finished work. B. Protect from damage by construction operations, all pavements, including all base courses and surface courses, within the work area. Any base course or surface course, damaged because of these operations, shall be restored in accordance with the applicable requirements of these Specifications, and to the satisfaction of the Engineer and the Department. Any damage to adjacent roadway will require that the Contractor resurface the entire width of the street in which the damage occurred for the entire block. The Contractor shall notify in writing the authority Project 01-1588.00 02207-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 having jurisdiction over any street, including detour routes, where defective pavement exists prior to proceeding with any work in the vicinity. A copy of all such notices shall be forwarded to the Engineer. C. Permanent pavement repairs shall be made with edges straight and parallel and patches rectangular in plan. Replace any paving required beyond the limits shown in the Standards, and as called for in the Specifications. Where excavations are located out of the existing pavement and damage occurs to the pavement, it shall also be replaced. D. Pavement markings removed or obliterated shall be replaced to the satisfaction of the Metropolitan Dade County Department of Public Works Department, the Traffic Engineering Division or other recognized authority having jurisdiction over the work area. E. The percentage of maximum density for subgrade and lime rock base specified herein, are minimum. Greater percentages of maximum density shall be obtained, if so required by the governing authority having jurisdiction over the work location. F. Asphaltic concrete mixtures shall be obtained only from plants that comply with the requirements of D.O.T. Specifications, Section 320 as applicable, using materials specified herein, and producing the specified mixture. General construction requirements for all hot bituminous mixtures specified herein shall conform to D.O.T. Specifications, Section 330, as applicable. G. All equipment necessary for constructions hall be on the job site in first class working condition. H. Asphaltic concrete shall be laid only where the surface to be covered is intact, firm, cured, and dry, and only when weather conditions are suitable. The temperature of the mixture at the time of spreading shall be no lower than 260 degrees F or higher than 320 degrees F, the lower limit to be approached in warm weather, and the higher limit in cold weather. No mixture shall be spread when the air temperature is less than 40 degrees F, nor when the spreading cannot be finished and compacted during daylight hours. I. Under no circumstances shall asphalt material be placed while rain is falling, or when there is water on the area to be covered. 2.02 TEMPORARY PAVING Temporary paving will be required where the original paved surface is removed, and shall be placed the same day the excavation is backfilled. The excavations trench shall be backfilled as required in "Backfill and Compaction," up to a level 1 inch below the existing pavement surface and a temporary, cold -mixed sand/asphalt pavement shall be constructed up to the level of the existing pavement surface. The liquid asphalt shall be Grade RC -70 conforming to the requirements of D.O.T. Specifications, Section 916-2. The sand shall conform to the requirements of D.O.T. Specifications, Section 902 for fine aggregate. The temporary pavement shall be maintained in a condition satisfactory to the Engineer until its removal, and replacement shall be made within 30 days with the permanent pavement. In replacing the temporary paving with permanent pavement, all work shall be completed in sections compatible with specified traffic maintenance procedures. 2.03 PAVING REPAIRS Project 01-1588.00 02207-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. General Paving repairs, when required, shall include complete edge of pavement to edge of pavement restoration unless otherwise directed by the Engineer. At the direction of the Engineer, one or more of the following types of pavement repairs may be required. 1. Type I Paving Repairs (Lime rock Base -Asphaltic Concrete Surface) Type I paving repairs shall be made with an 8 inch thick compacted lime rock base and a minimum 1 inch thick asphaltic concrete wearing surface. Lime rock for pavement base shall be Miami lime rock obtained from local sources where the overburden was removed from the pits prior to mining operations. The lime rock shall comply with requirements of D.O.T. Specifications, Section 911. Excavate the backfill previously placed and compacted, to the required depth below the existing road surface and the existing paving shall be cut back beyond all excavations, using an abrasive disc saw to trim the edges to straight and true lines. Minimum width for the lime rock base shall be equal to the trench width plus 2 feet. Place eight inches of lime rock base in two layers, each layer compacted to not less than 98% density, as specified in "Backfill and Compaction". During rolling, wet down as necessary, to secure the greatest possible compaction. After rolling, scarify the entire surface to a depth of not less than 3 inches, shape to conform to the existing surface, then water and roll again. Rolling and watering shall continue until the entire depth of the base is banded and compacted into an unyielding mass. If at any time the subgrade material becomes churned up and mixed with the base course materials, dig out and remove the mixture, reshape and compact the subgrade, and replace the material removed, with clean rock which shall be watered and rolled until satisfactorily compacted. After the base surface has been properly prepared and is dry and ready to receive the wearing surface, a tack coat of emulsified asphalt (Grade RS -2) shall be applied at a rate of approximately 0.10 gallon per square yard, immediately followed by the asphaltic concrete. The tack coat shall be applied to the entire lime rock base uniformly, and shall thoroughly coat all surfaces. Care shall be taken to tack coat and bond the edges of surrounding pavement and to prevent application of tack coat material to surfaces that will not be in contact with new asphaltic concrete pavement. The asphaltic concrete wearing surface shall be plant mixed, using the best grade of local aggregates of approved size and gradation and mixed with an approved binder and conforming to either the State of Florida Department of Transportation Specifications, Type S-1 Asphaltic Concrete, Section 331-1 through 331-5, or Dade County Public Works Type I, as ordered by the Engineer. Where the width of the repair permits, the material shall be placed by means of an approved mechanical spreader and finisher. The mixture shall be compacted to true grade and cross section by means of a tandem roller weighing not less than eight tons. The compacted asphaltic concrete mixture shall not be, in any case, less than one inch in thickness. Rolling shall proceed as closely behind the spreader as possible and all material shall be completely compacted the same day it is placed. The minimum width of the wearing surface shall be the same as the base. Project 01-1588.00 02207-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Type II Paving Repairs (Special Lime rock Base -Asphaltic Concrete Surface) Use Type II repairs when the restoration work falls within the limits of a State Road, similar to Type I paving repairs except for the dimensions of the lime rock base and asphaltic concrete surface course. The lime rock base varies in thickness from twice the thickness of the existing base directly over the excavation (12 -inch thick minimum), to the same thickness of the existing base at the sides of the repair. Minimum width for the base shall be equal to the trench width plus 3 feet. Compact the lime rock base in 4 -inch layers until the required thickness is obtained. The asphaltic concrete wearing surface shall match the thickness of the adjacent roadway but shall not be less than 1 1/2 inches thick in any case. Minimum width for wearing surface shall be equal to the trench width plus 4 feet. A friction type surface course may also be required in addition to the standard repair. Friction courses shall be constructed using the type and thickness of asphaltic concrete specified by permit, and in accordance with the applicable provisions for Type V paving repairs. 3. Type III Paving Repairs (Concrete Base -Asphaltic Concrete Surface) The use of Type III repairs is usually confined to restoration of pavement over trenches cut across existing pavement (and traffic flow), and short trenches cut parallel to the roadway centerline. A trench cut 200 feet or less in length shall be considered a "short trench." Paving repairs shall be made with a 6 -inch thick reinforced concrete base and a minimum 1 -inch thick asphaltic concrete wearing surface. The backfill previously placed and compacted shall be excavated to the required depth below the road surface, and the existing paving shall be cut back beyond all excavations, using an abrasive disc saw to trim the edges to straight and true lines. Minimum width for the concrete base shall be equal to the trench width plus 2 feet. The subgrade shall then be recompacted by rolling or by mechanical tamper to its former density. Wire mesh shall be placed, supported on chairs or bricks at the proper elevation. The subgrade shall then be wet down and Type III, High Early Strength concrete as previously specified shall then be placed, using a vibrator to insure a uniform density. When the concrete has properly cured in the opinion of the Engineer, and surface is dry, a tack coat and asphaltic concrete wearing surface shall be applied as specified hereinabove for Type I paving repairs. Minimum width of the wearing surface shall be the same as the base. 4. Type IV Paving Repairs (Concrete Slab -Rigid Pavement) Type IV repairs will be used when the restoration work falls within the limits of existing rigid pavement. Paving repairs shall be similar to Type III paving repairs except that No. 4 reinforcing steel bars spaced 12 inches on centers both ways shall be substituted for the mesh reinforcement, and the slab shall be 8 inches thick instead of 6 inches, with the top of the concrete matching the elevation and finish of the existing pavement. The asphaltic concrete surface course is not required. Project 01-1588.00 02207-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 5. Type V Paving Repairs (Asphaltic Concrete Wearing Surface Overlay) Type V paving repair is usually in addition to required Type I, II, or Type III paving repairs and shall consist of a machine -laid asphaltic concrete, meeting the requirements of Type I repairs as specified hereinabove. As used herein, "overlay" shall mean Type V paving repairs. In general, the overlay will be applied in a full lane width or widths, after the permanent paving repairs have been made. Where the overlay will abut existing pavement which is not to be overlaid, such as at extreme ends, the marked centerline of the pavement, or other lane markings, the existing asphaltic concrete surface shall be saw cut for its full depth or 1 inch minimum, and then stripped back for at least 2 feet into the area to be overlaid to a second cut which shall also be in clean straight lines. The second, or interior, cut edge shall be rolled with a tandem roller weighing not less than 8 tons before the overlay is applied. The stripped area shall be used to provide a transition or "feather" area between the overlay and the existing pavement. Before placing the overlay, all cut edges and the stripped area shall be tack coated with emulsified asphalt as specified herein below. Before the overlay is applied, sweep existing surfaces clean of all dirt and debris, using a power - driven broom, if warranted by the size of the location to be overlaid, and/or as ordered by the Engineer. Clear pavement edges of all encroaching vegetation, loose sand, rock, and all other foreign matter. When the existing surface is thoroughly clean, apply a tack coat of emulsified asphalt, Grade RS -2 (anionic) at the rate of approximately 0.10 gallon per square yard, immediately followed by the asphaltic concrete overlay. Place machine -laid overlay by means of an approved mechanical spreader and finisher, and compact the mixture to true grade and cross section by means of a tandem roller weighing not less than 8 tons. The compacted overlay mixture shall be as thick as required to produce a smooth uniform surface free of any irregularities, but shall not be less than one inch in thickness. Rolling shall proceed as closely behind the spreading of the mixture as possible, and all material shall be completely compacted the same day it is placed. 6. Type VI Paving Repairs (Lime rock Base -Sand Seal Surface) The use of Type VI repairs is usually confined to the restoration of excavations in existing sand - seal surface areas or streets. Repairs for restoration of excavations is existing sand -seal areas or roads shall consist of 8 -inch thick lime rock base over the excavation and forming a shoulder 12 inches wide on each side, with the surface level with the existing grade, and a sand -seal surface course over the prepared base and complete width of the existing area or street where such existing sand -seal surface exists, for the full length of the cut. Lime rock base courses over excavations shall be as specified under Type I paving repairs. After the bonded base has dried sufficiently, the entire surface shall be swept to break the glaze, and remove all traces of loose dirt, sand, and other debris. A bituminous surface treatment shall then Project 01-1588.00 02207-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 be applied, consisting of emulsified asphalt, Grade RS -2 (anionic) at the recommended temperature, and at a rate of approximately 0.10 gallon per square yard. The surface treatment shall immediately be covered with clean approved sand, spread by mechanical device at a rate sufficient to insure against bleeding through the sand cover, rolled, and then opened to traffic and permitted to cure. During the curing period, additional sand shall be applied, if required, to prevent possible pickup of the new surface by traffic. Excess sand cover shall be swept away and removed. Apply asphalt with a standard self -powered, self-propelled, bituminous pressure distributor equipped with spray bars, tank heater, thermometer, pressure gauges, tachometer, and a volume mensuration device. Apply only when the existing surface is dry and the temperature is above 50 degrees F. No asphalt shall be applied until the surface to be covered is satisfactorily prepared to receive it. 2.04 DRIVEWAY, SIDEWALK, AND CURB AND GUTTER REMOVAL AND REPLACEMENT A. General The Contractor shall be responsible for cutting, removing, protecting, and replacing all existing concrete driveways, sidewalks, and curb and gutter of the various types encountered, removed, or damaged during the execution of the Project. He shall be responsible for the protection from damage by his construction operations, of all concrete driveways, sidewalks, and curb and gutter within the limits of the excavation width plus 2 feet. Any concrete driveway, sidewalk, or curb and gutter beyond these limits of the work area, damaged as a result of this operation, shall be restored in accordance with the applicable requirements of these Specifications, and to the satisfaction of the Engineer. To protect himself from liability for any existing damaged concrete driveways, sidewalks, etc., he shall notify in writing the authority having jurisdiction prior, to proceeding with any work in the vicinity. A copy of all such notices shall be forwarded to the Engineer. As used herein, "driveway" shall mean concrete, brick, asphalt or gravel driveway, and "curb and gutter" shall mean freestanding curb, gutter, combination curb and gutter, or valley gutter. Provide adequate means to protect each driveway, sidewalk, and curb and gutter installation from damage from vandals, animals, weather or other causes, until the concrete is hard. Should damage occur from such causes, remove, and replace the damaged item. All concrete and concrete work for driveway, sidewalk and curb and gutter replacement shall conform to all applicable provisions of Section 03002 entitled Reinforced Concrete. B. Driveways Restore concrete driveways, and sidewalks crossing driveways, in full sections or blocks rather than excavation width plus two feet, if the original construction was divided into such sections or blocks. The existing driveway (or sidewalk) shall be cut with an abrasive disc saw to trim the edges to straight and true lines, with edges parallel and rectangular in plan. The interior concrete shall then be broken up and removed from the site. Project 01-1588.00 02207-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Replace concrete driveways, and sidewalks crossing driveways, with a concrete slab having a minimum thickness of 6 inches. Steel reinforcement is not required unless the existing driveway (or sidewalk) is so reinforced, in which case the replaced driveway shall also be reinforced to match the existing. Such forms as are necessary shall be set up and the subgrade regraded for a slab 6 inches thick. The subgrade shall be thoroughly compacted and wet down prior to placing the concrete. The surface shall be given a surface and edging to match, as nearly as possible, that of the existing driveway (or sidewalk). The finish and edging shall be obtained using screeds, trowels, edges and any other tool normally required by the trade in performing this kind of work. All forms for concrete driveways (or sidewalks) including those for expansion joints, shall be metal and shall be clean and well oiled prior to placing concrete. The forms shall be set in place far enough in advance of concrete placing for the Engineer to check line and grade. Abrupt changes in line and grade will not be permitted, and forms shall be set to insure smooth curvature and alignment both vertically and horizontally. Forms shall be left in place for a minimum of 24 hours after concrete has been placed. Replacement driveway (and sidewalks) shall match the elevation and alignment of existing driveways (and sidewalks) wherever a connection is made. C. Sidewalks Restore sidewalks in full section rather than excavation width plus 2 feet. Removal of existing sidewalk, installation of forms, preparation of subgrade, and the fmal fmish shall be performed as specified hereinabove for driveways, except that the minimum thickness of the sidewalk shall be 4 inches thick. D. Curb and Gutter Restore curb and gutter in lengths equal to excavation width plus 2 feet, or 10 feet, whichever is greater, unless otherwise permitted or directed by the Engineer. Removal of existing curb and gutter, installation of forms, preparation of subgrade, and the final finish shall be performed as specified hereinabove for driveways. The shape and final fmish shall match that of the existing curb and gutter. 2.05 LAWNS AND IMPROVED AREAS A. The area to receive topsoil shall be graded to a depth of not less than 4 inches or as specified, below the proposed finish surface. 1. If the depth of existing topsoil prior to construction was greater than 4 inches, topsoil shall be replaced to that depth. B. The furnishing and placing of topsoil, seed, and mulch shall be in accordance with Section 02209 Topsoil and Seeding. Project 01-1588.00 02207-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. When required to obtain germination, the seeded areas shall be watered in such a manner as to prevent washing out of the seed. D. Any washout or damage that occurs shall be regraded and reseeded until a good sod is established. E. The Contractor shall maintain the newly seeded areas, including regrading, reseeding, watering and mowing, in good condition. 2.06 OTHER TYPES OF RESTORATION A. Trees, shrubs and landscape items damaged or destroyed because of the construction operations shall be replaced in like species and size. 1. All planting and care thereof shall meet the standards of the American Association of Nurserymen. B. Water courses shall be reshaped to the original grade and cross-section and all debris removed. Where required to prevent erosion, the bottom and sides of the watercourse shall be protected. C. Culverts destroyed or removed because of the construction operations shall be replaced in like size and material and shall be replaced at the original location and grade. When there is minor damage to a culvert and with the consent of the Engineer, a repair may be undertaken, if satisfactory results can be obtained. D. Should brick pavements including driveways and traffic calming devices be encountered in the work, the restoration shall be as directed by the Engineer. E. Fences destroyed or removed because of the construction operations shall be replaced in like size and material and shall be replaced at the original location. 2.07 MAINTENANCE A. The finished products of restoration shall be maintained in an acceptable condition for and during a period of one year following the date of Substantial Completion or other such date as set forth elsewhere in the Contract Documents. Any necessary rework or repairs shall be at the expense of the Contractor. END OF SECTION Project 01-1588.00 02207-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02209 TOPSOIL AND SEEDING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Specified 1. The furnishing of topsoil, fertilizer, seed, and mulch; the preparation of the subgrade; and the placing of the topsoil, fertilizer, seed, and mulch. 2. All maintenance as required until final acceptance by the Department. B. Related Work Specified Elsewhere 1. Section 02207 Restoration of Surfaces 1.02 SUBMITTALS A. The Contractor shall submit data on the location of source for off -site topsoil. B. Analysis of the seed. C. Should hydro seeder be used, the Contractor shall submit all data including material and application rates. PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil shall be friable clayey loam free from clay lumps, stones, roots, sticks, stumps, brush, and foreign objects. B. Fertilizer shall be a standard quality product of a commercial carrier of available plant food elements. A complete prepared and packaged material containing a minimum of 10 percent nitrogen, 10 percent phosphoric acid, and 10 percent potash shall be provided. 1. Each bag of fertilizer shall bear the manufacturer's guaranteed statement of analysis. C. Seed mixtures shall be of commercial stock of the current season's crop and shall be delivered in unopened containers bearing the guaranteed analysis of the mix. 1. All seed shall meet the State standards of germination and purity. D. Seed mixtures shall be as follows: Project 01-1588.00 02209-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Specie Pensacola Bahia Common Hulled Bermuda Rye or Millet Application Rate 150 lbs per acre 40 lbs per acre 75 lbs per acre E. Mulch shall be composed of specially prepared cypress bark mulch, Type B and shall be free from noxious weeds. PART 3 - EXECUTION 3.01 INSTALLATION A. The area to receive topsoil shall be graded to a depth of not less than 4 inches or as specified, below the proposed finished surface. If the depth of topsoil existing prior to construction was greater than 4 inches, the topsoil shall be replaced not less than the greater depth. 1. All debris, stones and inorganic material shall be removed and the surface loosened for a depth of 2 inches prior to the placing of the topsoil. 2. The topsoil shall not be placed until the subgrade is in suitable condition and shall be free of excessive moisture. B. Satisfactory topsoil removed from the excavations shall be placed on the prepared subgrade to the depth required. 1. In the event the topsoil removed during excavation is unsatisfactory or inadequate to obtain the required finished grades, the Contractor shall furnish the required quantity of satisfactory topsoil from approved sources off site. 2. All topsoil shall be free from stones, roots, sticks and other foreign substances and shall not be placed in a muddy condition. 3. The finished surface shall conform to the lines and grades of the area before disturbed or as indicated on the Contract Drawings. Any irregularities shall be corrected before the placement of fertilizer and seed. C. The fertilizer shall be applied uniformly at the rate of 20 pounds per 1,000 square feet. 1. Following the application of the fertilizer and prior to application of the seed, the topsoil shall be scarified to a depth of at least 2 inches with a disk or other suitable method traveling across the slope if possible. D. After the topsoil surface has been fine graded, the seed mixture shall be uniformly applied upon the prepared surface with.a mechanical spreader at a rate of not less than five (5) pounds per 1,000 square feet. Project 01-1588.00 02209-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. The seed shall be raked lightly into the surface and rolled with a light hand lawn roller. 2 Seeding and mulching shall not be done during windy weather. E. The mulch shall be hand or machine spread to form a continuous blanket over the seedbed, approximately 2 inches uniform thickness at loose measurement. Excessive amounts or bunching of mulch will not be permitted. 1. Mulch shall be anchored by an acceptable method. 2. Unless otherwise specified, mulch shall be left in place and allowed to disintegrate. 3. Any anchorage or mulch that has not disintegrated at time of first mowing shall be removed. Anchors may be removed or driven flush with ground surface. F. Seeded areas shall be watered as often as required to obtain germination and to obtain and maintain a satisfactory sod growth. Watering shall be in such a manner as to prevent washing out of seed. G. Hydroseeding may be accepted as an alternative method of applying fertilizer, seed, and mulch. The Contractor must submit all data regarding materials and application rates to the Engineer for review. 3.02 MAINTENANCE A. All lawn areas shall be mowed by the Contractor before the new grass reaches a height of 4 inches. 1. Sewer and Water Line Projects a. Following the establishment of a good stand of grass and the first mowing, the Contractor's obligations shall end except for the repair of settlement or damage. 2. Plants and Similar Projects a. The Contractor shall maintain the newly seeded areas in good condition until acceptance, including regular mowing to a height of 2 inches. END OF SECTION Project 01-1588.00 02209-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02221 TRENCHING AND BACKFILLING FOR UTILITY SYSTEMS PART 1 - GENERAL 1.01 WORK INCLUDED A. Perform clearing, excavating, backfilling, and grading as required for the construction of the utility systems consisting of piping and appurtenances as shown on the Drawings and specified herein. 1.02 RELATED WORK A. Section 02574, Pavement Removal and Replacement B. Section 02660, Water Distribution System C. Section 02730, Sanitary Sewage System E. Section 02934, Solid Sodding PART 2 - PRODUCTS 2.01 BEDDING MATERIAL A. Bedding Material: Washed and graded limerock (3/8"-7/8"). A. Bedding Material: Pearock, drainfield limerock or similar material approved by the Engineer in wet trenches, and limerock screenings, sand or other fine inorganic material approved by the Engineer in dry trenches. 2.02 BACKFILL MATERIAL A. Backfill Material: Suitable fill material as specified in Section 02210, containing no stones or rocks larger than 6 -inches in diameter, and, when placed within 1 -foot of piping and appurtenances, containing no stones or rocks larger than 2 -inches in diameter (1 -inch for PVC and HDPE). PART 3 - EXECUTION 3.01 CLEARING A. Perform all clearing as specified in Section 02210 and as necessary for the proper installation of all piping and appurtenances in the locations shown on the Drawings. Protect plantings, shrubbery, trees, utility poles, or structures subject to damage resulting from the excavation by transplanting, relocating, ,bracing, shoring, or by other appropriate means, unless otherwise directed by the Engineer. Project 01-1588.00 02221-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Within paved areas, remove pavement prior to commencing excavation. Mechanically saw cut the pavement at the limits of excavation in accordance with Section 02574, to protect pavement that is to remain undisturbed. 3.02 EXCAVATION A. Perform all excavation of every description and of whatever substances encountered, by open cut, to the dimensions and depths shown on the Drawings, or as directed. Carefully support and protect from injury all existing utilities such as pipes, poles, and structures and in case of damage, restore at no cost to the Owner. B. Keep trench walls vertical, and, if required to protect the safety of workers, the public, this or other work or structures, or to maintain trench widths within the limits hereinafter specified, provide proper sheeting and bracing. Provide safety measures in compliance with OSHA requirements and, for trenches 5 -feet and deeper, comply with all requirements of the Florida Trench Safety Act. Where wood sheeting or certain designs of steel sheeting are used, cut off the sheeting at a level 2 -feet above the top of the installed pipe, and leave in place that portion below that level. If interlocking steel sheeting is used, it may be removed providing removal can be accomplished without disturbing the bedding, pipe, or alignment of the pipe. Any damage to the pipe bedding, pipe, or alignment of the constructed utility caused by removal of sheeting will be cause for rejection of the affected portion of the work. Excavate not more than 100 -feet of trench ahead of pipe laying operations at one time unless the Engineer approves a greater length of open trench. C. In areas where trench widths are not limited by right-of-way, and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material. A substantially and safely constructed movable shield, "box" or "mole" may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. D. Excavate pipe trenches for utility lines to a width within the limits of the top of the pipe and the trench bottom to provide a clearance on each side of the pipe barrel, measured to the face of the excavation or sheeting, if used, of 8 -inches to 12 -inches. Where the pipe size exceeds 12 -inches, provide a clearance of 12 -inches to 18 -inches. Excavate all pipe trenches to a level 6 -inches below the outside bottom of the proposed pipe barrel. E. In excavation for appurtenances, provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12 -inches. Excavate manhole excavations to sufficient depth to permit their construction on the undisturbed bottom of the excavation. F. Store and dispose of materials removed from the trenches in such a manner that they will not interfere unduly with traffic on public streets and sidewalks. Do not place on private property. In congested areas, remove to convenient places of storage such materials as cannot be stored adjacent to the trench or used immediately as backfill. G. Transport all materials suitable for use as backfill to areas where not enough suitable material is available from the excavation. H. Dispose of excess suitable material within the limits of the project unless otherwise directed by the Engineer. Upon completion of the work, clean up and finish grade the disposal area. Project 01-1588.00 02221-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 I. Remove from the site and dispose of all unsuitable excavated materials unless otherwise directed by the Engineer. 3.03 REMOVAL OF WATER A. Dewater all excavations containing water and maintain them free from water before and during installation of pipes and structures. In the event this cannot be accomplished economically, the Alternate Method of Construction specified in Article 3.09 hereinafter may be used upon approval by the Engineer. B. Provide all necessary pumps, underdrains, well -point systems, and other means for removing water from trenches and other parts of the work. Continue dewatering operations until the backfill has progressed to a sufficient depth over the pipe to prevent flotation or movement of the pipe and is above the natural water table. C. Dispose of water from the trenches and excavations in such a manner as will not contravene any permit conditions or cause injury to public health, to public or private property, to the work completed or in progress, to the surface of the streets, or cause any interference with the use of the same by the public. Before starting the excavation, submit to the Engineer for approval proposed methods of handling trench water and locations at which the water will be disposed of. Obtain all permits required for dewatering operations. 3.04 PIPE BEDDING A. After pipe trenches have been excavated to the proper depths, backfill the resulting excavation with approved pipe bedding material, up to the level of the lower one-third of the proposed pipe barrel. Tamp, compact, and shape this material to provide proper bedding for the pipe. Provide bedding under the branch of all fittings to furnish adequate support and bearing under the fitting. B. Backfill any excess excavation below the levels required for installation of the pipe bedding, with approved bedding material, tamped, compacted and shaped to provide proper support for the proposed pipe, at no additional cost to the Owner. 3.05 BACKFILL UNDER MANHOLES AND METER VAULTS A. Backfill any excess excavation below the levels required for the proper construction of manholes or meter vaults with Class C (2500 psi) concrete. The use of earth, rock, sand or other materials for this purpose will not be permitted. 3.06 TRENCH STABILIZATION A. Where soft or unstable conditions are encountered in trench bottoms, stabilize such areas to provide proper bedding or foundations for the proposed installation at no additional cost to the Owner prior to placing the bedding material. In no event will pipe installation be permitted when such conditions exist. 3.07 BACKFILL A. Backfilling of utility trenches will not be allowed until installation of pipe and appurtenances has been approved and pressure tested if required. Uncover or expose for inspection at no cost to the Owner any work that is covered or concealed without the knowledge and consent of the Engineer. Partial backfill may be placed to restrain the pipe during pressure testing. Project 01-1588.00 02221-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Provide backfill material as specified in paragraph 2.02A, with no stones or rocks larger than 2 -inches in diameter (1 -inch for PVC and HDPE) within 1 -foot of piping and appurtenances and no stones or rocks larger than 6 -inches in diameter in any backfill. C. If a sufficient quantity of suitable backfill material is not available from the trench or other excavations within the site of the work, provide and install additional material suitable for this purpose. D. Place backfill material in 6 -inch layers and compact to not less than 90 percent of its maximum density as defined hereafter to a depth of 12 -inches over the top of the pipe. Exercise particular attention and care in obtaining thorough support for the branch of all service connection fittings and to preserve the alignment and gradient of the installed pipe. E. After the backfill has been placed to a level 12 -inches over the pipe, place the remainder of the backfill in layers not to exceed 9 -inches, and compact with mechanical vibrators or other suitable equipment to obtain a density of the backfilled material of not less than 95 percent of its maximum density as hereinafter defined. F. Within paved areas of trench excavation, reconstruct the base and surfacing as specified under Section 02574, Pavement Removal and Replacement. G. Partially backfill no more than 800 -feet of trench with pipe in place at any time unless otherwise approved by the Engineer. 3.08 COMPACTION AND DENSITIES A. Determine maximum density of the material in trenches by ASTM D 1557 (AASHTO T 180). B. Determine field density of the backfill material in place by ASTM D 2922 (AASHTO T 238). C. Laboratory and field density tests that, in the opinion of the Engineer, are necessary to establish compliance with the compaction requirements of these specifications, will be conducted at the Owner's expense. Tests will be made at depths and locations selected by the Engineer or the Owner's representative. D. Rework and recompact, at no additional cost to the Owner, trench backfill that does not comply with the specified densities, as indicated by such tests, until the required compaction is obtained. Retesting will be performed at the Contractor's expense. 3.09 ALTERNATE METHOD OF CONSTRUCTION A. General: 1. If subsurface conditions are such as to make dewatering impossible, or only possible through the use of unusual and costly methods, and after all reasonable means to dewater the excavation have been employed without success, the Contractor, with the concurrence, in writing, of the Engineer, may elect to employ the following alternate method of construction in such specific portions of the work as agreed by the Engineer. 2. In using the alternate method of construction described hereinafter, comply with the required standards of construction established in the preceding parts of this Section. No Project 01-1588.00 02221-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 additional payment will be made to the Contractor for excavation, backfill, sheeting work or materials, or for any other costs incurred because of the use of this alternate method of construction. 3. Subject to all of the requirements stated hereinabove, including written approval of the Engineer, perform construction in accordance with the following provisions and with all requirements of Article 3.01 through Article 3.08, inclusive, of these Specifications unless otherwise specifically modified herein. B. Removal of Water: The installation of pipe, manholes, and appurtenances under water will be permitted and the requirements of Article 3.03, Removal of Water, will be waived. C. Excavation: 1. Perform excavation of pipe trenches to the level of the bottom of the proposed pipe bedding in accordance with Article 3.02, Excavation. If rock, such as limerock or other similar hard, cemented material providing firm, unyielding trench bottoms is encountered at the level of the bottom of the proposed pipe bedding, no additional excavation will be required. If material such as sand, marl, or other material which cannot be classified as rock, as hereinabove defined, is encountered at the level of the bottom of the proposed pipe bedding, excavate the pipe trench to an additional depth of 10 -inches minimum, below that level. This additional excavation, and the additional backfilling made necessary thereby, is an essential part of this alternate construction method and no additional payment will be made for this work, regardless of the type of material encountered. 2. Perform excavation for manholes to be installed under water to a depth, below the outside bottom of the proposed structure, which will provide a minimum space of 12 -inches in rock, or 24 -inches in sand, as the same are defined hereinabove, for the placement of bedding material as specified in 2.01 A. 3. Modify the excavation of pipe trenches at their junction with excavations for manholes by longitudinally sloping the bottom of the pipe trench for the last 10 feet to meet the bottom of the manhole excavation. D. Pipe and Manhole Bedding: Place bedding material in the pipe trench or manhole excavation up to the level of the lower one-third of the proposed pipe barrel, or to the outside bottom of the proposed manhole as applicable. Tamp and compact this bedding material to provide proper bedding for the pipe or manhole. E. Backfill: 1. After the pipe is installed, backfill in accordance with the provisions of Article 3.07 Backfill, except use bedding material to backfill around the pipe and to a level even with the top of the pipe bell. 2. If the Alternate Method of Construction is used, carefully lift all backfill material, including bedding material, into the trench and release to fall freely therein when the bucket or container is at or just above water level. Do not dump or push backfill material into trenches containing water. Below the existing water level, carefully ram backfill material into place in uniform layers. Above the water level, place and compact backfill material as specified in Article 3.07 Backfill and Article 3.08 Compaction and Densities. Project 01-1588.00 02221-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.10 RESTORATION OF EXISTING SURFACES A. Restore all grassed areas disturbed by the trenching operations by resodding in accordance with Section 02934. B. Restore all paved areas disturbed by the trenching operations by repaving in accordance with Section 02574. END OF SECTION Project 01-1588.00 02221-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02341 HORIZONTAL DIRECTIONAL DRILLING PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials and equipment required to install gravity sewer pipe using directional drilling method of installation, in accordance with the requirements of the Contract Documents. The gravity sewer pipe size, type, and length shall be as specified herein and as shown on the Drawings. Work included shall include and not be limited to proper installation, testing, restoration of underground utilities and environmental protection and restoration. B. The directional drill shall be accomplished by first drilling a pilot hole to design standards; then enlarging the pilot hole to sufficient size to accommodate the pull back of PVC (8 -inch) pipe for gravity sewer service and finally to pull the pipe back through the enlarged hole. In no case shall this procedure be allowed where installation of the carrier pipe requires the pushing of one piece of pipe with another piece of pipe. C. Soil borings as required for certain subsurface soil conditions shall be provided by the directional drilling contractor within the scope of this project. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. American Society for Testing and Materials (ASTM) ASTM D1784: Standard Specification for Rigid PVC Compounds and Chlorinated PVC Compounds. ASTM D2837: Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. ASTM D3139: Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. ASTM F477: Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. ASTM F1417: Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air. B. American Water Works Association (AWWA) AWWA C900: Standard for PVC Pressure Pipe and Fabricated Fittings, 4 In. Through 12 In., for Water Distribution. C. Where reference is made to one of the above standards, the revision in effect of the time of bid openings shall apply. Project 01-1588.00 02341-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 02730 Sanitary Sewage System B. Section 02207 Restoration of Surface 1.04 LOCATIONS A. As indicated on the plans. 1.05 SUBMITTALS A. Shop Drawings: Submit shop drawings in accordance with the requirements of Section 01340 - Submittals and the following supplemental requirements as applicable: 1. Directional drilling contractor's qualifications and experience. 2. Work Plan: Prior to beginning work, the CONTRACTOR must submit to the ENGINEER a work plan detailing the procedure and schedule to be used to execute the project. The work plan should include a description of all equipment to be used, down -hole tools, a list of personnel and their qualifications and experience (including backup personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan (including MSDS of any potentially hazardous substances to be used), an environmental protection plan and contingency plans for possible problems. Work plan should be comprehensive, realistic and based on actual working conditions for this particular project. 3. Material: Specifications on materials to be used shall be submitted to ENGINEER. Material shall include the pipe, fittings, and any other item that is to be an installed component of the project. 4. Equipment: Submit specifications on directional drilling equipment to be used to ensure that the equipment will be adequate to complete the project. Equipment shall include but not be limited to: drilling rig, mud system, mud motors (if applicable), downhole tools, guidance system, and rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that CONTRACTOR intends to use or might use shall be submitted. 1.06 QUALITY ASSURANCE A. All directional drilling operations shall be done by a qualified directional drilling CONTRACTOR with at least three (3) years experience involving work of a similar nature to the work required of this project. B. Notify ENGINEER and OWNER a minimum of three (3) days in advance of the start of work contained in this Section. C. All work shall be performed in the presence of the OWNER or ENGINEER. Project 01-1588.00 02341-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 PART 2 - PRODUCTS 2.01 POLYVINYL CHLORIDE (PVC) PIPE A. The pipe material to be used shall meet AWWA C-900 standards for Polyvinyl Chloride pressure pipe and fittings with a dimension ratio DRI8. All other pipe shall have the written approval of the ENGINEER and meet all submittal review as an optional approved product. The pipe shall be designated as Certa-Lok C900/RJ as manufactured by Certain Teed Corporation or equal. B. The pipe shall be jointed using a separate PVC coupling with beveled edges, built in sealing gaskets and restraining grooves. The restraining spines shall be square and made from nylon 101. C. Exposed splines shall be cut to 5" from coupling wail to reduce soil drag. D. Couplings shall be beveled on leading edges to minimize soil friction. E. CONTRACTOR shall adhere to the pipe manufacturer most current calculations regarding tensile load limitations for trenchless application. This calculation shall be part of the required submittal. 2.02 DIRECTIONAL DRILLING EQUIPMENT REQUIREMENTS A. General: The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pull back the pipe, a drilling fluid mixing, delivery and recovery system of sufficient capacity to successfully complete the installation, a drilling fluid recycling system to remove solids from the drilling fluid so that the fluid can be reused, a magnetic guidance system or walk over system to accurately guide boring operations, a vacuum truck of sufficient capacity to handle the drilling fluid volume, trained and competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials, and spare parts on hand to maintain the system in good working order for the duration of this project. B. Drilling Rig: The directional drilling machine shall consist of a hydraulically powered system to rotate, push, and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing, and rotating pressure required to complete the installation. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull- back pressure during pull -back operations. There shall be a system to detect electrical current from the drill string and an audible alarm that automatically sounds when an electrical current is detected. C. Drill Head: The drill head shall be steerable by changing its rotation and shall provide necessary cutting surfaces and drilling fluid jets. D. Mud Motors (if required) : Mud motors shall be of adequate power to turn the required drilling tools. E. Drill Pipe: Shall be constructed of high quality 4130 seamless tubing, grade D or better, with threaded box and pins. Tool joints should be hardened to 32-36 RC. Project 01-1588.00 02341-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2.03 GUIDANCE SYSTEM A. General: A Magnetic Guidance System (MGS) probe or equivalent gyroscopic probe and interface shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. The guidance shall be capable of tracking at all depths up to one hundred feet and in any soil condition, including hard rock. It shall enable the driller to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate to ± 2% of the vertical depth of the borehole at sensing position at depths up to one hundred feet and accurate with 1.5 meters horizontally. B. Components: The CONTRACTOR shall supply all components and materials to install, operate, and maintain the guidance system. C. The Guidance System shall be of a proven type such as Share Well TruTracker MGS, or other equivalent guidance system, and shall be set up and operated by personnel trained and experienced with this system. The operator shall be aware of any geo-magnetic anomalies and shall consider such influences in the operation of the guidance system. 2.04 DRILLING FLUID (MUD) SYSTEM A. Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid composed of bentonite clay, potable water, and appropriate additives. Mixing system shall be able to "molecularly shear," individual bentonite particles from the dry power to avoid clumping and ensure thorough mixing. The drilling fluid reservoir tank shall be a minimum of 5000 gallons. Mixing system shall continually agitate the drilling fluid during drilling operations. B. Drilling Fluids: Drilling fluid shall be composed of clean water and bentonite clay. Water shall be from an authorized source with a pH of 8.5 -10. Water of a lower pH or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. No additional material may be used in drilling fluid without prior approval from ENGINEER. The bentonite mixture used shall have the minimum viscosities as measured by a March Funnel: Rock, Clay - 60 sec. Hard Clay - 40 sec. Soft Clay - 45 sec. Sandy Clay - 90 sec. Stable Sand - 80 sec. Loose Sand - 110 sec. Wet Sand - 110 sec. These viscosities may be varied to best fit the soil conditions encountered, as approved by the ENGINEER. C. Delivery System: The mud pumping system shall have a minimum capacity of 35-500 GPM and be capable of delivering the drilling fluid at a constant minimum pressure of 1200 psi. The delivery system shall have filters in -line to prevent solids from being pumped into the drill pipe. Connections between the pump and dill pipe shall be relatively leak -free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and conveyed to the drilling fluid recycling system Project 01-1588.00 02341-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 or shall be removed by vacuum trucks or other methods acceptable to ENGINEER. A berm, minimum of 12 inches high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system to prevent spills into the surrounding environment. Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage and recycling facilities or disposal. D. Drilling Fluid Recycling System: One drilling fluid recycling system shall separate sand, dirt and other solids from the drilling fluid and render the drilling fluid reusable. Spoil separated from the drilling fluid will be stockpiled for later use or disposal. 2.05 OTHER EQUIPMENT A. Pipe Rollers: Pipe rollers shall be of sufficient size to fully support the weight of the pipe while being hydrotested and during pullback operations. Sufficient number of rollers shall be used to prevent excess sagging of pipe. B. Pipe Rammers: Hydraulic or pneumatic pipe rammers may only be used if necessary and with the authorization of ENGINEER. C. Restrictions: Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the ENGINEER prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the project. 2.06 PERSONNEL REQUIREMENTS A. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety. Each person must have at least two years directional drilling experience. B. A competent and experienced supervisor representing the CONTRACTOR and Drilling Subcontractor shall be present at all times during the actual drilling operations. A responsible representative who is thoroughly familiar with the equipment and type work to be performed must be in direct charge and control of the operation at all times. In all cases, the supervisor must be continually present at the job site during the actual Directional Bore operation. The CONTRACTOR and Subcontractor shall have a sufficient number of competent workers on the job at all times to insure the Directional Bore is made in a timely and satisfactory manner. C. Personnel who are unqualified, incompetent, or otherwise not suitable for the performance of this project shall be removed from the jobsite and replaced with a suitable person. Project 01-1588.00 02341-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. The ENGINEER must be notified 48 hours in advance of starting work. The Directional Bore shall not begin until the ENGINEER is present at the job site and agrees that proper preparations for the operation have been made. The ENGINEER approval for beginning the installation shall in no way relieve the CONTRACTOR of the ultimate responsibility for the satisfactory completion of the work as authorized under the Contract. It shall be the responsibility of ENGINEER to provide inspection personnel at such times as appropriate without causing undue hardship because of delay to the CONTRACTOR. B. All work under this specification affecting the South Florida Water Management District (SFWMD), or the Florida Department of Transportation (FDOT) property, right-of-way, or facilities shall be carried out to the full satisfaction of the SFWMD or FDOT authorized representative. The CONTRACTOR shall fully inform himself of all requirements of the SFWMD or FDOT as pertains to the specific project and shall conduct all his work accordingly. C. All equipment used by the CONTRACTOR on Owner's property and right-of-ways may be inspected by the OWNER or the Owner's Representatives and shall not be used if considered unsatisfactory by OWNER or Owner's Representatives. D. The CONTRACTOR shall be fully responsible for all damages arising from his failure to comply with the regulations and the requirements of these Specifications. 3.02 DIRECTIONAL DRILLING OPERATION A. The CONTRACTOR shall provide all material, equipment, and facilities required for directional drilling. Proper alignment and elevation of the borehole shall be consistently maintained throughout the directional drilling operation. The method used to make the directional drilling shall conform to the requirements of all applicable permits. Copies of all permits will be supplied to the CONTRACTOR by the OWNER. B. Entire drill path shall be accurately surveyed with entry and exit stakes placed in the appropriate locations within the areas indicated on drawings. If CON TRACTOR is using a magnetic guidance system, drill path will be surveyed for any surface geomagnetic variations or anomalies. C. CONTRACTOR shall place silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. CONTRACTOR shall adhere to all applicable environmental regulations. Fuel may not be stored in bulk containers within 200' of any water body or wetland. D. Readings shall be recorded after advancement of each successive drill pipe, and the readings plotted on a scaled drawing of 1'=20", both vertical and horizontal. Access to all recorded readings and plan and profile information shall be made available to the ENGINEER, or his representative, at all times. Project 01-1588.00 02341-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 E. A complete list of all drilling fluid additives and mixtures to be used in the directional operation will be submitted to the ENGINEER, along with their respective Material Safety Data Sheets. All drilling fluids and loose cuttings shall be contained in pits or holding tanks for recycling or disposal, no fluids shall be allowed to enter any unapproved areas or natural waterways. Upon completion of the directional drill project, the drilling mud and cuttings shall be disposed of by the CONTRACTOR at an approved dump site. F. Pilot hole shall be drilled on bore path with no deviations greater than 5% of depth over a length of 100'. In the event that pilot does deviate from bore path more than 5% of depth in 100', CONTRACTOR will notify ENGINEER and ENGINEER may require CONTRACTOR to pull -back and re -drill from the location along bore path before the deviation. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, CONTRACTOR shall cease drilling, wait at least 30 minutes, inject a quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel and the wait another 30 minutes. If mud fracture or returns loss continues, CONTRACTOR will cease operations and notify ENGINEER. ENGINEER and CONTRACTOR will discuss additional options and work will then proceed accordingly. G. Upon completion of the pilot hole phase of the operation, a complete set of as -built records shall he submitted in duplicate to the OWNER. These records shall include copies of the plan and profile drawing, as well as directional survey reports as recorded during the drilling operation. H. Upon approval of the pilot hole location the hole opening or enlarging phase of the installation shall begin. The bore holed diameter shall be increased to accommodate the pullback operation of the required size of PVC pipe. The type of hole opener or back reamer to be utilized in this phase shall be determined by the types of subsurface soil conditions that have been encountered during the pilot hole drilling operation. The reamer type shall be at the CONTRACTOR'S discretion with the final hole opening diameter being a minimum of 40 percent larger than the outside diameter of the Certa-Lok C900 / Restrained Joint Coupling to be installed in the borehole. I. The open borehole maybe stabilized by means of bentonite drilling slurry being pumped through the inside diameter of the drill pipe and through openings in the reamer. The slurry will also serve as an agent to carry the loose cuttings to the surface through the annulus of the borehole. These cuttings and bentonite slurry are to be contained at the exit or entry side of the directional bore in pits or holding tanks. The slurry may be recycled at this time for reuse in the hole opening operation, or it shall be hauled by the CONTRACTOR to an approved dump site and properly disposed of. J. The PVC pipe shall be joined together according to manufacturer's specifications and be supported over roadways and other obstacles as required, by the use of pipe rollers or comparable equipment, in preparation of pullback through the enlarged borehole. A pulling eye will be attached to the product pipe that in turn will be attached to a swivel on the end of the drill pipe. This will allow for a straight, smooth pull of the product pipe as it enters and passes through the borehole toward the drill rig and original entrance hole of the directional bore. The product pipe will be elevated to the approximate angle of exit and supported by means of a sideboom with roller arm, or similar equipment, to allow for a "free stress" situation as the pipe is pulled into the exit hole toward the drill rig. The product pullback phase of the -directional operation shall be carried out in a continuous manner until the pipe reaches the original entry side of the bore. Project 01-1588.00 02341-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.03 PIPE HANDLING A. Care shall be taken during transportation of the pipe such that it will not be cut, kinked, or otherwise damaged. B. Ropes, fabric or rubber protected slings and straps shall be used when handling pipes. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. Pipe or fittings shall not be dropped onto rocky or unprepared ground. C. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. D. The handling of the joined pipeline shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Slings for handling the pipeline shall not be positioned at butt -fused joints. Sections of the pipes with deep cuts and gouges shall be removed and the ends of the pipeline rejoined. 3.04 TESTING PIPE A. Cleaning and flushing are to be done by the CONTRACTOR in accordance with the requirements in Section 02730 - Sanitary Sewer System. B. Directional drilled pipe shall be tested by CONTRACTOR prior to and after pullback. The pressure shall be maintained at 150 psi for eight hours. The test pump and water supply shall be arranged to allow accurate measurement of the water required to maintain the test pressure. Any material showing seepage or the slightest leakage shall be replaced as directed by the ENGINEER at no additional expense to the OWNER. C. The manufacturer's recommendations on pipe stretch allowances, allowable make-up water, and duration of test pressure shall be observed. D. Pipeline shall be tested in sections, end to end or 1,800 feet, whichever distance is smaller. 3.05 SITE RESTORATION A. Following drilling operations, CONTRACTOR will de -mobilize equipment and restore the work site to original conditions. All excavations will be backfilled and compacted in accordance with Section 02201— Earthwork. B. Surface restoration shall be completed in accordance with the requirements of Section 02207 - Restoration and Cleanup. Project 01-1588.00 02341-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.06 RECORD KEEPING AND AS-BUILTS A. CONTRACTOR shall maintain a daily project log of drilling operations and a guidance system log with a copy given to ENGINEER at completion of project. B. The MGS data shall be recorded every 25 feet during the actual crossing operation. The CONTRACTOR shall furnish "As -Built" plan and profile drawings based on these recordings showing the actual location horizontally and vertically of the installation, and all utility facilities found during the installation. The MGS data shall be certified accurate by the CONTRACTOR to the capability of the MGS System. C. As -built drawings shall be completed by a professional surveyor as per Section 01050 - Field Engineering. END OF SECTION Project 01-1588.00 March 2007 Zone 1 and Zone 4 02341-9 Village of Key Biscayne SECTION 02574 PAVEMENT REMOVAL AND REPLACEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment, tools and transportation and perform all work necessary for cutting, removing, protecting and replacing existing pavements of the various types encountered, including driveways, sidewalks, curbs and gutters. B. Permits: Obtain all necessary permits and provide advance notice to the appropriate authorities, as required, prior to construction operations. C. Protection of Existing Improvements: Protect from damage all pavements, sidewalks and other improvements that are to remain within the work area. Repair all damage to such improvements, because of the Contractor's operations, beyond the limits of the work of pavement replacement as described herein, at no additional cost to the Owner. 1.02 JURISDICTIONAL REQUIREMENTS A. Perform all work within the rights -of -way of public thoroughfares in accordance with the requirements of the Governmental agency having jurisdiction. PART 2 - PRODUCTS 2.01 MATERIALS A. Use only materials, including limerock, bituminous prime and tack coat, and asphaltic concrete, meeting the requirements of the FDOT Specifications as follows: 1. Limerock: Miami or Ocala Limerock. 2. Bituminous Prime Coat: Cutback asphalt, Grade RC -70. 3. Bituminous Tack Coat: Emulsified asphalt, Grade RS -2. 4. Asphaltic Concrete: Provide Type S -I for courses 1'h inches thick or greater and Type S -III for courses less than 11/2 inches thick. Project 01-1588.00 02574-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 PART 3 - EXECUTION 3.01 PREPARATION A. Pedestrian Crossings: Where the work crosses or interferes with pedestrian crossings, take extreme care and all necessary safety measures to insure the safety of pedestrians. 3.02 REMOVALS A. Pavement Removal: Where existing pavement is to be removed, cut the surfacing with a mechanical saw prior to trench excavation, leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent surfacing. B. Sidewalk, Drive, & Curb Removal: Remove portions of concrete sidewalks, curbs, combination curb and gutter, walkways or driveways by initially sawing the structure, with a suitable power saw, as specified above for pavement. When a formed joint in the concrete exists within 3 -feet of the proposed saw cut and parallels the proposed saw cut, extend the removal line to the formed joint. After sawing, remove the material. 3.03 RESTORATIONS A. General: Replace or restore street or roadway pavement cut and removed in equal or better condition than the original. B. Pavement Restoration - Asphalt: 1. Employ construction methods and equipment generally meeting the requirements established therefor in the FDOT Specifications, but for trench restoration, modified as necessary to meet narrow strip construction conditions. Obtain approval of the Engineer for such modifications prior to their use. When pavement is removed to the edge of the roadway, extend the replaced base course not less than 6 -inches beyond the edge of the surfacing. 2. Compact the limerock base course for its full thickness to not less than 100 percent of maximum density as determined by AASHTO T 180. Determine field density of limerock base in place by AASHTO T 238. Compact the upper surface of the completed base course to an elevation to permit the full depth of the surface course to be constructed without deviating from the grade of the adjacent pavement surface. 3. Upon compaction and completion of the base course, apply a prime coat to the surface and allow to cure without sanding for a period of 24 -hours. Take all necessary precautions to protect the primed surface against damage during this interval. If, at the end of 24 -hours, it is not proposed to proceed at once with the Project 01-1588.00 02574-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 application of the surface course, give the primed surface a light application of clean sand and open to traffic. 4. Before the prime coat has cured, or if the surface has been sanded, after the sand has been removed and a tack coat applied, place and compact the asphaltic concrete surface course to match the line and grade of the existing surface. Construct joints with existing surface and base straight and neat and, if necessary to obtain a straight neat joint, cut out sufficient existing material and replace it with new material. C. Concrete Sidewalk, Walkway, Driveway And Curb Restoration: 1. Replace concrete sidewalks, walkways, and curbs required to be removed using 3000 psi concrete. 2. Replace portions of these items to conform to the lines, grades, and cross sections of the removed portions. Construct concrete sidewalks and walkways to 4 -inch thickness. Replace concrete curbs and gutters to joint neatly to the remaining sections. 3. Replace all existing asphaltic concrete driveways with asphaltic concrete. Special decorative driveways shall be replaced in kind to original conditions. D. Pavement Restoration - Concrete: Replace rigid pavement with 3000 -psi concrete, using high early strength cement. Replace the base course for rigid pavement with limerock base material, compacted to a thickness to match the existing base. E. Non -surfaced Streets, Alleys, and Driveways: Restore with 6 -inches of compacted limerock base material placed in the top of the trench. F. Pavement Markings: Restore pavement stripes and markings that have been disturbed or erased during construction using the same type materials as removed, i.e. paint, reflective, thermoplastic, and of the same width as those disturbed during construction. Use equipment and method of painting conforming with the requirements of Section 710-1 to 710-9 of the FDOT Specifications. 3.04 ASPHALTIC CONCRETE SURFACE COURSE OVERLAY A. Where pavement overlay is required, asphaltic concrete pavement restoration of the trench cut, as specified herein above, will not be required. Extend the surface course overlay over the reconstructed base course, the temporary asphalt surfacing, the asphalt -sand seal, if used, and the existing pavement to the limits of the full width of the driving lane cut, two lanes if both cut, or the full width of roadway or as otherwise directed by the Engineer. In driveway overlay, extend the overlay the full width of the driveway from edge of pavement or right- of-way to sidewalk. Project 01-1588.00 02574-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Sweep the roadway surface clean of all dirt and dust, apply a tack coat and construct a 1 -inch compacted thickness of Type S -III asphaltic concrete in accordance with the requirements specified above for pavement restoration. Correct any depressions or deviation from the line and grade of the existing pavement of more than one inch with an asphaltic concrete leveling course prior to placement of the overlay asphalt. END OF SECTION Project 01-1588.00 02574-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02660 WATER DISTRIBUTION SYSTEM PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide a complete system of water distribution, consisting of pressure piping, valves and appurtenant items as shown on the Drawings and specified herein. 1.02 RELATED WORK A. Section 02221, Trenching and Backfilling for Utility Systems C. Division 3, Concrete 1.03 QUALITY ASSURANCE A. Design Requirements: 1. Install all water mains with a minimum cover of 36 -inches below finished grade, unless otherwise indicated. 2. Construct water mains of the materials indicated on the Drawings, unless otherwise directed by the Engineer. 3. When using PVC, provide only pipe and fittings bearing the approval seal of the National Sanitation Foundation (NSF) for potable water pipe. 4. For changes in horizontal alignment up to 45 degrees pipe deflection, within the limits set forth in applicable AWWA Standards, may be used in lieu of fittings at the Contractor's option, but subject to approval of the Engineer. B. Pipe Inspection: Obtain from each pipe manufacturer a certificate of inspection to the effect that the pipe and fittings supplied for this Contract have been inspected at the plant and that they meet the requirements of these Specifications. Visually inspect all pipe and fittings at time of delivery and just before they are lowered into the trench to be laid. Reject and remove pipe, joints or fittings that are damaged or that do not conform to these Specifications. C. Prevention of Electrolysis: Prevent electrolytic action through the contact of dissimilar metals by means of an insulating or dielectric coupling. Project 01-1588.00 02660-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.04 SUBMITTALS A. Shop Drawings: Prior to construction, and in accordance with Section 01340, submit shop drawings for the following: 1. Mill test certificates or certified test reports on pipe 2. Details of restrained and flexible joints 3. Hydrants 4. Meter vaults and boxes 5. Valves and valve boxes 6. Joint lubricant 7. Pipe laying schedule 8. Temporary plug and anchorage system for hydrostatic pressure test 9. Transition joints where required 1.05 JOB CONDITIONS A. Water in Excavation: Unless otherwise approved by the Engineer, dewater all trenches while the pipes are being laid and/or tested. Do not open more trench than the available pumping facilities are able to dewater to the satisfaction of the Engineer. Dispose of all water in accordance with the applicable provisions of Section 02221 and any applicable permits and in such a manner as not to injure or interfere with the normal drainage of the territory in which he is working. Do not allow the pipelines being installed to be used as drains for such water, and keep the ends of the pipe properly and adequately blocked during construction by the use of approved stoppers and not by improvised equipment. Take all necessary precautions to prevent the entrance of mud, sand, or other obstructing matter into :. the pipelines and upon completion of the work, if any such material has entered, clean the pipelines as directed by the Engineer so that the entire system will be left clean and unobstructed. PART 2 — PRODUCTS Products shall conform to the requirements of Miami -Dade Water and Sewer Department unless otherwise stated. 2.01 DUCTILE IRON PIPE AND FITTINGS Project 01-1588.00 02660-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. Pipe: Ductile iron pipe conforming to the latest edition of AWWA C151 (ANSI A21.51), Class 54 for 4 -inch lines, Class 53 for 6 -inch, Class 52 for 8 -inch and Class 50 for all larger sizes, unless otherwise specified. Use Class 53 minimum for all pipes having threaded flange or grooved end joints. Provide pipe interior with a asphaltic seal coat over a cement mortar lining conforming to the latest edition of AWWA C 104 (ANSI A21.4), and exterior of pipe with the manufacturer's standard bituminous coating applied by the airless spray method. B. Fittings: Ductile iron fittings with a minimum pressure rating of 350 psi and conforming to the latest edition of AWWA C110 (ANSI Standard A21.10), cement lined, seal coated and outside coated as specified above for ductile iron pipe. Use fittings with mechanical joints for underground use and grooved or flanged joints for above ground use. C. Joints: 1. Mechanical Joints: Joints conforming to AWWA C111 (ANSI A21.11), with bolts and nuts machined true and nuts tapped at right angles to a smooth bearing surface. Use bolts of high strength, annealed cast iron or high strength low alloy steel, T - head type having hexagonal nuts. 2. Push On Joints: Joints with single seal gasket conforming to AWWA C111 (ANSI A21.11) and equal to Tyton, Fastite, Super Bell Tite or Altite. 3. Restrained Joints: Joints of the types fabricated by the various manufacturers, upon approval by the Engineer of details submitted by the Contractor. Use 'Megalug' restrained joint fitting as manufactured by EBAA Iron Inc. of Eastland, Texas or approved equal. Provide restrained joints at changes in direction. 4. Gaskets: Vulcanized crude rubber or polyvinyl chloride plastisol with plain tips unless otherwise specified. 2.02 POLYVINYL CHLORIDE PIPE AND FITTINGS A. Pipe: 1. Smaller Than 4 -Inches: PVC pipe conforming to ASTM D 1785, Class 1120 or 1220, Schedule 80 for pipe 2 inches and smaller and Schedule 40 for pipe larger than 2 inches. Use only Schedule 80 for all threaded pipe. B. Fittings: 1. 4 -Inches And Larger: Fittings furnished by the manufacturer of the pipe with which they are used, with elastomeric joints conforming to ASTM D 3139 or ductile iron fittings as previously specified for use with ductile iron pipe. Project 01-1588.00 02660-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Smaller Than 4 -Inches: Schedule 80 PVC with solvent weld or threaded joints, conforming to ASTM D 2467 and D 2464 respectively. C. Joints: 1. 4 -Inches And Larger: Elastomeric gasket joints conforming to ASTM D 3139 suitable for the pressure rating of the pipe. The joint may be a coupling manufactured as an integral part of the pipe barrel consisting of a thickened section with an expanded bell with a groove to retain a rubber sealing ring of uniform cross section similar and equal to Johns -Manville Ring-Tite and Davis Meter Dav-Tite, or may be made with a separate twin gasketed coupling similar and equal to Certainteed Fluid-Tite. 2. Smaller Than 4 -Inches: Solvent welded in accordance with the recommendations of the pipe manufacturer, using the solvent welding compound furnished with the pipe, or threaded. Use threaded joints only with Schedule 80 pipe, or better. At threaded joints between PVC and metal pipes, the metal shall contain the socket end and PVC spigot. Never screw a metal spigot into a PVC socket. 2.03 COPPER PIPE A. For underground installation, use Type K coiled, conforming to ASTM B 88. 2.04 GATE VALVES A. 3 -Inches And Larger: Iron body, resilient seal, nonrising stem, bronze mounted gate valves, with mechanical joint and/or single gasket push -on type, conforming to AWWA C500 and having a 2 -inch square operating nut and 0 -ring seals replaceable while in service without undue leakage. B. 16 -Inches And Larger: Valves conforming to AWWA C500 but, when installed horizontally, having bevel gearing, resilient seal, a gear case that can be repacked from the outside, rollers, tracks, and scrapers constructed so that the weight of the gate is carried on '. the rollers throughout the entire length of travel. C. Less Than 3 -Inches: Bronze, single wedge, nonrising stem, screwed bonnet, 125 pound S.P., 200 pound W.O.G., with stuffing box repackable under pressure and all parts renewable and conforming to Federal Specifications WW -V-54 for Class A, Type I. Provide ends as shown on the Drawings. Project 01-1588.00 02660-4 Village of Key Biscayne March 2007 Zone I and Zone 4 2.05 VALVES BOXES A. Cast iron valve boxes adjustable to fit the depth of earth cover over the valve, designed to prevent the transmission of surface loads directly to the valve or piping, having an interior diameter of not less than 5 -inches, provided with covers marked WATER so constructed as to prevent tipping or rattling. Provide valve boxes equal to U.S. Foundry & Manufacturing Corporation No. 2 short valve box for hydrant valves and No. 3 for all other valves. Provide cast iron extension sections, 6 inch diameter over hydrant valves and 10 inch diameter over all other valves, and protective rings of Class B (3000 psi) concrete. 2.06 HYDRANTS A. Compression type hydrants with break away upper sections capable of ready replacement without water loss in the event of traffic damage, designed for a working pressure of 150 psi and conforming to AWWA C502, Dry Barrel Fire Hydrants. Provide counterclockwise opening hydrants having a 6 -inch bottom inlet connection and 41/2 -inch valve opening, one 4% -inch pumper connection, and two 2%2 -inch hose connections, both having threads conforming to the Fire Department standard for the area and hose caps chained to the hydrant barrel and fitted with nuts similar to the hydrant operating nuts. Provide hydrants with barrels of sufficient length to bring the bottom of the 6 -inch pipe connection to the required bury depth of the supply pipe below the surface of the finished ground. Provide hydrants made in at least two sections bolted together with all interior working parts being removable from the top of the hydrant to allow repairs without removing the hydrant barrel after it has been installed. Provide Mueller model number A-423 hydrants. 2.07 HYDRANT GUARD POSTS A. Galvanized steel pipe conforming to ASTM A 53, Schedule 40, and filled with concrete. 2.08 FLUSHING ASSEMBLY A. 2 -inch pipe and fittings, 2 -inch bronze angle valve Crane 125 No. 2, ITT Grinnell Corp. Fig. No. 3220 or equal, No. 3 cast iron valve box with lid and concrete for thrust blocking and valve box collar. 2.09 CORPORATION STOPS A. Mueller Co. Type H-15000 for 1 -inch service and Type H-10003 for 2 -inch service or equal. B. Ford Meter Box Co. Type F-1000, Mueller Co. Type H-15009 or equal, with inlet having AWWA tapered threads and outlet for polyethylene or copper tubing with stainless steel insert stiffener. 2.10 SERVICE CLAMPS Project 01-1588.00 02660-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 A. For PVC, Mains: Full circle bearing type. B. For Ductile Iron Mains: Double -strap tapped saddle type. 2.11 CONCRETE A. As specified in Division 3. 2.12 POLYETHYLENE ENCASEMENT TUBE A. Polyethylene tube for ductile iron pipe encasement conforming to AWWA C 105 (ANSI A 21.5), manufactured from virgin polyethylene material and having a minimum thickness of 8 mil. 2.13 TIE RODS AND TIE BOLTS A. Super Star Tierod Figure No. SS12 and Tiebolt Figure No. SST7 as manufactured by Star National Products, or equal. 2.14 ADDITIONAL WORK A. Conform to specific details shown on the Drawings and provide construction of first-class materials conforming to the applicable portions of these Specifications. PART 3 - EXECUTION 3.01 PREPARATION A. Pipe Cradle: Upon satisfactory installation of the pipe bedding material as specified in Section 02221, excavate a continuous trough for the pipe barrel and recesses for the pipe bells or couplings by hand digging to ensure continuous, uniform support for the pipe barrel and that no pressure will be exerted on the pipe joints from the trench bottom. B. Cleanliness: Thoroughly clean the interior of the pipes of all foreign matter before placing them in the trench and keep clean during laying operations by means of plugs or other approved methods. During suspension of work for any reason at any time, place a suitable stopper in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. 3.02 INSTALLATION A. Pipe: Project 01-1588.00 02660-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. Gradient: Install the pipe lines straight and maintain depth of cover uniform with respect to finish grade, whether grading is completed or proposed at time of pipe installation. When a grade or slope is shown on the Drawings, use batter boards with string line paralleling design grade, or other previously approved means, to assure conformance to required grade. 2. Pipe Joint Deflection: Whenever it is desirable to deflect pipe, deflect the pipe only within the maximum limits as shown in AWWA C600 for ductile iron pipe and the maximum limits as established by the manufacturer of PVC and HDPE pipes. 3. Rejects: Immediately remove any pipe found defective and replace with sound pipe at the Contractor's expense. 4. Joint Compounds: Use no sulphur base joint compound. 5. Anchors: Place concrete thrust blocks conforming to the details shown on the Drawings and of Class C (2500 psi) concrete, at all bends, tees, plugs and other fittings to provide lateral support, except when restrained joints are specified. B. Ductile Iron Pipe Joints: 1. Type: Use only joint types approved by the Engineer prior to installation. Where shown on the Drawings or where, in the opinion of the Engineer, settlement or vibration is likely to occur, use only bolted joints. Make all joints absolutely tight. 2. Mechanical Joints: Install all types of mechanical joint pipes in full conformance with manufacturer's recommendations, using only workmen especially skilled in making up mechanical joints, with torque wrenches set as specified in AWWA C111, or spanner type wrenches not longer than specified therein. 3. Push On Joints: Install push on joints in strict, complete compliance with the manufacturer's recommendations, using, if required, an inert, nontoxic, water soluble lubricant incapable of harboring, supporting, or culturing bacterial life. 4. Restrained Joints: Provide restrained joints at changes in direction of all ductile iron pipe water mains in lieu of concrete thrust blocks. Restrain all pipe joints within 35 feet of the fitting. C. Polyvinyl Chloride Pipe Joints: Install the joints of all piping in full compliance with the manufacturer's recommendations and tight. In threaded joints, wrap the male threaded end with teflon pipe tape when the joint is made up. At threaded joints between PVC and metal pipes, use only metal socket ends and PVC spigots. Do not, under any circumstances, screw a metal spigot into a PVC socket. D. Installing Valves And Boxes: Project 01-1588.00 02660-7 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. Valves: Carefully inspect, open wide and then tightly close the valves and test the various nuts and bolts for tightness before installation. Take special care to prevent any foreign matter from becoming lodged in the valve seat. Unless shown otherwise, set gate valves with their stems vertically above the center line of the pipe. Install butterfly valves with the disc shaft horizontal. Remove and replace any valve that does not operate correctly. 2. Valve Boxes: Carefully center valve boxes over the operating nuts of the valves so as to permit a valve key to be fitted easily to the operating nut. In areas to be paved, set valve boxes to conform to the level of the finished surface and hold in position by means of a ring of concrete placed under the support flange as shown on the Drawings. Allow the valve box to transmit no surface loads to the pipe or valve. Reset any valve box which is out of alignment or whose top does not conform to the finished ground surface. Before final acceptance of the work adjust all valve boxes to finish grade. E. Installing Hydrants: Set hydrants plumb and in true alignment with mains, securely braced against the end of the trench with concrete thrust blocks as shown on the Drawings. Take care to insure the free draining of the hydrant barrel and, to this end, place coarse granular material around the drain outlet. Carefully backfill around hydrants so as not to disturb the hydrant and thoroughly compact so as to support the hydrant securely. F. Flush Out Connections: Install flush out connections at the locations and in accordance with the details shown on the Drawings. G. Backfilling: 1. After pipe has been laid, inspected, and found satisfactory, place sufficient backfill along the pipe barrel to hold the pipe securely in place during hydrostatic testing. Place no backfill over joints until the testing is satisfactorily completed, leaving them exposed to view for the detection of visible leaks. 2. Upon satisfactory completion of the hydrostatic test, complete backfilling of the trench. 3.03 FIELD QUALITY CONTROL A. Flushing: Flush all water mains with water to remove all sand and other foreign matter. Dispose of the flushing water without causing a nuisance or property damage. B. Hydrostatic Tests: 1. Test all components of the water distribution system, including fittings, hydrants, connections and valves before completely backfilling. Perform no testing until all Project 01-1588.00 02660-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 concrete thrust blocking is in place and set. In testing, fill the part of the system under test with water and subject it to a sustained pressure of 100 pounds per square inch. Test the system in sections, thereby testing each valve for secure closure. While the system is being filled, carefully and completely exhaust the air. If permanent air vents are not located at all high points, install corporation stops or fittings and valves at such points so the air can be expelled as the pipe system is slowly filled with water. 2. Maintain test pressure by pumping for at least 2 hours and until all sections under test have been checked for evidence of leakage. Rate of loss shall not exceed that specified hereinafter. Correct visible leaks regardless of total leakage shown by test. 3. Retest the system as a whole, or any part, after completion of backfilling, as required for final acceptance. 4. Furnish, install and operate all pumps, gauges and measuring devices as approved by the Engineer. Perform all pressure and leakage testing in the presence of the Engineer. 5. Use only potable water for testing and flushing. C. Allowable Limits For Leakage: 1. No water main installation, or section thereof, will be acceptable until the leakage is less than the number of gallons per hour as determined by the formula: L= SDP 133200 in which, L = Allowable leakage, in gallons per hour S = Length of pipe being tested in feet D = Nominal pipe diameter; in inches P = Average test pressure during the test, in psi gauge. 2. For a 1000 -foot segment of main with an average test pressure of 100 psi the following table may be used. Pipe Diameter (D) Inches Allowable Leakage (L) Gal./Hr. Pipe Diameter (D) Inches Allowable Leakage (L) Gal./Hr. 3 0.23 14 1.05 4 • 0.30 16 1.20 6 • 0.45 18 1.35 Project 01-1588.00 March 2007 Zone 1 and Zone 4 02660-9 Village of Key Biscayne 8 0.60 20 1.50 10 0.75 24 1.80 12 0.90 30 2.25 3. Supply water to the main during the test period as required to maintain the test pressure as specified. Compare the quantity used, as measured by pumping from a calibrated container, to the above allowable quantity. A 5/8 -inch meter installed on the discharge side of the pump may be used to measure the leakage for large mains when approved by the Engineer. D. Correction Of Work: Where leakage exceeds the allowable limit, as specified hereinbefore, locate and repair the defective pipe or joints. If the defective portions cannot be located, remove and reconstruct as much of the work as is necessary in order to conform to the specified limits. Repair or replace any visible leaks or any defective pipe or joint as directed by the Engineer even though the total leakage is within the specified allowable limits. No additional payment will be made for the correction of defective work, or to damage to other parts of the work resulting from such corrective work. E. Disinfection: 1. Before any portion of water distribution system is to be placed in service, disinfect it in accordance with the requirements of AWWA C601, and demonstrate its disinfection by bacteriological test conducted in accordance with Standard Methods for Examination of Water and Wastewater for the coliaerogenes group, by an approved laboratory acceptable to the Engineer and Miami -Dade County Health Department having jurisdiction. 2. Use free chlorine in aqueous solution as the disinfecting agent, with sustained concentration for 12 hours or more of not less than 50 parts per million. Chlorine may be derived from chlorine gas, or 70 percent (high test) calcium hypochlorite (HTH or Perchloron, or equal). Administration may be by any of the several methods described in AWWA C601 as proposed by the Contractor and approved by the Engineer. The method must be approved prior to commencement of the disinfection process. 3. Following contact with chlorine solution, Miami -Dade County Health Department for the collection and testing of water samples. 4. If samples do not demonstrate satisfactory results, repeat the disinfection procedure until two series of satisfactory samples are obtained, the period between such series of samples to be a minimum of twenty-four hours. Project 01-1588.00 02660-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.04 CONNECTION TO EXISTING SYSTEM A. Make all' connections to existing mains after complete disinfection of the proposed system and under the direction of the owners of the existing system. Valves separating the mains being installed from existing mains will be operated by or under the direction of said owner's representative. Pay for the cost of the work in making the connections. B. In the event the proposed main is to be connected to a main which has one or more active a services between the point of connection and the first existing line valve, install a temporary plug or cap on the new main until the pressure tests and disinfecting are completed. Upon satisfactory completion, remove the cap or plug from both mains and make the connection with pipe which has been swabbed out with a solution of chlorine and water. Make the connection as swiftly as possible and keep any water in the ditch below the level of the pipe. C. In the event any existing users will be without water while a connection is being made, notify them when the water will be turned off and the estimated time service will be resumed. In some instances, these connections may have to be made at night. No user shall be without water service for more than two hours. END OF SECTION Project 01-1588.00 March 2007 Zone 1 and Zone 4 02660-11 Village of Key Biscayne SECTION 02661 REMOVAL AND REPLACEMENT OF WATER MAINS PART 1 - GENERAL 1.01 DESCRIPTION A. The work to be performed under this section consists of the furnishing of all labor, materials and equipment for the removal and replacement of the existing 2 -inch to 12 -inch water mains with new 8 -inch water mains as indicated on the Drawings. The intent of this portion of the specification is to provide a summary of the removal and replacement of the existing water mains. Any items of labor, equipment and materials, which may reasonably be assumed as necessary to perform the work, shall be supplied whether or not they are specifically stated herein. Contractor shall adhere to Miami Dade Water and Sewer (MDWASD) Standards. 1.02 RELATED WORK A. Section 02221, Trenching and Backfilling for Utility Systems B. Division 3, Concrete 1.03 WORK NOT INCLUDED A. All connections to existing water mains, including service connections, will be made and all meters, except detector meters, will be furnished and installed by the Miami -Dade Water and Sewer Department (MDWASD). 1.04 QUALITY ASSURANCE A. All excavations shall be executed in accordance with the Florida Building Codes, OSHA requirements, and all applicable requirements of Section 02204, including notification of the Sunshine State One -Call Center (1-800-432-4770), 48 prior to any excavation. B. All material and installation shall be in accordance with the Miami Dade Water and Sewer Department's Design and Construction Standard Specifications and Details. 1.05 PERMITS, INSPECTIONS AND FEES A. The Contractor shall obtain and pay for all permits, official inspections and all other official fees, in connection with the work, in accordance with Section 01065 "Permits". Project 01-1588.00 02661-1 Village of Key Biscayne B. Inspection by MDWASD personnel is required in addition to, not in lieu of, municipal and other County department inspections (if any). C. No installation will be accepted until it has passed all inspections including pavement installation or replacement. 1.06 SUBMITTAL A. Submit shop drawings, product data, certifications, etc., in accordance with Section 01340. B. Submit product data or shop drawings for the following: 1. Mill test certificates or certified test reports on pipe 2. Details of restrained and flexible joints 3. Hydrants 4. Meter vaults and boxes 5. Valves and valve boxes 6. Backflow preventor assemblies 7. Service connection assemblies 8. Joint lubricant 9. Pipe laying schedule 10. Temporary plug and anchorage system for hydrostatic pressure test 11. Transition joints where required 12. Pipe joint 13. Electronic marker and locator 14. Pipe lining C. Record Information: For Water Mains, prepare and submit as -built drawings with stationing with all necessary changes and deflection for hydrants, fittings, and end of service. Tie Project 01-1588.00 02661-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 hydrant to right -of way. Drawings shall be in conformance with MDWASD standard (Section 01725) PART 2 - PRODUCTS 2.01 MATERIALS A. Pipe: Ductile iron pipe conforming to the requirements of ANSI/AWWA C104/A21-4, "Cement Mortar Lining For Ductile -iron and Gray -iron Pipe and Fittings For Water", 350 pressure class, with mechanical joints or push on joints for buried pipe and flanged for aboveground installations, unless otherwise specified. All ductile iron pipe and fittings shall be outside coated with a bituminous material applied by means of the airless spray method. B. Joints: 1. Mechanical Joints: Joints conforming to AWWA C111 (ANSI A21.11), with bolts and nuts machined true and nuts tapped at right angles to a smooth bearing surface. Use bolts of high strength, annealed cast iron or high strength low alloy steel, T -head type having hexagonal nuts. 2. Push On Joints: Joints with single seal gasket conforming to AWWA C111 (ANSI A21.11) and equal to Tyton, Fastite, Super Bell Tite or Altite. 3. Restrained Joints: Joints of the types fabricated by the various manufacturers, upon approval by the Engineer of details submitted by the Contractor. Use only pipe where the thickness of the pipe barrel remaining at grooves cut for restraint is not less than that required for the design wall thickness. Joints using set screws or that require field welding will not be acceptable. Provide restrained joints for 6 -inches and larger pipe at changes in direction. C. Gaskets: Vulcanized styrene butadiene rubber, (SBR), unless otherwise specified. D. Polyethylene Encasement Tube: Polyethylene tube for ductile iron pipe encasement conforming to AWWA C105 (ANSI A 21.5), manufactured from virgin polyethylene material and having a minimum thickness of 8 mil. E. Fittings: Ductile iron fittings with a minimum pressure rating of 350 psi and conforming to AWWA C110 (ANSI Standard A21.10), cement lined, seal coated and outside coated as specified above for ductile iron pipe. Use fittings with mechanical joints for underground use and grooved or flanged joints for above ground use. Project 01-1 5RR 00 02661-3 Village of Key Ricravne 2.02 POLYVINYL CHLORIDE PIPE AND FITTINGS A. Pipe: 1. 4 -inches And Larger: PVC pipe conforming to AWWA C900 with Cast -Iron -Pipe - Equivalent Outside Diameters and minimum Dimension Ratios (DR) of 18 for pipe sizes through 12 inches diameter and AWWA C905 with minimum Dimension Ratio of 26 for pipes larger than 12 inches. 2. Smaller Than 4 -Inches: PVC pipe conforming to ASTM D 1785, Class 1120 or 1220, Schedule 80 for pipe 2 inches and smaller and Schedule 40 for pipe larger than 2 inches. Use only Schedule 80 for all threaded pipe. B. Fittings: 1. 4 -Inches And Larger: Fittings furnished by the manufacturer of the pipe with which they are used, with elastomeric joints conforming to ASTM D 3139 or ductile iron fittings as previously specified for use with ductile iron pipe. 2. Smaller Than 4 -Inches: Schedule 80 PVC with solvent weld or threaded joints, conforming to ASTM D 2467 and D 2464 respectively. C. Joints: 1. 4 -Inches And Larger: Elastomeric gasket joints conforming to ASTM D 3139 suitable for the pressure rating of the pipe. The joint may be a coupling manufactured as an integral part of the pipe barrel consisting of a thickened section with an expanded bell with a groove to retain a rubber sealing ring of uniform cross section similar and equal to Johns -Manville Ring-Tite and Davis Meter Dav-Tite, or may be made with a separate twin gasketed coupling similar and equal to Certainteed Fluid-Tite. 2. Smaller than 4 -Inches: Solvent welded in accordance with the recommendations of the pipe manufacturer, using the solvent welding compound furnished with the pipe, or threaded. Use threaded joints only with Schedule 80 pipe, or better. At threaded joints between PVC and metal pipes, the metal shall contain the socket end and PVC spigot. Never screw a metal spigot into a PVC socket. D. Gate Valves: 1. 3 -Inches And Larger: Iron body, non -rising stem, bronze mounted gate valves, mechanical joint and/or single gasket push on type, conforming to AWWA C509 and provided with a 2 -inch square operating nut. Use valves of the single -wedge gate type, turning counterclockwise to open, with seat and gate having smooth, perfectly machined surfaoes and water -tight when in contact. Resilient seats shall be applied Project 01-1588.00 02661-4 Village of Key Biscayne March 2007 to the gate only and shall seat against a corrosion -resistant surface. The surface shall be non metallic and shall have an interior coating that conforms to ANSI/AWWA Standard C550. Resilient seats shall be bonded or mechanically attached to the gate. Seat materials shall be Neoprene, EPDM, Nitrile or approved equal. Use valves provided with 0 -ring seals and designed to permit replacing the 0 -ring seals while in service without undue leakage. Design working pressures shall be 200 pound per square inch. 2. 16 -Inches In Diameter and Larger Installed Horizontally: AWWA C509 valves provided with bevel gearing, a gear case that can be repacked from the outside, rollers, tracks, and scrapers constructed so that the weight of the gate is carried on the rollers throughout the entire length of travel. Design working pressures shall be 150 pound per square inch. 3. Less Than 3 -Inches: Bronze, single wedge, non -rising stem, screwed bonnet, 125 pound S.P., 300 pound W.O.G., with stuffing box repackable under pressure and all parts renewable, and conforming to Federal Specifications WW -V-54 for Class A, Type I. Provide ends as indicated on the Drawings. 4. Each valve shall have a torque limiting device designed to protect the actuator and valve parts and shall be factory set up to trip between 200 and 220 ft lbs. These devices shall be as manufactures by Annspach Controls Company of St Louis, Missouri, or approved equal. E. Butterfly Valves: 1. General: Tight -closing valves with rubber seats securely fastened to the valve body or disc, with 90° disc rotating from full open position to tight shut position, bubble -tight at rated pressures with flow in either direction, and satisfactory for applications involving frequent operation and for applications involving valve operation after long periods of inactivity and for buried installation. No metal -to -metal seating surfaces will be permitted. Provide valves conforming to AWWA C504 for Class 150B, as manufactured by Henry Pratt Company,. Allis -Chamber, Dresser or equal. 2. Valve Body: Cast iron ASTM A 126 Class B, with mechanical joint ends, two trunnions for shaft bearings integral with valve body for shaft bearings integral with valve body, and, when the disc has the rubber seat, a 18-8 Type 316 stainless steel body seat. 3. Valve Discs: Either of alloy cast iron ASTM A 436 Type 1 (Ni-Resist), ductile iron ASTM A 536, or cast iron ASTM A 48, each with Type 316 stainless steel seating edge, or the entire disc may be constructed of cast 316 stainless steel. The stainless steel seating edge is not applicable to rubber -seat disc type valves. Prniect 01-15RR 00 02661-5 Village of Kev Ricravne 4. Valve Seats: Synthetic or natural rubber compound, secured to the valve body. 5. Valve Bearings: Sleeve -type bearings, corrosion resistant and self-lubricating. 6. Buried Operators: Permanently lubricated, sealed for submersion in water for pressures of 20 feet, with a two inch square AWWA operating nut indicating the direction to open, and constructed such that the valve will open when the nut is turned to the left (counter clockwise) to open. 7. Each valve shall have a torque limiting device designed to protect the actuator and valve parts and shall be factory set up to trip between 200 and 220 ft lbs. These devices shall be as manufactures by Annspach Controls Company of St Louis, Missouri, or approved equal. F. Valve Boxes: Cast iron valve boxes adjustable to fit the depth of earth cover over the valve, designed to prevent the transmission of surface loads directly to the valve or piping, having an interior diameter of not less than 5 -inches, provided with covers marked "W" so constructed as to prevent tipping or rattling. Provide valve boxes MDWASD No 3 boxes for all main line valves, air release devices, and flushing valve outlet as manufactured by US Foundry or approved equal. Provide cast iron extension sections, 10 inch diameter over valves, and protective rings of 3000 psi concrete. G. Hydrants: Compression type hydrants with break away upper sections capable of ready replacement without water loss in the event of traffic damage, designed for a working pressure of 150 psi and conforming to AWWA C502, Dry Barrel Fire Hydrants. Provide counterclockwise opening hydrants having a 6 -inch bottom inlet connection and 4'/2 -inch valve opening, one 4'A -inch pumper connection, and two 2'/2 -inch hose connections, both having threads conforming to the Fire Department standard for the area and hose caps chained to the hydrant barrel and fitted with nuts similar to the hydrant operating nuts. Provide hydrants with barrels of sufficient length to bring the bottom of the 6 -inch pipe connection to the required bury depth of the supply pipe below the surface of the finished ground. Provide hydrants made in at least two sections bolted together with all interior working parts being removable from the top of the hydrant to allow repairs without removing the hydrant barrel after it has been installed. Provide hydrants having renewable 0 -ring stem seals and equal to Mueller Break -A -Way Type No. A-423 Centurion. H. Hydrant Posts: Galvanized steel pipe conforming to ASTM A 53, Schedule 40, and filled with concrete. I. Flushing Assembly: 2 -inch pipe and fittings, 2 -inch bronze angle valve Crane 125 No. 2, ITT Grinnell Corp. Fig. No. 3220 or equal, No. 3 cast iron valve box with lid and concrete for thrust blocking and valve box collar J. Hose Bibb: 3/4 -inch cast bronze sediment faucet with wheel handle, stem and seat seals of Project 01-1588.00 02661-6 Village of Key Biscayne March 2007 _ _a Buna-N or TFE rubber, equal to Mueller Co. No. H-8260 or Chicago Faucet Co. No. 998, and backflow preventer K. Backflow Preventor: Watts Regulator Co. No. 8A 3/4 -inch atmospheric type backflow preventor, or equal. L. Vent And Vacuum Assembly 1. Air Release Assembly: A corporation stop, a negative pressure valve, two Schedule 80 PVC ells and nipples, all installed within a Brooks Products 700 Series 21" x 33" meter vault as shown on the Drawings. 2. Air Release Valve: Model No. N10 semiautomatic air release valve as manufactured by Crispin or equal, with scribed ends. 2.03 CONCRETE A. As specified in Division 3. 2.04 TIE RODS AND TIE BOLTS A. Super Star Tierod Figure No. SS12 and Tiebolt Figure No. SST7 as manufactured by Star National Products, or equal. 2.05 ADDITIONAL WORK A. Conform to specific details shown on the Drawings and provide construction of first-class materials conforming to the applicable portions of these Specifications. PART 3 - EXECUTION 3.01 PREPARATION A. Pipe Cradle: Upon satisfactory installation of the pipe bedding material as specified in Section 02221, excavate a continuous trough for the pipe barrel and recesses for the pipe bells or couplings by hand digging to ensure continuous, uniform support for the pipe barrel and that no pressure will be exerted on the pipe joints from the trench bottom. B. Cleanliness: Thoroughly clean the interior of the pipes of all foreign matter before placing them in the trench and keep clean during laying operations by means of plugs or other approved methods. During suspension of work for any reason at any time, place a suitable stopper in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. 02661-7 Villaee of Key Biscayne 3.02 INSTALLATION A. Pipe: 1. Gradient: Install the pipe lines straight and maintain depth of cover uniform with respect to finish grade, whether grading is completed or proposed at time of pipe installation. When a grade or slope is shown on the Drawings, use batter boards with string line paralleling design grade, or other previously approved means, to assure conformance to required grade. 2. Pipe Joint Deflection: Whenever it is desirable to deflect pipe, deflect the pipe only within the maximum limits as shown in AWWA C600 for ductile iron pipe and the maximum limits as established by the manufacturer of PVC pipe. 3. Rejects: Immediately remove any pipe found defective and replace with sound pipe at the Contractor's expense. 4. Joint Compounds: Use no sulphur base joint compound. 5. Anchors: Place concrete thrust blocks conforming to the details shown on the Drawings and of Class C (2500 psi) concrete, at all bends, tees, plugs and other fittings to provide lateral support, except when restrained joints are specified. B. Ductile Iron Pipe Joints: 1. Type: Use only joint types approved by the Engineer prior to installation. Where shown on the Drawings or where, in the opinion of the Engineer, settlement or vibration is likely to occur, use only bolted joints. Make all joints absolutely tight. 2. Mechanical Joints: Install all types of mechanical joint pipes in full conformance with manufacturer's recommendations, using only workmen especially skilled in making up mechanical joints, with torque wrenches set as specified in AWWA C111, or spanner type wrenches not longer than specified therein. 3. Push On Joints: Install push on joints in strict, complete compliance with the manufacturer's recommendations, using, if required, an inert, nontoxic, water soluble lubricant incapable of harboring, supporting, or culturing bacterial life. 4. Restrained Joints: Provide restrained joints at changes in direction of all ductile iron pipe water mains 24 -inches in diameter and larger in lieu of concrete thrust blocks. Restrain all pipe joints within the distances shown in the following table from the PI of the fitting, which distances apply to lengths of pipe on each side of the fitting. Tees and dead ends valved, or capped are considered equivalent to 90° bends. (Lengths are based on cohesive granniar, sand and/or silt backfill and 100 (150) psi test pressure.) Project 01-1588.00 02661-8 March 2007 Village of Key Biscayne i i i i i i 1 i i i 1 • Fittings (Length in Feet) (3 -Ft. Cover; 100 psi Test Pressure) Pipe Size — In. 90° Bend 45° Bend 22%2 Bend 11'/° Bend 20 36 22 14 8 24 45 24 16 8 30 56 30 18 10 36 66 34 20 12 42 68 36 20 12 48 72 42 22 12 54 80 44 24 14 (3 -Ft. Cover; 150 psi Test Pressure) 20 54 33 21 12 24 68 36 24 12 30 84 45 27 15 36 99 51 30 18 42 102 54 30 18 C. Polyvinyl Chloride Pipe Joints: Install the joints of all piping in full compliance with the manufacturer's recommendations and absolutely tight. In threaded joints, wrap the male threaded end with Teflon pipe tape when the joint is made up. At threaded joints between PVC and metal pipes, use only metal socket ends and PVC spigots. Do not, under any circumstances, screw a metal spigot into a PVC socket. D. Installing Valves and Boxes: 1. Valves: Carefully inspect, open wide and then tightly close the valves and test the various nuts and bolts for tightness before installation. Take special care to prevent any foreign matter from becoming lodged in the valve seat. Unless shown otherwise, set gate valves with their stems vertically above the center line of the pipe. Install butterfly valves with the disc shaft horizontal. Remove and replace any valve that does not operate correctly. 2. Valve Boxes: Carefully center valve boxes over the operating nuts of the valves so as to permit a valve key to be fitted easily to the operating nut. In areas to be paved, set valve boxes to conform to the level of the finished surface and hold in position by means of a ring of concrete placed under the support flange as shown on the Drawings. Allow the valve box to transmit no surface loads to the pipe or valve. Reset any valve box which is out of alignment or whose top does not conform to the finished ground surface. Before final acceptance of the work adjust all valve boxes to finish grade. E. Installing Hydrants: Set hydrants plumb and in true alignment with mains, securely braced against the end of the trepch with concrete thrust blocks as shown on the Drawings. Take care Project 01-1588 00 02661-9 Village of Key Biscayne to insure the free draining of the hydrant barrel and, to this end, place coarse granular material around the drain outlet. Carefully backfill around hydrants so as not to disturb the hydrant and thoroughly compact so as to support the hydrant securely. F. Concrete Encasement: 1. Construct concrete encasement in accordance with details shown on the Drawings where: a. Indicated on the Drawings. b. The Engineer orders the line encased. 2. Provide pipe encasement starting and ending not more than 6 -inches from a pipe joint to protect the pipe from cracking due to uneven settlement of its foundation or the effects of superimposed live loads. Use Class C (2500 psi) concrete. G. Installation of Polyethylene Tube Encasement: Install polyethylene tube encasement for iron pipe in accordance with Method A of AWWA C105 (ANSI A21.5). H. Flush Out Connections: Install flush out connections at the locations and in accordance with the details shown on the Drawings. I. Service Connections: Install service connections at the locations and in the manner shown on the Drawings. J. Backfilling: 1. After pipe has been laid, inspected, and found satisfactory, place sufficient backfill along the pipe barrel to hold the pipe securely in place during hydrostatic testing. Place no backfill over joints until the testing is satisfactorily completed, leaving them exposed to view for the detection of visible leaks. 2. Upon satisfactory completion of the hydrostatic test, complete backfilling of the trench. K. Concrete Protective Slabs: Where waterways, canals, ditches or other cuts are crossed, install protective concrete slabs across and to 10 feet each side of the bottom. Place approved utility crossing signs on the pipe alignment at each side of the canal, waterway, etc. L. Roadway Crossing: 1. Install the water main in a steel casing bored and jacked under the pavement. Use jacking procedures conforming to the requirements of the Florida Department of Transportation as outlined in Utility Accommodation Guide Procedure No. 592-400 Project 01-1588.00 02661-10 Village of Key Biscayne March 2007 7 _ a and any supplements thereto. All work and materials will be subject to inspection by the Department of Transportation. Restore surface conditions to their original condition in keeping with the Department of Transportation's Specifications and Standards. 2. Maintain traffic on the roadway and keep all workmen and equipment clear of the pavement during the work. Comply with all safety regulations of the Department of Transportation. 3. Maintain a minimum 30 -inch clearance between the top of the casing and the roadway surface. Use pressure treated wood skids, permanently banded to the carrier pipe, for sliding the carrier pipe through the casing. After the carrier pipe has been tested for leakage, block the ends with an 8 -inch wall of brick masonry with a weep hole installed near the bottom of each wall. Install a vent as indicated on the Drawings. 3.03 FIELD QUALITY CONTROL A. Flushing: Flush all water mains with water to remove all sand and other foreign matter. Dispose of the flushing water without causing a nuisance or property damage. B. Hydrostatic Tests: 1. Test all components of the water distribution system, including fittings, hydrants, connections and valves before backfilling, provided, however, that pipe trenches under traveled streets or roads or in unstable soil conditions may be backflled with the permission of the Engineer. Perform no testing until all concrete thrust blocking is in place and set. In testing, fill the part of the system under test with water and subject it to a sustained pressure of 100 pounds per square inch. Test the system in sections, thereby testing each valve for secure closure. While the system is being filled, carefully and completely exhaust the air. If permanent air vents are not located at all high points, install corporation stops or fittings and valves at such points so the air can be expelled as the pipe system is slowly filled with water. 2. Maintain test pressure by pumping for at least 2 hours and until all sections under test have been checked for evidence of leakage. Rate of loss shall not exceed that specified hereinafter. Correct visible leaks regardless of total leakage shown by test. 3. Retest the system as a whole, or any part, after completion of backfilling, as required for final acceptance. 4. Furnish, install and operate all pumps, gauges and measuring devices as approved by the Engineer. Perform all pressure and leakage testing in the presence of the Engineer. 5. Use only potable water for testing and flushing. 1GQQnn (17661-11 Village of Key Biscayne C. Allowable Limits for Leakage: 1. No water main installation, or section thereof, will be acceptable until the leakage is less than the number of gallons per hour as determined by the formula: L= SD VP 133200 in which, L = Allowable leakage, in gallons per hour S = Length of pipe being tested in feet D = Nominal pipe diameter; in inches P = Average test pressure during the test, in psi gauge. 2. For a 1000 -foot segment of main with an average test pressure of 100 psi the following table may be used. Pipe Diameter (D) Inches Allowable Leakage (L) Gal./Hr. Pipe Diameter (D) Inches Allowable Leakage (L) Gal./Hr. 3 0.23 14 1.05 4 0.30 16 1.20 6 0.45 18 1.35 8 0.60 20 1.50 10 0.75 24 1.80 12 0.90 30 2.25 3. Supply water to the main during the test period as required to maintain the test pressure as specified. Compare the quantity used, as measured by pumping from a calibrated container, to the above allowable quantity. A 5/8 -inch meter installed on the discharge side of the pump may be used to measure the leakage for large mains when approved by the Engineer. D. Correction Of Work: Where leakage exceeds the allowable limit, as specified hereinbefore, locate and repair the defective pipe or joints. If the defective portions cannot be located, remove and reconstruct as much of the work as is necessary in order to conform to the specified limits. Repair or replace any visible leaks or any defective pipe or joint as directed by the Engineer even though the total leakage is within the specified allowable limits. No additional payment will be made for the correction of defective work, or to damage to other parts of the work resulting from such corrective work. E. Disinfection: Project 01-1588.00 Raarr}n 1f111'7 02661-12 Village of Key Biscayne 1. Before any portion of water distribution system is to be placed in service, disinfect it in accordance with the requirements of AWWA C601, and demonstrate its disinfection by bacteriological test conducted in accordance with Standard Methods for Examination of Water and Wastewater for the coliaerogenes group, by an approved laboratory acceptable to the Engineer and the County Health Department having jurisdiction. 2. Use free chlorine in aqueous solution as the disinfecting agent, with sustained concentration for 12 hours or more of not less than 50 parts per million. Chlorine may be derived from chlorine gas, or 70 percent (high test) calcium hypochlorite (HTH or Perchloron, or equal). Administration maybe by any of the several methods described in AWWA C601 as proposed by the Contractor and approved by the Engineer. The method must be approved prior to commencement of the disinfection process. 3. Following contact with chlorine solution, thoroughly flush out and take samples, using sterile containers obtained from the County Health Department, to the County Health Department or approved laboratory for analysis. 4. If samples do not demonstrate satisfactory results, repeat the disinfection procedure until two series of satisfactory samples are obtained, the period between such series of samples to be a minimum of twenty-four hours. 3.04 CONNECTION TO EXISTING SYSTEM A. Perform in such a manner that no damage and minimal interruption is caused to existing installation. Any damage caused to existing installations shall be repaired or replaced by the Contractor. No interruption in water service will be allowed. B. Coordinate connection operations with the Engineer, who shall be notified at least 7 calendar days in advance of any activity which may interfere with the existing utility system. C. All connections to existing mains of the City shall be made under the direction of the Engineer. All connections to existing water mains shall be made after complete disinfection and Department of Health approval of the proposed system and shall be made under the direction of the Engineer. Valves separating the mains being installed from existing mains shall be operated by City personnel upon request by the Contractor. The cost of the work in making the connection shall be paid for by the Contractor. D. When the proposed main is to be connected to an existing main a temporary plug or cap shall be installed on the new main until the pressure tests and disinfecting for water mains are completed. Upon satisfactory completion, the cap or plug shall be removed from both mains and the connection made with pipe, fittings and valves which have been swabbed out with a solution of chlorine and water as previously specified for water mains. The connections shall be made as swiftly as possible after service has been halted in the pipeline and any water in Pr . t n L -r SRR nn 02661-13 Village of Key Biscayne the ditch shall be kept below the level of the pipe length, fittings and valve. The pipeline shall then be placed in service by City personnel. E. Existing water mains may not be placed out of service until the new water main is has been cleaned, tested, and disinfected. The new main shall be installed and connected provisionally to the existing line with corporation stops 1 %2" or 2" and left dry. F. New service connections shall be built and taken close to the meter box and left ready for to be connected. G. Any existing in-service water mains that are opened and exposed to the environment during filling, flushing, or pressure testing operations shall be disinfected with the new main during the disinfection procedure under Section 4.08 herein. H. In the event any existing users will be without water while a connection is being made, notify them when the water will be turned off and the estimated time service will be resumed. In some instances, these connections may have to be made at night. No user shall be without water service for more than two hours. I. The Contractor's attention is called to the fact that connections to existing mains may involve the removal of a concrete anchor and cast iron plug; also that the existing mains may be cast iron with poured lead, sulphur compound, or rubber gasket type joints, concrete with flanged outlet connections, galvanized iron with threaded joints, or others. The Contractor should be equipped with the proper tools and equipment to make connections to any one or more of these types of existing mains. New gaskets shall always be installed, regardless of the condition of the existing one. Other joint accessories, such as nuts, bolts and glands, shall be reused only if judged to be in good condition by the Engineer, unless otherwise specified herein. J. Asbestos Cement (AC) Pipes, the following special procedures must be followed: 1. The AC mains shall be handled with extreme caution. The Contractor shall have at the site special repair clamps or sleeves for the AC pipe of the required dimensions in case of accidental rupture or leak. 2. The construction of the connecting DIP shall not interfere or disturb the existing AC pipe. The existing AC pipe shall be tapped under pressure using tapping sleeves and tapping values for the size and class of AC pipe as determined in the field by the Contractor. AC pipes shall be abandoned in place. The ends of the AC pipe to be abandoned shall be filled with cement for at least 18 inches and shall be permanently capped with a plastic plug. 3. When working near or around existing AC pipes the following general guidelines apply: Project 01-1588.00 02661-14 Village of Key Biscayne March 2007 ' Airborne asbestos fibers may be created from asbestos cement pipe dust, cutting of asbestos cement pipe, breaking of asbestos cement pipe or handling asbestos cement debris or other work on or around asbestos cement pipe. All asbestos cement pipe dust, cutting, debris or other residues shall be covered immediately with soil and buried alongside the area of work within the existing trench wherever possible. When the Contractor is unable to bury the materials in this fashion, the asbestos cement product shall be wetted with water or a mixture of water and surfactant and collected in leak -tight six mil thick plastic bags, or plastic lined containers to be disposed of as hazardous waste. 4. AC pipes shall be abandoned in place. The ends of the AC pipe to be abandoned shall be filled with cement grout for at least 18 inches and shall be permanently capped with a plastic plug. END OF SECTION Project 01-1588.00 02661-15 Village of Key Biscayne SECTION 02662 WATER SERVICE INSTALLATIONS PART 1 - GENERAL DESCRIPTION 1 1 I S i S A. The Contractor shall furnish all labor, material and equipment required to construct water service installations, as specified herein. 1.02 QUALITY ASSURANCE A. All material and installation shall be in accordance with the Miami Dade Water and Sewer Department's Design and Construction Standard Specifications and Details. PART 2 - PRODUCTS 2.01 MATERIALS A. Pipe: Copper pipe shall be Type K for interior piping and Type K Soft Temper for exterior piping, both conforming to ASTM B88, seamless, round, drawn tubing. B. Fittings: Solder joint fittings shall be wrought copper and bronze fittings conforming to ANSI B 16.22 or cast brass fittings conforming to ANSI Standard B16.18. Fittings for use with copper tubing shall be one of the following: 1. Cast Bronze Solder -Joint Fittings: Solder joint fittings of this type shall be cast bronze fittings conforming to ANSI B16.18, "Cast Brass Solder -Joint Fittings", and ASTM Standard B62, "Composition Bronze or Ounce Metal Castings", as manufactured by Chase Brass and Copper Co., Stanley G. Flagg & Co., Inc., or approved equal. 2. Wrought Copper Solder -Joint Fittings: Solder joint fittings of this type shall be wrought copper fitting in accordance with ASNI B 16.22, "Wrought Copper and Bronze Solder -Joint Pressure Fittings." C. Solder: Solder shall consist of 95 percent tin and 5 percent antimony. Soldering shall be on conformance with Section 3 of the Copper and Brass Research Association Copper Tube Handbook. (17M7_1 Villaor of Kev Ricravne D. Connection of copper pipe or fittings with galvanized pipe or fittings shall be made with dielectrid fittings. PART 3 — EXECUTION 3.01 INSTALLATION OF 1 -INCH SERVICES A. Services from the new water mains shall consist of corporation stops, 1 -inch copper tubing and terminal fittings as shown in the Standard Details. The services shall be installed where designated in the field by the Engineer, and will be determined as soon as possible in order that the Contractor may tap the mains as they are installed. B. Where meter boxes are located in existing sidewalks, the whole flag of sidewalk shall be removed and replaced with new concrete. The concrete walk shall be 4 inches thick and finished with the proper tools and techniques to resemble the existing walk. The concrete support for meter boxes shall be eliminated when the box is installed in an existing walk. Where meter boxes are located out of sidewalk areas, a concrete support is required. Concrete supports shall be to the established line and grade. C. Meter boxes shall be set flush with the finishes grade if inside walks, or with the top of the ground if out of sidewalk areas. D. All bends in copper tubing shall be made with an approved type tube bender to the satisfaction of the Engineer. Flattened, out of round or kinked tubing will not be permitted. E. Each 1 -inch service connection to be installed as part of this Project will be one of the following: 1. Short Single - Consisting of a short run of 1 -inch copper tubing from the main of the same side of the street as the existing meter. 2. Long Single - Same as above but from amain on the opposite side of the street from the proposed meter, requiring additional copper tubing to cross the street to the existing meter. This installation, requiring a 1 %2 Schedule 40 black steel casing pipe, is to be driven under the street pavement. F. If existing black steel casing pipe cannot be re -used the contractor is required to provide a new steel casing pipe as follows: the pipe may be driven from the side of the street which affords the most room for the driving trench, thus resulting in the least number of couplings in the casing. Extra care shall be used in leveling and heading the first length of casing in the proper direction. One method of driving casing, known to work in this area and offered here as a suggestion, is to use an ordinary coupling screwed in the leading end of the casing as a cutting edge, and driving against a coupling screwed on the tailing end with a special tool in Project 01-1588.00 02662-2 Village of Key Biscayne Rilarrh ')(1(17 a pneumatic hammer, while maintaining a steady pull forward on the hammer with a small winch. Each length of casing as driven shall be cleaned out with compressed air introduced through a one -half -inch pipe at least as long as the casing. The purpose of driving casing pipe is to make it unnecessary to repair paving over one -inch service cuts. Should the Contractor elect to open- any one -inch service across pavement, he will be required to repair the paving at his own expense. G. When installing services the Contractor shall temporarily plug the ends of the tail pieces for protection against dirt. H. Pipe bending and the backfill material up to 6 inches above the crown of the copper tubing shall be clean white masonry sand. Backfilling and compaction material lying above a point 6 inches above the crown on the tuning and below the surface of the ground shall be as specified in Section 02221, "Trenching and Backfilling for Utility Systems". END OF SECTION Project 01-1588 00 02662-3 Villaee of Key Riceayne SECTION 02663 CLEANING AND TESTING OF MAIN PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish all labor, material and equipment required to clean and test the water mains. B. The specifications herein specify cleaning and testing of water mains 24 -inches in diameter and less. 1.02 QUALITY ASSURANCE A. Testing shall be in accordance with ANSI/AWWA Standard C-600-82. B. Cleaning and testing shall be performed in strict accordance with these specifications. C. The Contractor is cautioned that Miami Dade Water and Sewer (MDWASD) having jurisdiction over the work location has regulatory rules and ordinances prohibiting or limiting the discharge of water from any excavation into sanitary and storm sewer systems, or to canals and drainage ditches. In the least, all discharges of water shall be executed in strict compliance with acceptable levels of turbidity, as per HRS Standards. PART 2 — PRODUCTS -(NOT USED) PART 3 — EXECUTION 3.01 As soon as the installation of each run of water main is completed, including valves for control and sufficient pipe beyond the valves to keep them from blowing out the line, the run shall be thoroughly flushed, discharging the flushing water through a riser into the pipe trench, unless some other method is approved by the Engineer. 3.02 Volume flushing will be required, and flushing shall be sufficient velocity to produce a scouring action in the main meeting the Engineer's approval. 3.03 The Contractor shall furnish and install all piping necessary to dispose of the flushing water and shall exercise care t6 prevent any damage to the surrounding area and adjoining and adjacent properties. The Contractor shall exercise due care in the protection of private Project 01-1588.00 02663-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 property from water damage due to his operations. In addition, the Contractor hereby assumes complete liability for any damage caused directly or indirectly by his operations. 3.04 The main shall be tested between line valves unless otherwise specified or permitted be the Engineer. Corporation stops, fire hydrants, and services between line valves shall be installed prior to testing and shall be included in the test with no leak permitted. 3.05 Water for cleaning and testing shall be furnished as specified in "Temporary Water" of Section 01510. The Contractor shall furnish and install all necessary pumps, piping, and fittings, including the corporation stop, to connect the section under test to the source of water. The test pump shall be a centrifugal or gear pump producing a steady pressure free of pulsation. The test pressure shall be 100 psi. 3.06 The Contractor shall furnish and install all necessary pumps, piping, and fittings, including the corporation stops, to connect the section under test to the source of water. The test pump shall be a centrifugal or gear pump producing a steady pressure free of pulsation. 3.07 All corporation stops, and hydrants in the section being tested shall be opened and left open until water comes out of them, in order that as much air as possible may be removed from the line. Water shall be pumped into the line through the meter up to the required pressure, and pumping shall be continued to maintain that pressure for a period of 2 hours, or such longer period as the Inspector requires to inspect the line for leaks. 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 the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 3.08 The maximum allowable leakage for ductile iron mains shall be determined by the following formula: L = SD time the square root of P 133,200 where: L is the allowable leakage in gallons per hour; S is the length of pipeline tested in feet; D is the nominal diameter of the pipe in inches; and P is the average test pressure during the leakage test, in pounds per square inch gauge 3.09 No pipe installation will be accepted if the leakage is greater than that determined by the above requirements. 3.10 The Contractor shall locate and repair all leaks until the leakage is reduced to the limits specified. Any observed leaks or any obviously defective joints or pipes shall be repaired or replaced as directed by the Engineer, even though the total leakage is below that specified Project 01-1588.00 02663-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 above. The test and repairs shall be continued or repeated until the Engineer is assured that the leakage from the section of line under test is less than the amount specified. END OF SECTION Project 01-1588.00 02663-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02664 DINSINFECTION OF WATER MAIN PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish all labor, material and equipment required to clean and test the water mains. 1.02 QUALITY ASSURANCE A. Disinfection shall be performed in strict accordance with these specifications and with AWWA Standard C651-86, "Disinfection of Water Mains", except as otherwise modified herein. PART 2- PRODUCTS 2.01 MATERIALS A. Liquid Chlorine, available from local sources. B. Calcium hypochlorite, HTH, Perchloron, or approved equal. PART 3 — EXECUTION 3.01 GENERAL A. The Contractor shall clean, flush and disinfect every piece of pipe, fitting and valve in accordance with the specifications and to the satisfaction of the City. B. Liquid chlorine is available locally and shall be purchased by the Contractor. A suitable chlorinator shall be used to inject the chlorine into the lines. 3.02 DISINFECTION A. The pipelines shall be disinfected after they have been pressure tested and while still full of water as specified in Section 02663. B. A suitable chlorinator shall be used to inject chlorine into the lines. All connections required for the introduction of chlorine into the water lines shall be made by the Contractor. Chlorine and water shall be introduced at one end and shall be allowed to flow slowly though the lines Project 01-1588.00 02664-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 to the other end where it shall be removed and disposed of at the Contractor's expense. Several points of introduction and removal of chlorine solution may have to be employed to get an even distribution through the entire section being disinfected. C. The quantity of chlorine introduced shall be such as to insure a concentration of at least 50 parts per million in the water flowing from the line. D. The chlorine solution shall be allowed to stand in the line for at least 24 hours or longer, is required to destroy all harmful bacteria. At the end of the required time, the concentration of chlorine in all parts of the section shall be at least 25 ppm. E. All valves and appurtenances in the section shall be operated at least once during the above period. After the requirement period, the treated water shall be thoroughly flushed from the section and the system filled with potable water. F. The Contractor shall be responsible for coordination with Dade County Department of Health, who shall collect and test samples from the main. The Contractor shall provide assistance to the Dept. of Health for the collection of samples. The samples shall be taken from each main or section of main to be placed in service where designated 'by the Dept. of Health. The samples must be approved by the Dept. before the main is placed in service. G. The Contractor shall be responsible for any rechlorination and retesting that may be required until the Department of Health's approval is obtained. The Contractor shall be responsible for the disposal of all water flushed from the system and shall safeguard all adjoining properties from damage from flooding. The Contractor shall exercise due care in the protection of private property from water damage due to his operations. In addition, the Con tractor shall assume complete liability for any damage directly or indirectly caused by his operations. H. The Contractor shall disinfect all of the connections. I. The inside of each pipe and fitting laid by the Contractor in connecting to the existing mains which are isolated from the main line by valves shall be swabbed with calcium hypochlorite, HTH, Perchloron, or approved equal, mixed in solution with water. The quantity of hypochlorite shall in all cases be subject to the approval of the City, whose representative shall be present at all times while this phase of work is in progress. J. Wherever practicable, water from the existing mains flowing through the disinfected connection shall be used in disinfecting the main line in order that the hypochlorite may be removed to the greatest extent possible. In other cases, the water from the disinfected connections shall be removed by allowing it to flow into the main line as it is being drained. END OF SECTION Project 01-1588.00 02664-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 02730 SANITARY SEWAGE SYSTEM PART 1- GENERAL 1.01 WORK INCLUDED A. Provide sanitary sewage system, consisting of sewer pipes, sewer connections, and appurtenances as shown on the Drawings or specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Division 2, Sitework B. Division 3, Concrete C. Division 11, Equipment 1.03 QUALITY ASSURANCE A. Storage: Store polyvinyl chloride pipe on level ground, preferably turf or sand, free of sharp objects that could damage the pipe. Stacking of the polyvinyl chloride pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperatures conditions. Where necessary due to ground conditions store the pipe on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. 1.04 SUBMITTALS A. Submit shop drawings, product data, certifications, etc., in accordance with Section 01340. B. Submit product data or shop drawings for the following: 1. Precast manholes 2. Manhole frames, covers and other castings 3. Manufacturer's Certified Test Report on castings 4. Certified test records for pipe 5. Pipe joint 6. Mill Test Certificates on ductile iron pipe 7. Electronic marker and locator Project 01-1588 00 02730-1 Village of Key Biscayne 8. Pipe and manhole adapters C. Record Information: Prepare and submit to the Engineer drawings showing the stations and left or right offsets of all services (terminal ends) as measured from the nearest downstream manhole along the center line of the sewer, along with the elevations of the north edge of the manhole covers and inverts of all pipes in the manholes. Drawings shall be in conformance with MDWASD standard (Section 01725). PART 2 - PRODUCTS 2.01 MATERIALS A. AWWA C900 PVC (CI) Pipe: PVC gravity sewer pipe and fittings shall conform to ANSUAWWA C900-89, "Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. Through 12 In., for Water Distribution," except as otherwise modified herein. 1. The dimensions and pressure classes shall be for Dimension Ratio 25 (DR25) for PVC pipe with equivalent cast iron pipe outside diameters. 2. AWWA C900 pipe shall be made from PVC thermoplastic having a cell classification of 12454-A or 12454-B virgin compounds as defined in ASTM Standard D 1784-90. 3. The AWWA C900 pipe shall be push -on type, with bells, spigots, and elastomeric gaskets in accordance with ASTM Standard D 3139, "Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals." The gaskets shall conform to ASTM Standard F477 and shall be synthetic rubber. One gasket shall be furnished with each length of elastomeric- gasket bell -end pipe. Pipe spigots shall be beveled. Pipe bells shall be extruded integral with the pipe barrel with a thickness equal to or greater than that of the barrel. 4. Nominal laid length of AWWA C900, PVC (CI) pipe shall be 20 feet. 5. The AWWA C900 pipe shall be double labeled (180 degrees apart) with the following at intervals of not more than five (5) feet: Data of manufacture — Manufacturer's Name & Code Nominal size — "(CI)" — "PVC" — "DR25" — "PC100" Cell classification — "SEWER PIPE" 6. Fittings for AWWA C900, PVC (CI) shall conform to the requirements of ASTM Standard D 1784-90 and the specifications for AWWA C900, PVC (CI) pipe herein, except as modified below. 7. All fittings for C900 pipe shall be manufactured from PVC compound conforming to ASTM Standard D 1784-90. Fittings shall conform to the thickness requirements of DR18. All fittings, except wye branch shall be Class 150 and shall be manufactured to withstand 755 psi quick burst pressure tested in accordance with ASTM Standard D 1599-88, "Test Method for Short -Time Hydraulic Failure of Plastic Pipe, Tubing, and Fittings" and withstand 500 psi`for a minimum of 1,000 hours tested in accordance with ASTM Standard Project 01-1588.00 02730-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 D 1598-86, "Test Method for Time -to -Failure of Plastic Pipe Under Constant Internal Pressure." 8. Fittings shall be as manufactured by the Harrington Corporation, Lynchburg, VA, Head Manufacturing Company, Preston, ID, or approved equal. - B. Ductile Iron Pipe: Provide ductile iron pipe conforming to AWWA C151, Class 50 (ASTM A 746, Class 50), with a bituminous coating on the inside for pipe smaller than 8 -inches, a polyethylene lining for pipe 8 -inches and larger, and a bituminous coating applied to the outside of all pipes. Use mechanical or push -on joints conforming to AWWA C111, with gaskets of neoprene with plain tips, unless otherwise indicated. For pipe lining, use virgin polyethylene complying with ASTM D 1248, compounded with enough carbon black during manufacture to resist ultra violet rays during above ground storage, fused in place, approximately 30 mils (.03 -inches) in thickness, and tightly adhered to the pipe wall extending from the spigot end to the gasket seat in the bell socket. C. Concrete and Reinforcing Steel: As specified in Division 3, use concrete classes for the various purposes as follows: 1. Manhole bottoms, Class A (4000 psi) 2. Precast manholes, Class B (3,000 psi) 3. Pipe encasement, Class C (2500 psi) 4. Protective slabs, Class C (3500 psi) 1 1 1 D. Castings: Provide gray iron castings for manhole frames, covers and other items conforming to ASTM A 48, Class 30, true to pattern in form and dimensions, free of pouring faults and other defects in positions which would impair their strength, or otherwise make them unfit for the service intended and with the seating surfaces between frames and covers machined to fit true. Provide casting with lifting or "pick" holes and casting patterns conforming to those shown or indicated on the Drawings, and the words SANITARY SEWER cast in all manhole covers. Unless otherwise indicated, use only traffic bearing manhole frames and covers. E. Brick: Dense, hard burned, shale or clay brick conforming to ASTM C 32, Grade MM or C 62, Grade MW, except with brick absorption between five and twenty-five grams of water absorbed in one minute by dried brick, set flat face down, in 1/8 -inch of water. F. Cement Mortar: One part cement and three parts clean sharp sand with lime added in an amount not exceeding ten percent of volume of cement. Mix dry and then wet to proper consistency for use. Use no mortars that have stood for more than one hour. G. Pipe Adapter: 1. Donut type pipe adapter manufactured from virgin polyvinyl chloride (PVC) or polyurethane, adaptable to similar or dissimilar pipes of the same or different sizes, as manufactured by Fernco Joint Sealer Company, Dickey Company or equal. Project 01-1588.00 02730-3 Village of Key Biscayne 2. Flexible couplings manufactured from virgin polyvinyl chloride (PVC) or polyurethane, adaptable to dissimilar pipes of the same or different sizes, as manufactured by Fernco Joint Sealer Company, Can -Tex, or equal, and supplied with #300 stainless steel bands. 3. Flexible manhole sleeves for connecting sewer pipe to precast manholes manufactured from a synthetic rubber compound resistant to ozone, weather, acid and water, having a cast -in -place water stop, capable of accommodating settlement up to 15 degrees, and a non -corrosive, non-magnetic type 300 stainless steel strap for binding of the sleeve to the pipe. H. Electronic Marker System: 1. Electronic Marker: High -density polyethylene electronic marker designed to have a 40 -year life, capable of operating at a depth of six feet with a special response frequency and colored for sanitary use in conformance with APWA's Uniform Markings and Surface Field Identification by Uniform Color Code Standards. 2. Marker Locator: Provide two portable marker locators capable of locating electronic markers for sanitary use at a depth of 6 -feet. Include the cost of the two marker locators in the price for markers. I. Coal Tar Epoxy: Koppers Bitumastic No. 300M, Tnemec Tneme-Tar No. 46-413 or equal, complying with U.S. Army Corps of Engineers Specification C-200. J. Manholes: Manholes shall be in accordance with MDWASD standards. Manholes shall be encapsulated as per MDWASD requirements. PART 3 - EXECUTION 3.01 PREPARATION A. Bedding: 1. Pipe Cradle: Upon satisfactory installation of the pipe bedding, as specified in Section 02204, excavate a continuous trough for the pipe barrel and recesses for the pipe bells or couplings by hand digging. When the pipe is laid in the prepared trench, ensure that the pipe barrel receives continuous uniform support and that no pressure is exerted on the pipe joints from the trench bottom. 2. Cleanliness: Thoroughly clean the interior of all pipe of all foreign material before placing in the trench and keep clean during laying operations by means of plugs, or other approved methods. During suspension of work for any reason at any time, place a suitable stopper in the end of the pipe laid to prevent mud or other foreign material from entering the pipe. 3.02 PIPE INSTALLATION A. Start laying pipe upgrade,with spigot ends pointing in the direction of flow. Before pipe is joined, clean gaskets of all dirt and stones and other foreign material and apply to the spigot ends of the pipe Project 01-1588.00 02730-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 and/or pipe gaskets a lubricant as specified by the pipe manufacturer and approved by the Engineer. Apply sufficient pressure to the pipe to properly seat the socket into the bell of the pipe. Install all pipes straight, true to the lines and grades shown on the Drawings in each manhole section. Remove and replace any pipe that is disturbed or found to be defective after laying. B. Polyvinyl Chloride Pipe: 1. Transportation: Take care during transportation of the pipe that it is not cut, kinked, or otherwise damaged. 2. Handling Pipe: Use ropes, fabric, or rubber protected slings and straps when handling pipes. Chains, cables, or hooks inserted into the pipe ends will not be allowed. When handling the joined pipeline, take care that the pipe is not damaged by dragging it over sharp and cutting objects and carefully lower the pipe into the trench to prevent damage to or twisting of the pipe. 1 1 1 1 1 1 1 1 1 1 1 1 3. Special Precautions: Support PVC pipe connected to heavy fittings, manholes and rigid structures in such a manner that no subsequent relative movement between the pipe and the joint with the rigid structures is possible. B. Ductile Iron Pipe: 1. General a. Ductile iron pipe shall be installed in accordance with the applicable provisions of ANSI/AWWA C600 and shall conform to the requirements of ANSI/AWWA C151. b. When specified or indicated on the Contract Drawings, polyethylene encasement for ductile iron pipe shall be provided and installed in accordance with ANSI A21.5/AWWA C105. c. All ductile iron pipe and fittings shall be handled with padded slings or other appropriate equipment. The use of cables, hooks, or chains will not be permitted. Stockpiled pipe shall be suitably supported and shall be secured to prevent accidental rolling. 2. Handling and Storage a. All pipe, fittings, and other relative material, shall be carefully handled and protected against damage, impact shocks, and free fall in accordance with AWWA C600. Pipe shall not be placed directly on rough ground but shall be supported in a manner that will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or new undamaged pipe shall be furnished and installed. b. All pipe damaged prior to Substantial Completion shall be repaired or replaced by the Contractor. Proiect 01-1588 00 02730-5 Village of Key Biscayne c. , The Contractor shall inspect each pipe and fitting prior to installation to insure that 'there are no damaged portions of the pipe. d. Before placement of pipe, each pipe or fitting shall be thoroughly cleaned of any foreign substance, which may have collected thereon and shall be kept clean at all times thereafter. For this purpose, the openings of all pipes and fitting in the trench shall be closed during any interruption to the work. e. Pipe Laying: The pipe shall be installed in accordance with ANSI/AWWA C600. f. Pipe shall be laid directly on the bedding material. No blocking will be permitted, and the bedding shall be such that it forms a continuous, solid bearing for the full length of the pipe. Excavations shall be made as needed to facilitate removal of handling devices after the pipe is laid. Bell holes shall be formed at the ends of the pipe to prevent point loading at the bells or couplings. Excavation shall be made as needed outside the normal trench section at field joints to permit adequate access to the joints for field connection operations and for application of coating on field joints. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Such change shall be made by the deflection of joints, by the use of bevel adapters, or by the use of additional fittings. However, in no case shall the deflection in the joint exceed 70 percent of the maximum deflection recommended by the pipe manufacturer without written approval of the Engineer. No joint shall be misfit any amount which will be detrimental to the strength and water tightness of the finished joint. h. Pipe and Specials Protection: The openings of all pipe and specials shall be protected with suitable bulkheads to prevent unauthorized access by persons, animals, water, or any undesirable substance. At all times, means shall be provided to prevent the pipe from floating. g. Pipe Cleanup: As pipe laying progresses, the Contractor shall keep the pipe interior free of all debris. The Contractor shall completely clean the interior of the pipe of all sand, dirt, mortar splatter and any other debris following completion of pipe laying, pointing of joints and any necessary interior repairs prior to testing and disinfecting the completed pipeline. D. Service Connections: 1. Provide service connections as indicated on the Drawings. 2. Where called for on the Drawings, extend sewer pipe of the size and type noted to the street right-of-way line and plugged with an approved removable plastic plug. Make all connections and changes of direction using standard fittings designed for the purpose. 3. Where house connections are called for, but no service line is to be installed under this Contract, plug all unused branches of such fittings watertight with a specified plug. Project 01-1588.00 02730-6 Village of Key Biscayne March 2007 7,...o 1 .,.,a 7r . 4. Place an electronic marker at least 6 -inches above each sanitary sewer service connection, at the property line, buried in a level position and at a depth of not less than 2 -feet and not more than 5 -feet. E. Concrete Encasement: 1. Construct Class C (2500 psi) concrete encasement in accordance with details shown on the Drawings, where: a. The sewer or service pipe has less than 30 -inches of cover between the top of the pipe and the final top of pavement or ground line. b. The sewer or service pipe crosses over, or at a depth that provides less than 18 -inches clear distance between pipes when crossing under water mains. Extend encasement a minimum of 10 -feet on each side of the point of crossing. c. The Engineer orders the line encased. 2. If, through failure to provide suitable trench sheeting, or other causes, the maximum width for trench excavations, as specified elsewhere in these specifications, is exceeded, construct concrete encasement around the pipe for the length of the excessive excavation at no cost to the Owner. 3. Extend sewer or service pipe encasement to within 6 -inches from a pipe joint to protect the pipe from cracking due to uneven settlement of its foundation or the effects of super -imposed live loads. 4. In lieu of concrete encasement, the Contractor may substitute ductile iron pipe, AWWA C151, Class 50, without concrete encasement for the PVC in the encasement area. 3.03 MANHOLE INSTALLATION A. General: 1. Complete manholes as the work progresses so that testing as prescribed in Article 3.09 may be completed. 2. Prior to the manufacture of precast concrete manholes, submit shop drawings and details in accordance with Section 01340. Manholes that are not manufactured in strict compliance with the approved shop drawings and these Specifications will be rejected. B. Construction: 1. Provide manholes conforming to the requirements of Section 03410, except as modified herein: a. Provide a minimum shell thickness 8 -inches and a minimum wall section height of 3 feet. , Prniert n1_15RR nn 0771n-7 \TillaoP of K PV Ricravna Use Type II cement. c. Use compression type, neoprene gasket joints of a design approved by the Engineer for joints, whose position in the complete structure are below an elevation of 6 -feet above sea level, and fill the unfilled portion of the joint with Ram-Nek plastic joint sealing compound. d. Lifting holes through the structures are not permitted. e. Provide a precast base of not less than 8 -inches in thickness poured monolithically with the bottom section of the manhole walls. £ Seal all openings and joints watertight, using a grout acceptable to the Engineer and designed for use in water. g. Provide precast manhole tops terminating at such elevations as will permit laying up brick courses under the manhole frame to make allowance for future street grade adjustments. h. Provide drop connections, where required, integral with the precast manholes, as manufactured with the manhole elements at the casting yard. 2. Coat the interior walls with two applications of coal tar epoxy applied as recommended by the coating manufacturer to form a 16 -mil dry film thickness. 3. In lieu of a cone section, shallow manholes may substitute an 8 -inch thick precast reinforced slab on the top, laid in a full bed of mortar and pointed to form a dense joint. 4. Finish the invert channels smooth and accurately shaped to a semicircular bottom conforming to the inside of the adjacent sewer section. Avoid steep slopes outside the invert channels. Make changes in size and grade gradually and evenly and changes in the direction of the sewer or entering branch, a smooth curve with radius as long as practicable. 5. Utilize approved coupling adapters set in the concrete wall to join PVC pipe to precast concrete manholes. 3.04 CONNECTIONS TO EXISTING STRUCTURES AND SEWERS A. Make connections to existing manholes as required. Provisions have been made in some of the existing structures for future connections and may require only the removal of a plug and the connection of the proposed line, while other connections will require cutting into the existing structure. Exercise care in cutting into the existing structure, using only core drilling, and repair any damage done to the structure as required by the Engineer and at no cost to the Owner. Install drop connections, if required, as detailed on the Drawings. 3.05 ADDITIONAL WORK A. Complete additional iterrfg of construction such as cleanouts, terminal lamp holes, special manholes and other items necessary for the complete installation of the system, in conformance to specific Project 01-1588.00 02730-8 Village of Key Biscayne T .f ...-,.1. '1(111'1 details onythe Drawings and of first-class materials conforming to the applicable portions of these Specifications. 3.06 FIELD QUALITY CONTROL A. Tests, Inspections, and Acceptance of Materials and Workmanship: 1. Workmanship: It is imperative that all sewers and appurtenances be built practically watertight and that the specifications for materials and workmanship are rigidly adhered to. Upon completion, test and gauge all the sewers, or sections thereof, and if leakage is above the allowable limits specified, the sewer will be rejected. 2. Inspection: a. On completion of each block or section of sewer, or such other times as the Engineer may direct, clean, test and inspect the block or section of sewer so that upon examination from either and, each section of the sewer shall show a full circle of light between manholes. M 1 b. Verify that each manhole or other appurtenance to the system is of the specified size and form, is watertight, neatly and substantially constructed, and with the top set I permanently to exact position and grade. Make all repairs shown necessary by the inspection, replace broken or cracked pipe and remove all deposits removed leaving the sewer true to line and grade, entirely clean, and ready for use. 1 3. Closed Circuit Television Inspection: Inspect each sewer line 21 -inches in diameter and smaller between manholes by a closed circuit television camera especially designed for and adapted for this purpose. Employ a reputable testing agency approved by the Engineer for I this inspection. The Engineer will provide a representative to be present to view the screen when the inspection is in progress. Provide suitable methods of measuring and locating defects found in the lines and enter such data in a log. Correct lines found defective as I directed by the Engineer and reinspect the repaired lines with the television camera until found acceptable. I B. Limits Of Infiltration, Exfiltration And Testing: 1. Allowable Limits of Infiltration and Exfiltration or Leakage: 50 gallons per day, per inch of I diameter, per mile of pipe, with no allowances for manholes and laterals. 2. Any part or all of the system may be tested for infiltration or exfiltration, as directed by the Engineer. Prior to testing for infiltration, pump out the system so that normal infiltration I conditions exist at the time of testing. Determine the amounts of infiltration or exfiltration by pumping into or out of calibrated drums, or by other approved methods. I 3. Conduct the exfiltration test by filling the portion of the system being tested with water to a level which will provide a minimum head of 2 feet on a service lateral connected to the test portion or, in the event there are no service laterals in the test portion, a minimum difference I in elevation of 5 -feet between the crown of the highest portion of the sewer and the test level. 1 Project 01-1 5RR 00 02730-9 Village of Kev Biscayne 4. Conduct tests on portions of the system not exceeding three manhole runs or more than 1,000 -feet of main sewer, or as otherwise directed by the Engineer. Run tests continuously for three hours. Where infiltration or exfiltration exceeds the allowable limits, locate and repair the defective pipe, joints, or other faulty construction. If the defective portions cannot be located, remove and reconstruct as much of the work as is necessary in order to conform to the specified allowable limits. Perform testing as the job progresses and start after 2,000 -feet of pipe are laid. 5. Provide all labor, equipment and materials and conduct all testing required, under the direction of the Engineer. END OF SECTION Project 01-1588.00 02730-10 Village of Key Biscayne Marrb')f1f17 SECTION 02732 SEWAGE FORCE MAINS PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide sewage force mains consisting of pressure piping and appurtenances as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. Section 02204, Trenching, Backfilling and Compacting B. Division 3, Concrete 1.03 QUALITY ASSURANCE A. Design Requirements: 1. Install force mains with a minimum cover of 48 -inches below finished grade, unless otherwise indicated. 2. Construct sewage force mains of the materials indicated on the Drawings. 3. For changes in horizontal alignment of 45 degrees or less, pipe deflection, not exceeding limits set forth in applicable AWWA Standards, may be used in lieu of fittings, subject to approval of the ENGINEER. B. Pipe Inspection: Obtain from the pipe manufacturers a certificate of inspection to the effect that the pipe and fittings supplied for this Contract have been inspected at the plant and that they meet the requirements of these specifications. Visually inspect all pipe and fittings at time of delivery and just before they are placed in the trench, and reject and remove joints or fittings that do not conform to these Specifications. C. Prevention of Electrolysis: Prevent the contact of dissimilar metals by means of an insulating or dielectric coupling. 1.04 SUBMITTALS A. Submit shop drawings, product data, certifications, etc., in accordance with Section 01340. B. Submit shop drawings for the following items prior to construction: 1. Mill test certificates or certified test reports on pipe 2. Details of restrained and flexible joints Project 01-1588.00 March 2007 02732-1 Village of Key Biscayne 7nnc. 1 •I.,.7 7...,.. A 3. Valve vaults 4. Valves and valve boxes 5. Air release valves 6. Pipe laying schedule 7. Temporary plug and anchorage system for hydrostatic pressure test 8. Transition joints at canal crossing 1.05 JOB CONDITIONS A. Water in Excavation: Unless otherwise approved by the ENGINEER, water will not be allowed in the trenches while the pipes are being laid and/or tested. Excavate not more trench than the available pumping facilities are able to dewater. Dispose of all water so as not to injure or interfere with the normal drainage of the territory in which he is working. Do not use pipelines being installed as drains for such water, and properly and adequately block the ends of the pipe during construction by means of approved stoppers. Prevent the entrance of mud, sand, or other obstructing matter into the pipelines. If on completion of the work any such material has entered the pipelines, flush out the entire system until clean and unobstructed. PART 2- PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS A. Pipe: Ductile iron pipe conforming to the requirements of ANSI A21.51 (AWWA C151), Class 51 for 4 -inch lines and Class 50 for all other sizes, unless otherwise specified, with mechanical or push on joints for buried pipe and flanged or grooved joints for aboveground installations, unless otherwise specified. Use pipe having an interior bituminous seal coat over a cement mortar lining conforming to ANSI A21.4 (AWWA C 104) for pipe smaller than 8 inches in diameter and a polyethylene lining for pipe 8 -inch and larger. Use pipe having an exterior bituminous coating applied by the airless spray method. B. Polyethylene Lining: Virgin polyethylene conforming to the requirements of ASTM D 1248, compounded with enough carbon black during manufacture to resist ultra violet rays during above ground storage, fused in place, approximately 30 mils (.03 -inches) in thickness, tightly adhered to the pipe wall and extending from the spigot end to the gasket seat in the bell socket. C. Fittings: Mechanical joint or single gasket, push on type with a minimum pressure rating of 350 psi, conforming to the requirements of ANSI A21.10 (AWWA C 110), and interior coated or lined and outside coated as specified above for ductile iron pipe. D. Joints: Mechanical joints consisting of bell, socket, gland, gasket, bolts and nuts conforming to ANSI A21.11 (AWWA C 111) with bolts of high strength, annealed, cast iron, or high strength low alloy steel, T -head type having hexagonal nuts, machined true and nuts tapped at right angles to a smooth Project 01-1588.00 02732-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 bearing surface. Single seal gasket push on type joints conforming to the requirements of ANSI A21.11 (AWWA C111) and shall be Tyton, Fastite, Super Bell Tite, Altite, or equal. E. Restrained Joints: Types fabricated by the various manufacturers, and approved by the ENGINEER. Verify that the thickness of the pipe barrel remaining at grooves cut for restraint are not less than that required for the design wall thickness. Joints using setscrews or that require field welding will not be acceptable. Furnish restrained joints for 24 -inches and larger pipe at changes in direction of the main. F. Gaskets: Neoprene gaskets having plain tips, unless otherwise specified. G. Gate Valves: 1. 3 -Inches And Larger: Iron body, non -rising stem, bronze mounted gate valves, mechanical joint and/or single gasket push on type, conforming to AWWA C500 and provided with a 2 -inch square operating nut. Use valves of the single -wedge gate type, turning counterclockwise to open, with seat and gate having smooth, perfectly machined surfaces and water -tight when in contact. Use valves provided with 0 -ring seals and designed to permit replacing the 0 -ring seals while in service without undue leakage. 2. 16 -Inches In Diameter and Larger Installed Horizontally: AWWA C500 valves provided with bevel gearing, a gear case that can be repacked from the outside, rollers, tracks, and scrapers constructed so that the weight of the gate is carried on the rollers throughout the entire length of travel. 3. Less Than 3 -Inches: Bronze, single wedge, non -rising stem, screwed bonnet, 125 pound S.P., 300 pound W.O.G., with stuffing box repackable under pressure and all parts renewable, and conforming to Federal Specifications WW -V-54 for Class A, Type I. Provide ends as indicated on the Drawings. H. Plug Valves: Valves of eccentric construction, made of cast iron, or semi -steel at least equal to ASTM A126, Class B, having Buna-N or neoprene rubber faced plugs, body seats having a welded in overlay of not less than 90 percent pure nickel or fusion bonded Al -Clad Nylon II on all surfaces contacting the plug face, stem bearings of corrosion resistant material, all exposed bolts, nuts, springs, washers, etc., of stainless steel, and with port areas equal to at least 80 percent of the full pipe area. For valves 4 -inches and larger provide adjustable packing glands or permanent non -adjusting packing capable of being repacked without the bonnet or plug being removed from the valve. Use valves designed for not less than 150 -psi cold water, oil, or gas working pressure, having drip tight shutoff at a bi-directional test pressure of 100 psi with pressure in either direction, permanently lubricated and having an angle underground actuator, 2 -inches square operating nut and extended nut for wrench operation. Provide the extended nut, installed within 6 -inches of the top of the valve box, with a port position indicator and direction -to -open indicator. Size operators for a minimum of 50 -psi differential pressure. Provide valves as manufactured by DeZurick, Dresser, Homestead, or equal. I. Swing Check Valves: 1. 4 -Inches And Larger: Cast iron or cast steel body with a renewable bronze or stainless steel seat ring, securely -held in place by a threaded joint, valve disc of cast iron or cast steel suspended from a lion -corrosive shaft passing through a stuffing box for attachment of weight and lever. Use valves having full opening, tight seating, a 300 -psi hydrostatic test pressure Project 01-1588.00 02732-3 Village of Key Biscayne March 2007 ~� ' rating and which prevent the return of water back through the valve when the inlet pressure decreases below the delivery pressure. Provide a tapped boss with plug on the check valve bonnet for future use with a pressure gauge. 2. Smaller Than 4 -Inches: Bronze, bronze disc, swing check valves conforming to Federal Specification WW -V-51 E, Type 4 Class A-125 pound, with ends as shown or indicated on the Drawings. J. Tapping Sleeves and Valves: Split cast iron sleeves rated for 150 psi working pressure, and valves of the non -rising stem type with 0 -ring seals conforming to the applicable requirements specified above for gate valves. Steel units will not be acceptable. Determine the outside diameter of the existing main before ordering the sleeve. K. Valve Vaults: Precast concrete of the type shown on the Drawings conforming to the applicable requirements of Division 3, with cover for the non -traffic bearing vault constructed of 3/16 -inch steel floor plate with reinforcement, galvanized after fabrication by the hot dip method in conformance with ASTM A 123. L. Valve Boxes: Cast iron valve boxes, of 3 -piece construction adjustable to fit the designated depth of earth cover over the valve, designed to prevent the transmission of surface loads directly to the valve or piping, having an interior diameter of not less than 5 -inches, and with covers marked with the word SEWER. Provide valve boxes with covers constructed to prevent tipping or rattling with extension sections of ductile or cast iron, and equal to Clow Corporation No. F-2450, or Mueller Company No. H-10357. For MDWASD provide cast iron slip type valve boxes, No. 52 (U.S. Foundry No. 7605) for valves, No. 53 (U.S.F. No. 7635) for air release valve assemblies, with non -tipping, non -rattling covers marked with an "S", and with 6" DI pipe riser sections for No. 52 and 10" DI pipe riser sections for No. 53 boxes. M. Air Release Valves: 1. Manual Type: Galvanized steel pipe conforming to ASTM A 53, Schedule 40, with gate valves conforming to Federal Specification WW -V -54D, Type I, Class A, wedge disc, non - rising stem, 125 -psi steam pressure rating, assembled as shown on the Drawings. 2. Automatic Type: Air release valves designed and manufactured for sewage service, that will not stick shut or leak water under continued long operating conditions, that will open under high internal pressure, and incorporating a solids settling chamber or trap and a flushing system by which the trap and the entire valve can be back flushed and cleaned, as manufactured by APCO, Val Matic or equal. N. Concrete: Concrete conforming to the requirements of Section 03300. O. Manhole Frame And Covers: Castings conforming to ASTM A48, Class 30, cast true to pattern in form and dimensions, free of pouring faults and other defects in positions which would impair their strength, or otherwise make them unfit for the service intended, with the seating surfaces between frames and covers machined to fit true. No plugging or filling will be allowed. Provide covers with lifting or "pick" holes thatdo not penetrate the cover, with casting patterns conforming to those shown on the Drawings, and with the words SANITARY VALVE cast in the cover. Use only traffic bearing manhole frames and covers. Project 01-1588.00 02732-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 P. Tie Rods: Steel for rods and tie bolts conforming to the requirements of ASTM A 242, with rods galvanized in conformance with ASTM A 123. For tie rods and tie bolts, use Super Star Tierod (Figure No. SS12) and Tiebolt (Figure No. SST7) as manufactured by Star National Products. Q. Coal Tar Epoxy: Kopper's Bitumastic 300M, Tnemec 46-413 Tneme-Tar or equal conforming to U.S. Army Corps of Engineers' Specification C200. R. Additional Work: Conform to specific details indicated on the Drawings, using first-class materials conforming to the applicable portions of these Specifications. PART 3 - EXECUTION 3.01 PREPARATION A. Bedding: 1. Pipe Cradle: Upon satisfactory installation of the pipe bedding material, dig by hand a continuous trough for the pipe barrel and recesses for the pipe bells or couplings. When the pipe is laid in the prepared trench, true to line and grade, provide the pipe barrel with continuous, uniform support so that no pressure will be exerted on the pipe joints from the trench bottom. 2. Cleaning: Thoroughly clean the interior of the pipes of all foreign matter before placing them in the trench and keep them clean during laying operations by means of plugs or other approved methods. During suspension of work for any reason at any time, place a suitable stopper in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. 3.02 INSTALLATION A. Pipe: 1. Gradient: Install lines straight, and maintain depth of cover uniform with respect to fmish grade, whether grading is completed or proposed at time of pipe installation. When a grade or slope is indicated on the Drawings, use batter boards with string line paralleling design grade, or other previously approved means, to assure conformance to required grade. 2. Pipe Joint Deflection: Use pipe deflection only within the maximum limits allowed in AWWA C600. 3. Rejects: Immediately remove defective pipe and replace with sound pipe at no cost to the OWNER. 4. Anchors: Place concrete thrust blocks conforming to the details shown on the Drawings at all bends, tees, plugs, and other fittings to provide lateral support, except when restrained joints are specified. Project 01-1588.00 March 2007 02732-5 Village of Key Biscayne 7nne 1 and 7nna d B. Ductile Iron Pipe Joints: 1. Type: Make the joints of all pipelines tight, using joints approved by the OWNER prior to installation. Where shown on the Drawings or where, in the opinion of the OWNER, settlement or vibration is likely to occur, use bolted joints. 2. Mechanical Joints: Install mechanical joints in full conformance with manufacturer's recommendations, using only especially skilled workers. Use torque wrenches set as specified in AWWA Clll, or spanner type wrenches not longer than specified therein. 3. Push On Joints: Install push on joints in strict, complete compliance with the manufacturer's recommendations, using lubricant, if required, shall be an inert, nontoxic, water soluble compound incapable of harboring, supporting, or culturing bacterial life. 4. Restrained Joints: Provide restrained joints at changes in direction of all ductile iron pipe force mains 24 -inches in diameter and larger in lieu of concrete thrust blocks. Provide restrained joints at all pipe joints within the distance shown in the following table from the PI of the fitting on each side of the fitting. Tees and dead ends valved or capped are considered equivalent to 90° bends. (Lengths are based on cohesive granular, sand and/or silt backfill.) Length (Ft.) from PI of Fitting (3 -Ft. Cover; 100 psi Test Pressure) Pipe 90° 45° 221/2° 111/4° Size -In. Bend Bend Bend Bend 20 36 22 14 8 24 45 24 16 8 30 56 30 18 10 36 66 34 20 12 42 68 36 20 12 48 72 42 22 12 54 80 44 24 14 (3 -Ft. Cover, 150 psi Test Pressure) 20 54 33 21 12 24 68 36 24 12 30 84 45 27 15 36 99 51 30 18 42 102 54 30 18 C. Installing Valves and Boxes: 1. Valves: Carefully inspect, open wide and then tightly close the valves and test the various nuts and bolts for tightness. Take special care to prevent any foreign matter from becoming Project 01-1588.00 02732-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 lodged in the valve seat. Unless shown otherwise, set valves with their stems vertically above the center line of the pipe. Remove and replace any valve that does not operate correctly. 2. Valve Boxes: Carefully center valve boxes over the operating nuts of the valves to permit a valve key to be fitted easily to the operating nut. In areas to be paved, set valve boxes to conform to the level of the finished surface and hold in position by a ring of concrete placed under the support flange as shown on the Drawings. Set the valve box so that surface loads are not transmitted to the pipe or valve. Reset any valve box which is out of alignment or whose top does not conform to the finished ground surface. Before final acceptance of the work, adjust all valve boxes to finish grade. D. Concrete Encasement: Provide concrete encasement of Class C (2500 psi) concrete in accordance with details shown on the Drawings, where: a. Indicated on the Drawings. b. The ENGINEER orders the line encased. 2. Commence and end pipe encasement at not more than 6 -inches from a pipe joint to protect the pipe from cracking due to uneven settlement of its foundation or the effects of superimposed live loads. E. Polyethylene Tube Encasement: Install polyethylene tube encasement for iron pipe in accordance with Method A of ANSI Standard A21.5 (AWWA C105). F. Backfilling: 1. After pipe has been laid, inspected, and found satisfactory, place sufficient backfill along the pipe barrel to hold the pipe securely in place during hydrostatic testing. Place no backfill over joints until the testing is satisfactorily completed, leaving them exposed to view for the detection of visible leaks. 2. Upon satisfactory completion of the hydrostatic tests, complete backfilling of the trench. G. Identification: In order to preclude possible tapping for domestic water service, mark all installed underground sanitary sewage force mains with a continuous stripe located within the top 90 degrees of the pipe. Apply the stripe a minimum 2 -inches in width and of Code T-2 (yellow) traffic paint, as specified in the FDOT Standard Specifications Section 971-12.3, or other approved material. Place no backfill for 30 minutes following paint application. H. Concrete Protective Slabs: Where waterways, canals, ditches or other cuts are crossed, install protective concrete slabs across and to 10 feet each side of the bottom. Place approved utility crossing signs on the pipe alignment at each side of the canal, waterway, etc. 3.03 FIELD QUALITY CONTROL Project 01-1588.00 02732-7 Village of Key Biscayne March 2007 A. Flushing: Flush the force mains with water to remove all sand and other foreign matter, and dispose of the flushing water without causing a nuisance or property damage. B. Cleaning: Prior to pressure and leakage testing, clean the interior of each main of accumulation of sand and other foreign matter by pressure or hand methods. Take care to prevent damage to the pipe lining. C. Hydrostatic Tests: 1. Keep uncovered all components of the force main system, including fittings, connections, and valves, until tested and accepted, except that pipe trenches under traveled streets or roads or in unstable soil conditions may be backfilled with the permission of the ENGINEER. Conduct no testing until all concrete thrust blocking is in place and set. In testing, fill the part of the system under test with water and apply a sustained pressure of 100 pounds per square inch. Test the piping in sections, thereby testing each valve for secure closure. While the system is being filled, carefully and completely exhaust the air. If permanent air vents are not located at all high points, install corporation stops or fittings and valves at such points so the air can be expelled as the pipe system is slowly filled with water. 2. Maintain test pressure by pumping for at least 2 hours and until all sections under test have been checked for evidence of leakage. Rate of loss shall not exceed that specified hereinafter. Correct visible leaks regardless of total leakage shown by test. 3. After completion of backfilling, retest the system as a whole, or any part. Such retest will be required for final acceptance. 4. Furnish, install, and operate all pumps, gauges, and measuring devices to the satisfaction of the ENGINEER. Perform all pressure and leakage testing in the presence of the ENGINEER or his representative. 5. Use only potable water from a source approved by the ENGINEER for testing and flushing. D. Allowable Limits for Leakage: 1. No installation, or section thereof, will be acceptable until the leakage is less than the number of gallons per hour as determined by the formula: L= SD 4P 133200 in which, L = Allowable leakage, in gallons per hour S = Length of pipe being tested in feet D = Nominal pipe diameter; in inches P = Average test pressure during the test, in psi gauge. 2. For a 1000 -foot segment of main with average test pressure of 100 psi the following table may be used. Pipe Allowable Pipe Allowable Project 01-1588.00 02732-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Diameter (D) Leakage (L) Diameter (D) Leakage (L) Inches Gal/Hr. Inches Gal/Hr. 3 0.23 14 1.05 4 0.30 16 1.20 6 0.45 18 1.35 8 0.60 20 1.50 10 0.75 24 1.80 12 0.90 30 2.25 3. Supply water to the main during the test period as required to maintain the test pressure as specified. Compare the above allowable quantity, to the quantity used as measured by pumping from a calibrated container. A 5/8 -inch meter installed on the discharge side of the pump may be used to measure the leakage for large mains when approved by the ENGINEER. E. Correction Of Work: Where leakage exceeds the allowable limit, as specified hereinbefore, locate and repair the defective pipe or joints. If the defective portions cannot be located, remove and reconstruct as much of the work as is necessary in order to conform to the specified limits. Repair or replace any visible leaks or any defective pipe or joint as directed by the ENGINEER even though the total leakage is within the specified allowable limits. No additional payment will be made for the correction of defective work, or for repair of damage to other parts of the work resulting from such corrective work. 3.04 CONNECTION TO EXISTING SYSTEM A. Make all connections to existing mains to conform with the requirements and under the direction of the owners of the existing system. Valves separating the mains being installed from existing mains shall be operated by or under the direction of said OWNER's representative. Some connections may require night work when peak flows are not anticipated. The CONTRACTOR will be responsible for the cost of the work in making the connections. END OF SECTION Project 01-1588.00 02732-9 Village of Key Biscayne March 2007 Zone 1 and 7nne 4 SECTION 02934 SOLID SODDING PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide solid sodding in the areas indicated on the Drawings and fertilize, water and maintain the sodded areas to assure a healthy stand of grass as specified herein. 1.02 SUBMITTALS A. Furnish the producer's certification of sod quality to the Engineer ten days prior to use. 1.03 QUALITY ASSURANCE A. Comply with all current restrictions in regard to movement of sod into or within areas which are outside of quarantine boundaries for the white fringed beetle and the imported fire ant, as issued by the following agencies: 1. U.S. Department of Agriculture, Animal and Plant Health Inspection Service. 2. Florida Department of Agriculture, Division of Plant Industry. 1.04 GUARANTEE A. Furnish a guarantee of all sodding work for a period of 120 calendar days after the date of satisfactory installation of the sod or until final acceptance by the Owner, whichever is later. Continue maintenance and watering of the sodded areas as specified herein during this guarantee period which is also considered the establishment period. B. During the guarantee period, replace at no cost to the Owner any sod required under the Contract that dies, is not established or is defective. In case of any doubt as to the condition and satisfactory establishment of the sod, the Engineer may allow such sod to remain through another establishment (120 days) period at which time the sod in question, if found to be dead, in an unhealthy or badly impaired condition, must be replaced. PART 2 - PRODUCTS 2.01 GRASS SOD A. Provide St. Augustine Floratam grass sod or a drought resistant variety of St. Augustine, Project 01-1588.00 March 2007 02934-1 Village of Key Biscayne 7....._ I _.J f'/_ FX-10, well matted with grass roots. Take the sod up in rectangles, preferably 12 -inch by 24 -inch, and a minimum of 2 -inches in thickness. Use live, fresh sod uninjured at the time of planting, reasonably free of weeds and other grasses and having a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling. Plant the sod as soon as possible after being dug and keep shaded and moist until it is planted. 2.02 FERTILIZER A. Use commercial fertilizers complying with the state fertilizer laws. B. The numerical designations for fertilizer indicate the minimum percentages (respectively) of (1) total nitrogen, (2) available phosphoric acid and (3) water-soluble potash contained in the fertilizer. C. Use fertilizer with a chemical designation of 12-8-8 with at least 50 percent of the phosphoric acid being from normal super phosphate or an equivalent source which will provide a minimum of two units of sulfur. The amount of sulfur shall be indicated on the quantitative analysis card attached to each bag or other container. 2.03 WATER FOR GRASSING A. The water used in the sodding operations may be obtained from any approved spring, pond, lake, stream or municipal water system. Use water free of excess and harmful chemicals, acids, alkalies, salt or any substance which might be harmful to plant growth or obnoxious to traffic. PART 3 - EXECUTION 3.01 PREPARATION OF GROUND A. Scarify or loosen the area over which the sod is to be placed to a suitable depth and then rake smooth and free from rocks or stones.. Where the soil is sufficiently loose, the Engineer, at his discretion, may authorize the elimination of ground preparation. 3.02 APPLICATION OF FERTILIZER A. Spread the fertilizer uniformly over the area to be sodded at the rate of 500 pounds per acre, by means of a spreading device capable of uniformly distributing the material at the specified rate. Immediately after spreading, mix the fertilizer with the soil to a depth of approximately 4 -inches. B. On steep slopes, where the use of a machine for spreading or mixing is not practicable, spread the fertilizer by hand and rake in and thoroughly mix with the soil to a depth of approximately 2 -inches. Project 01-1588.00 02934-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3.03 PLACING SOD ' A. Place the sod on the prepared surface, with edges in close contact. Firmly and smoothly embed the sod by light tamping with appropriate tools. B. Where sodding is used in drainage ditches, stagger the pieces so as to avoid a continuous g gg ' seam along the line of flow. Along the edges of such staggered areas, offset the individual strips not more than 6 -inches. In order to prevent erosion caused by vertical edges at the outer limits, tamp the outer pieces of sod so as to produce a featheredge effect. C. On steep slopes, if so directed by the Engineer, prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. ' D. Do not use sod which has been cut for more than 72 hours unless specifically authorized by the Engineer after his inspection thereof Stack in an approved manner sod which is not ' planted within 24 hours after cutting and maintain it properly moistened. Remove any pieces of sod which, after placing, show an appearance of extreme dryness and replace with fresh, uninjured pieces. ' E. Do not place sod when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results. ' 3.04 WATERING A. After being placed, keep the sod in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, apply water as needed until the sod roots and starts to grow for a minimum of 60 days or until final acceptance, whichever is latest. 3.05 MAINTENANCE ' A. Mow and maintain the sodded areas in a satisfactory condition until final acceptance of the project, including repairing of any damaged .areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. END OF SECTION 1 Project 01-1588.00 02934-3 Village of Key Biscayne March 2007 Zone 1 and 7nne 4 SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide formwork for cast -in -place concrete. 1.02 RELATED WORK A. Section 03200, Concrete Reinforcement B. Section 03250, Concrete Accessories C. Section 03300, Cast -In -Place Concrete D. Section 03410, Precast Concrete Structures 1.03 QUALITY ASSURANCE A. Standards: 1. Florida Building Code. 2. ACI 347, Recommended Practice for Concrete Formwork. 3. Local codes and regulations. B. CONTRACTOR's Responsibility: For design of the formwork and for safety in its construction, use, and removal. C. Tolerances: Construct formwork to insure that finished concrete surfaces will be in accordance with the tolerances listed in ACI 347. Provide camber as necessary to compensate for anticipated deflection in formwork and concrete due to weight and pressure of fresh concrete and other construction loads. 1.04 SUBMITTALS A. Submit in accordance with Section 01340, product data and other manufacturer's literature on form ties, spreaders, corner formers, form coatings, and bond breakers. Project 01-1588.00 03100-1 Village of Key Biscayne March 2007 PART 2 - PRODUCTS 2.01 MATERIALS A. Lumber: Douglas Fir or Larch, No. 2 grade, seasoned and surfaced on four sides. B. Plywood: Plyform, Class 1, BB -Exterior type, mill oiled and edge sealed, with thickness not less than 3/4 -inch. C. Medium Density Overlay (MDO) Plywood Forms: PS -1, B -B High Density Concrete Form Overlay, Class I, un-oiled. 1. Butt form panels, make contact surface fully flush and seal butting holes with sponge form tape. Chamfer edges of beams and ceilings. 2. Where MDO plywood is used to form beams, use no piece of MDO plywood that has been patched or damaged. D. Drip Forms: Varnished ponderosa pine or equally rigid non -staining plastic, 1/2 inch wide on each leg. E. Steel Forms: Uncoated steel, 3/16 inch minimum thickness, fabricated to close tolerances, protected only by the specified release agent, braced so as not to bend, dent or dimple under wet concrete loads, vibrator impact, and tool impact. Maintain steel forms in rust -free condition by use of steel wool and light grinding, followed by coats of specified release agent. Use forms that can be adjusted into true alignment without stops or ridges. F. Glass Fiber Reinforced Plastic (FRP) Forms: Smooth coated forms, braced so as not to bend, dent or dimple under wet concrete loads, vibrator impact and tool impact, and at least 0.11 inch thick. Design forms for external bracing at piers and columns, without use of form ties. G. Plugged Cone Form Ties: Rod type, with ends or end fasteners which can be removed without spalling the concrete and which leave a hole equal in depth to the required reinforcement clearance. Form ties shall be of a design in which the hole left by the removed end or end fastener is easily filled to match the surface of the hardened concrete. Provide removable cones 1 1/4 inches in diameter by 1 1/2 inches deep. Provide preformed mortar plugs toinatch the color of the concrete, recessed 1/4 inch, adhered with an approved two-part epoxy. H. Weep Hole Forms: PVC, polyethylene, or ABS pipe, matching color of the concrete, 4 inch inside diameter, with outlet projecting 1 1/2 inches from wall and cutoff in a plane parallel to it. I. Circular and Elliptical Column Forms: Fabricate of two pieces, clamped watertight using gaskets and without horizontal joints. Install horizontal construction joints only where indicated or as directed by the ENGINEER. J. Beam Forms: Provide in one length without form joints and suitable for cambering up to 1/160 of span without distortion of profile or opening of seams. Project 01-1588.00 03100-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 K. Forms for Hammerhead Pier Caps: Provide in one length with adjustable soffits, bulkheads, and screeds as necessary to accommodate different hammerhead beam configurations. Provide no construction joints in hammerhead pier caps. Where three or fewer identical hammerhead pier caps occur within a line section, steel braced HDO plywood forms may be substituted for steel forms if: 1. Working drawings of formwork are submitted. 2. Internal form ties are regularly spaced no less than 48 inches each way, and are made watertight. 3. Form ties have removable cones, which are filled to match concrete. 4. Joints in panels are watertight. 5. The resulting surface matches the appearance of steel formed hammerhead caps, with no visible discoloration due to form leakage. L. Styroform Board: Expanded polystyrene extruded into board form, closed cell, moisture resistant, capable of maintaining indicated clear space between concrete structures. M. Control Joint Filler: Use epoxy joint filler equal to BurkEpoxy Joint Filler to fill voids left by saw cuts and to resist against spalling caused by vehicle traffic in concrete slabs. N. Inserts: Galvanized cast steel or galvanized welded steel, complete with anchors to concrete and fittings such as bolts, wedges, and straps. Provide hanger inserts spaced to match grid of suspended ceilings. O. Shoring: As designed and executed by CONTRACTOR to support all loads. P. Chamfer Strips: Polyvinyl strips designed to be nailed in the forms to provide a 3/4 -inch chamfer at exposed edges of concrete members. Q. Form Release Agent: A blend of natural and synthetic chemicals that employs a chemical reaction to provide quick, easy, and clean release of concrete from forms, and equal to Eucoslip, by the Euclid Chemical Company, or Release #1, by The Burke Company. Use a non -staining release agent that leaves the concrete with a paintable surface. PART 3 - EXECUTION 3.01 DESIGN A. CONTRACTOR's Responsibility: The design, engineering, and construction of the formwork. B. Design watertight formwork in accordance with ACI 347 Chapter 1, to withstand the pressure resulting from the placement and vibration of the concrete, and which is sufficiently hard and rigid to resist indentation and scratching while maintaining tolerances, and with maximum deflection between form supports of 1/240 span length. Project 01-1588.00 03100-3 Village of Key Biscayne Marrh 9(187 7., __ , - , 3.02 INSTALLATION/ERECTION A. Construction Of Formwork: Construct forms sufficiently strong to withstand the pressure resulting from the placement and vibration of concrete, sufficiently rigid to maintain specified tolerances, and sufficiently tight to prevent loss of mortar. Brace forms against lateral, upward, or downward movement. B. Form Facing Materials: Use form -facing materials that produce a hard uniform texture on the concrete Do not use facing materials with raised grain, torn surfaces, worn edges, patches, dents, or other defects. Use facing materials with maximum deflection, as reflected in concrete surfaces not in excess of 1/240 of the span between structural members. Prevent formation of ridges, fins, offsets, or similar surface defects of finished concrete. C. Preparation Of Form Surfaces: After each use and prior to placing reinforcing, clean forms of mortar, grout, and other foreign material and apply the form release agent. Do not allow the form release agent to stand in puddles in the forms, to come in contact with hardened concrete against which fresh concrete is to be placed, or with reinforcing steel and items to be embedded. Reuse only forms which maintain a uniform surface texture on exposed concrete surfaces. Apply light sanding between uses to obtain such uniform texture. Plug unused tie rod holes with corks, shave flush, and sandpaper on the concrete surface side. D. Adjustment: Provide positive means of adjustment of shores and struts to take up all settlement during concrete placing. E. Temporary Openings: Provide temporary openings in wall forms to limit the free fall of concrete to a maximum of 6 -feet unless an elephant trunk is used. Locate such openings to facilitate placing and consolidation, and space no more than 8 -feet apart. Provide temporary openings in the bottom of wall and column forms and elsewhere as necessary to facilitate cleaning and observation immediately prior to placing. F. Construction Joints: At construction joints, overlap the contact surfaces of the form sheathing over the hardened concrete by not more than 1 -inch. Hold forms against the hardened concrete to prevent offsets or loss of mortar. G. Chamfers: Provide chamfers where indicated on the Drawings. H. Do not embed any form -tying device or part thereof other than metal in concrete. I. Form all surfaces of concrete members except where placing concrete against ground. Dimensions of concrete members shown on Drawings apply to formed surfaces, except where otherwise indicated. Add at least 2 inches of concrete where concrete is placed against trimmed undisturbed ground in lieu of forms. Limit placement of concrete against ground to footings and then only where ground can be trimmed to required lines and will stand securely without caving or sloughing. J. Runways: Provide smooth and rigid runways (if needed) for moving equipment and concrete. Support runways directly on formwork or on grade and in no case on reinforcing steel or bar supports. K. Form Removal: Project 01-1588.00 03100-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1. Remove formwork for columns, walls, sides of beams and other parts not supporting the weight of the concrete only after the concrete has hardened sufficiently to resist damage from removal operations. Remove forms and shoring supporting the weight of concrete in beams, slabs and other members only after the concrete has attained its specified 28 day compressive strength. After last concrete is placed, do not remove forms, shoring, and wall bracing before the following minimum periods: a. Sides of footings and encasements: 24 hours. b. Walls not supporting load: 48 hours. c. Vertical sides of beams, girders, and similar members: 48 hours. d. Slabs, beams and girders: 10 days (forms only). e. Shoring for slabs, beams and girders: When concrete reaches specified 28 -day strength. f. Wall bracing: When top or roof slab concrete reaches 2500 psi. 2. Do not remove forms from concrete placed when outside air temperature is below 50° F without first determining if concrete has properly set without regard to time. Do not apply heavy loading on green concrete. L. Embedded Items: Set anchor bolts and other embedded items accurately and hold securely in position in the forms until the concrete is placed and set. Check all special castings, channels, or other metal parts that are to be embedded in the concrete prior to and again after concreting. Check all nailing, blocks, plugs, and strips necessary for the attachment of trim, finish, and similar work prior to concreting. Coordinate with other trades for items to be embedded in the concrete and not shown on Structural Drawings. M. Pipes and Wall Spools Cast in Concrete: 1. Install wall spools, wall flanges, and wall anchors before placing concrete. Do not weld, tie, or otherwise connect the wall spools to the reinforcing steel. 2. Support pipe and fabricated fittings to be encased in concrete on concrete piers or pedestals. Carry concrete supports to firm foundations so that no settlement will be possible during construction. N. Form Tolerances: 1. Tolerances or allowable variations from dimensions or positions of structural concrete work: a. Sleeves and Inserts +1/4" to -1/4" b. Projected ends of anchors +1/4" to -0.0" c. Anchor bolt setting +1/4" to -1/4" d. Finished concrete, all locations +1/4" to -1/4" in 10 feet of length Project 01-1588.00 March 2007 03100-5 Village of Key Biscayne 7nnP 1 .r,.l 7nr.a d 2. Planes or axes from which above tolerances are measured: Sleeves and Inserts Projected ends of anchors Anchor bolt setting Finish concrete Centerline of sleeve or insert Plane perpendicular to end of anchor Centerline of anchor bolt Concrete surface 3. Comply with equipment manufacturer's tolerances if more severe than above. END OF SECTION Project 01-1588.00 03100-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide steel reinforcement for cast -in -place and precast concrete structures. 1.02 RELATED WORK A. Section 03100, Concrete Formwork B. Section 03250, Concrete Accessories C. Section 03300, Cast -In -Place Concrete D. Section 03410, Precast Concrete Structures 1.03 QUALITY ASSURANCE A. Standards: 1. Florida Building Code. 2. ACI 315, Details and Detailing of Concrete Reinforcement. 3. ACI 318, Building Code Requirements for Reinforced Concrete. 4. CRSI Manual of Standard Practice, MSP-1. 5. Local codes and regulations. 1.04 SUBMITTALS A. Submit in accordance with Section 01340, the following: 1. Mill test certificates identifying chemical and physical analyses for each load of reinforcing steel delivered. 2. Bending lists and placing drawings for reinforcement. Indicate openings (mechanical, electrical, equipment), including additional reinforcing at openings and intersecting wall, beam and footing arrangements. Coordinate placing drawings with concrete placing schedule. Submit complete bending lists and placing drawings together for each element of structure (grade slabs, footings, walls, deck, floor or roof slabs), including all dowels and other bars. Project 01-1588.00 03200-1 Village of Key Biscayne March 2007 Zone 1 and 7nne 4 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Ship reinforcement with bars of same size and shape fastened in bundles with metal identification tags giving size and mark securely wired on. Label identification tags with same designation as shown on bar lists and shop drawings. B. Store bars off ground. Protect from moisture and keep free from dirt, oil, and injurious contaminants. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: ASTM A615, Grade 60, deformed bars of a USA manufacture. B. Welded Wire Fabric: ASTM A185, gauges, spacing and dimensions as indicated. C. Metal Bar Supports: CRSI MSP-1, Chapter 3, Class 2, Type B, Stainless Steel Protected Bar Supports, or as otherwise approved by the ENGINEER. Use concrete supports for reinforcement in concrete placed on grade. D. Tie Wire: 16 gauge minimum, black, soft annealed. E. Coupler Splice Devices: Cadweld tension couplers, capable of developing the ultimate strength of the bar as manufactured by Erico Products, Incorporated, Solon, Ohio, or equal. 2.02 FABRICATION A. Do not commence fabrication until receipt of the shop drawings approval. Fabricate reinforcing steel in accordance with all requirements of the specified standards and within CRSI tolerances, and unless otherwise indicated, with the following: 1. Provide standard hooks. 2. Extend bottom bars a minimum of 6 -inches into supporting members. 3. Provide cover indicated to the outermost stirrup, tie, or bar. 4. Provide splices only where indicated on the Drawings. PART 3 - EXECUTION 3.01 INSTALLATION A. Before placing, clean reinforcement of loose mill scale and rust, dirt and other coatings and contaminants that reduce,or destroy bond. Project 01-1588.00 03200-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Supporting Reinforcement: Provide bar supports as required by CRSI MSP-l. Support top and bottom bars in slabs formed on earth on precast concrete block supports except where such bars are properly supported from formwork. Precast concrete block supports are not required in slabs formed on tremie concrete but may be used at the CONTRACTOR's option. C. Placing Reinforcement: Place reinforcing bars and welded wire fabric as indicated on the Drawings and as recommended by CRSI MSP-1 and ACI 315. Securely tie and support reinforcement to prevent displacement during concrete placement. D. Welded Wire Fabric: Splice welded wire fabric such that the overlap between outermost cross wires of each fabric sheet is not less than the spacing of the cross wires, plus 2 -inches. Do not extend fabric through expansion joints or construction joints in slabs on grade except as otherwise indicated. E. Where splices are indicated on the Drawings, splice bars in slabs, beams, and girders according to ACI 315. Unless otherwise shown on Drawings, lap splices in reinforcement not less than 30 bar diameters. Splice horizontal bars in circular structures 40 bar diameters. Provide splices and laps in columns, piers, and struts in a manner sufficient to transfer full stress bond. When splicing bars of different diameters, length of lap is based on larger bar. Stagger splices in adjacent bars. F. Coupler Splice: Unless indicated on the Drawings, provide full positive tension connections. Install such devices in accordance with the recommendations of the manufacturer. G. Dowels: Wire dowels in position prior to placing concrete. H. Field Bending: Do not use heat to bend bars. Do not bend bars after being embedded in concrete. I. Welding: Welding of reinforcing will not be permitted. J. Place reinforcement a minimum of 2 -inches clear of any metal pipe or fitting. K. Unless otherwise shown, install reinforcement with the following clearances for concrete coverage. 1. Beams and Girders 2" outside of stirrups or ties 2. Solid Slabs and Joists 1" cover when there is no exposure to moisture 2" cover when placed against working slab at grade 3" cover when placed against earth 3. Columns 2" outside of ties 4. Walls 1-1/2" on interior face, 2" on exterior face, 2" at water 5. Grade Beams and Footings 3" outside of steel, side and bottom, 2" top 6. Formed Structures in 2" outside of steel contact with soil or exposed to weather, water, sludge or sewage Project 01-1588.00 03200-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 END OF SECTION Project 01-1588.00 03200-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 03250 CONCRETE ACCESSORIES PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide accessories for cast -in -place concrete. 1.02 RELATED WORK A. Section 03100, Concrete Formwork B. Section 03200, Concrete Reinforcement C. Section 03300, Cast -in -Place Concrete 1.03 SUBMITTALS A. Submit product data and samples in accordance with Section 01340. B. Submit product data on the following items. 1. Water Stops 2. Tongue and Groove Joint Forms 3. Preformed Expansion Joint Fillers C. Submit samples on the following items: 1. Water Stops 2. Precast Concrete Block Supports for Reinforcing Bars PART 2 - PRODUCTS 2.01 MATERIALS A. Precast Concrete Block Supports For Reinforcing Bars: Comply with ACI 315. Provide blocks with No. 4 dowels bent 90° to support top bars. B. Membrane: 6 -mil polyethylene film. C. Water Stops: Polyvinyl chloride meeting all requirements of U.S. Army Corps of Engineer's Specification CRD-C-572 and equal to Burke Water Stops as manufactured by The Burke Company. Project 01-1588.00 03250-1 Village of Key Biscayne March 2007 Zone I and lone 4 Provide flat dumbbell type and center bulb type, 9 inches x 3/8 -inch at wall thickness of 12 -inches or greater, and 6 -inches x 3/8 -inch at wall thickness less than 12 -inches. Provide 6 -inch split -ribbed with center bulb type at connections of new concrete structures with existing concrete. Provide water stops as indicated on the Drawings. D. Preformed Expansion Joint Filler: 1. Bituminous type conforming to the requirements of ASTM D 994. 2. Non -extruding type, self -expanding cork, 3/4 -inch thick or as otherwise shown on the Drawings, conforming to the requirements of ASTM D1752, Type III, and compatible with the specified joint sealant compound. E. Joint Sealant: A multipart, gray, polyurethane sealant meeting U.S. Federal Specification TT -S -00227E (3) Type 1, Class A self -leveling for horizontal joints, and Type II, Class A, non -sag for vertical joints, and recommended by the manufacturer for continuous immersion in water. Provide sealants as manufactured by Products Research and Chemical Corporation, Mameco International, The Burke Company, W.R. Meadows, or equal. F. Tongue And Groove Joint Forms: 24 gauge steel forms complete with steel stakes and splice plates, designed for joints not to receive a poured seal, and equal to Burke Keyed Kold Joint as manufactured by The Burke Company. G. Inserts: Galvanized steel to fit the proposed hanger or support. PART 3 - EXECUTION 3.01 INSTALLATION A. Precast Concrete Block Supports for Reinforcing Bars: Provide in sufficient quantity to support reinforcing bars in slabs formed on earth at a spacing not to exceed 4 -feet on centers in both directions. Provide blocks with dowels to support top bars. Block supports are not required in slabs formed on tremie concrete, but may be used at the CONTRACTOR's option. Blocks are not required for reinforcing bars properly supported from formwork. At other locations, refer to ACI 315 and CRSI MSP-1. B. Membrane: Provide polyethylene film under all slabs formed on earth, except for liquid containment structures. Lap membrane sheets 6 -inches in the direction of spreading concrete. Do not puncture film. C. Water Stops: 1. Installation: Protect water stops from dirt, oil, and concrete spatter and rigidly secure in position by means of split bulkheads and by fastening to reinforcing bars in two directions at not more than 12 inches on centers. Install water stops in construction joints in hydraulic structures required to contain liquid or to resist the entry of groundwater. Project 01-1588.00 03250-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 2. Splices: Butt -splice water stops using a thermostatically controlled electric splicing iron as recommended by the manufacturer. D. Expansion Joints: Provide expansion joints of size and at locations as shown on the Drawings. Place expansion joint fillers every 30 feet in straight runs of walkways, at right angle turns and wherever concrete butts into vertical surfaces, unless otherwise shown on the Drawings. E. Joint Sealants: Provide joint sealants where indicated on the Drawings. Prepare surfaces, prime, prepare materials, all in complete compliance with the manufacturer's instructions. END OF SECTION Project 01-1588.00 03250-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide cast -in -place concrete as indicated on the Drawings and specified herein. 1.02 RELATED WORK A. Section 03100, Concrete Form Work B. Section 03200, Concrete Reinforcement C. Section 03250, Concrete Accessories D. Section 03410, Precast Concrete Structures 1.03 QUALITY ASSURANCE A. Standards: 1. Florida Building Code. 2. ACI 301, Specifications for Structural Concrete for Buildings. 3. ACI 318, Building Code Requirements for Reinforced Concrete. 4. Local codes and regulations. B. Plant Qualification: Comply with all requirements of the Check List for Certification of Ready Mixed Concrete Production Facilities of the National Ready Mixed Concrete Association and ASTM C 94. C. Worker Qualification: Workers with at least 5 years experience in performing concrete work of high quality, including forming, color, texture and finishing and of the size and complexity of this project. D. Testing: 1. Provide testing in accordance with Section 01410. Keep the laboratory informed of testing schedule. 2. Obtain standard laboratory compressive test cylinders as required by the laboratory when concrete is discharged from the mixer at the point of placing. Test cylinders will be made and cured by the laboratory in accordance with the requirements of ASTM C 31, including a set of six cylinders for each 50 cubic yards or fraction thereof placed each day, for each type of concrete. The cylinders will be cured under laboratory conditions and will be tested in 2 Project 01-1588.00 03300-1 Village of Key Biscayne March 2007 Zone 1 and Zone 4 groups of three at 7 and 28 days of age, respectively in accordance with the requirements of ASTM C 39. 3. Air entrainment tests will be made by the laboratory when concrete is discharged from the mixer at the point of placing, for each pour or other volume of concrete for which a set of test cylinders is required in accordance with the previous paragraph. The amount of air entrained will be determined by either the pressure method or the volumetric method in accordance with ASTM C231 or ASTM C173, respectively. 4. The laboratory will make slump tests of Class A and Class B concrete as it is discharged from the mixer at the point of placing. Slump tests will be made of every batch of concrete placed, and failure to meet specified slump requirements will be sufficient cause for rejection of that batch. E. Evaluation and Acceptance of Concrete: Evaluation and acceptance of concrete will be in accordance with ACI-318, Chapter 5. 1.04 SUBMITTALS A. Submit the following information in accordance with Section 01340. 1. Plant Qualification: Submit satisfactory evidence indicating compliance with the specified qualification requirements. 2. Materials: Submit satisfactory evidence indicating that materials to be used, including cement, aggregate and admixtures meet the specified requirements. 3. Design Mix: Submit the design mix to be used as prepared by qualified persons. The design of the mix is the responsibility of the CONTRACTOR subject to the limitations of the Specifications. 4. Submit, at least 24 hours before placing concrete, signed certification providing the following: a. Exact location and portion of structure to be placed. b. Date and time concrete is to be placed. c. Type of concrete to be used (mix), and the method to be used in placing the concrete. d. Estimated quantity of concrete to be placed. e. That line and grade have been checked and grade properly compacted. f. That location, type, size, and spacing of reinforcement has been checked and conform to the Drawings. g. That any water stops, construction joints, or seals have been placed and conform to the Drawings. Project 01-1588.00 03300-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 h. That any embedded pipes have been placed, are the correct size and type, and conform to the Drawings. That any embedded conduits, grounding wires or receptacles have been placed and conform to the Drawings. j. That any embedded anchor bolts, bearing plates, dowels etc. are in place, are of the correct size and are located as indicated on the Drawings. k. That forms are properly located and adequately braced. PART 2- PRODUCTS 2.01 MATERIALS A. Cement: 1. Domestic Portland cement conforming to the requirements of ASTM C 150 Type I, Type II, or Type III. Construct sanitary sewer manholes, wet wells, pump stations, and structures exposed to sewage with Type II cement. Use Type III cement for high early strength concrete only for special locations and only with the approval of the ENGINEER. Use Type I cement for tremie concrete. 2. Use only one brand of cement in any individual structure unless otherwise approved by the ENGINEER. Do not use cement which has become damaged, partially set, lumpy or caked and discard the entire contents of the sack or container which contains such cement. Do not use salvaged or reclaimed cement. B. Aggregates: 1. ASTM C 33. Coarse aggregates shall be size No. 67, 3/4 -inch to No. 4 or No. 57, 1 -inch to No. 4, as shown on the Drawings, unless otherwise directed by the ENGINEER. Use size No. 8 for filling of cells of masonry units. 2. In addition to requirements of ASTM C 33, apply the following criteria for structures exposed to sewage: a. Soft particles: Not more than 2.0 percent b. Chert as a soft impurity (defined in Table 3 of ASTM C 33): Not more than 1.0 percent c. Total of soft particles and chert as a soft impurity: Not more than 2.0 percent d. Flat and elongated particles (long dimension more than 5 times short dimension): Not more than 15.0 percent C. Water: Potable quality, clean and free from injurious amounts of deleterious materials. Project 01-1588.00 03300-3 Village of Key Biscayne ao.-,.t, nn 7.,.,P I anti 7,.,,P A D. Air Entraining Admixture: ASTM C 260. E. Water Reducing and Retarding Admixture: 1. Concrete without Superplasticizer: a. Water Reducing Admixtures: ASTM C494 Type A, equal to Eucon WR-75 by the Euclid Company, Pozzolith 200N by Master Builders, Plastocrete 161 by Sika Chemical Corporation, and containing no calcium chloride. b. Water Reducing and Retarding Admixtures: ASTM C494 Type D, equal to Eucon Retarder -75 by the Euclid Company, Pozzolith 100 XR by Master Builders, Plastiment by Sika Chemical Corporation, and containing no calcium chloride. c. Accelerating Admixtures: ASTM C494 Type C or E, equal to Accelguard 80 by the Euclid Company, Darex Set Accelerator by W.R. Grace, and containing no calcium chloride. 2. Concrete with Superplasticizer: a. Water Reducing, High Range Admixtures: ASTM C494, Type F or G, equal to Eucon 37 by the Euclid Company, Rheobild 716 by Master Builders, Daracem 100 by W.R. Grace, Sikament by Sika Chemical Corporation, and consisting of a second -generation admixture, free of chlorides and alkalis (except for those attributable to water) composed of a synthesized sulfonated complex polymer, enabling the concrete to maintain its rheoplastic state in excess of two hours if necessary. b. Manufacturer's Job Site Representation: Provide the services of a competent field service representative from the manufacturer of each of the admixtures selected for use to provide at the job site advice and consultation on the use of the admixture materials, including the effect on the concrete in place, including recommending maximum discharge time for superplasticizer method and procedure to induce superplasticizer into mixer, quantities of admixtures to be used if variations are required because of temperature/humidity, wind, or other environmental considerations, and to be available on short call at any time requested by the OWNER, CONTRACTOR, or concrete producer. F. Curing Compound: ASTM C 309, Type 1 and Type 1D, Class A and Class B, containing no ingredient which would adversely affect the bond of coatings or toppings. 1. For exposed concrete not to receive special finishes, protective coatings, and/or concrete toppings, provide curing and sealing compound equal to Super Rez- Seal, by Euclid Chemical Co., or Burke Spartan -Cote Cure -Seal Hardener by The Burke Company. 2. For exposed concrete to receive special finishes, protective coatings, and/or concrete toppings, provide curing compound equal to Kurez-DR, by Euclid Chemical Co., or Burke Rez-X Curing Compound by The Burke Company. Project 01-1588.00 03300-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 G. Mortar for Repair of Concrete: Same materials as used for concrete, except omit coarse aggregate and use not more than one part cement to two and one-half parts sand by damp loose volume. Use no more mixing water than is necessary for handling and placing. H. Burlap Mats: Conform to AASHTO Specification M182. I. Epoxy Bonding Agent: Euco #452, BurkEpoxy MV, Sikadur Hi Mod, Concresive 1001 -LPL, or equal. J. Powdered Epoxy Coating For Anchor Bolts: Powdered epoxy resin as manufactured by the 3M Company, Scotchkote No. 213, Armstrong No. R349, or equal. 2.02 MIXES A. General Requirements: 1. Mix Design: Conform to ACI 318, Section 5.3. Submit data on consecutive tests and standard deviation. 2. Maximum Water -Cement Ratio: .37 (lbs/lb) .45 (lbs/lb) .55 (lbs/lb) .65 (lbs/lb) Concrete with superplasticizer Class A concrete without superplasticizer Class B concrete without superplasticizer Class C concrete without superplasticizer 3. Air Content: 5 percent plus or minus 1.5 percent (Class A and B). 4. Slump: 4 -inches plus or minus 1 -inch for Class A and B without superplasticizer. 7 -inches plus or minus 1 -inch for Class A and B with super -plasticizer. 8 -inches plus or minus 1 -inch for tremie concrete. 5. Minimum Compressive Strength at 28 Days: Tremie, 4000 psi Class A, 4000 psi, structural and precast, water retaining structures Class B, 3000 psi, slabs on grade, pipe supports, concrete fill, curbs, and sidewalks Class C, 2500 -psi thrust blocks and pipe encasement B. Production of Concrete: 1. General: Use ready mixed concrete, batched, mixed and transported in accordance with ASTM C 94, unless otherwise indicated. 2. Air Entraining Admixture: Add admixture into the mixture as a solution measured by means of an approved mechanical dispensing device, and as a part of the total mixing water. 3. Water Reducing and Retarding Admixture: Measure and add water reducing and retarding admixture as recommended by the manufacturer. Complete the addition of the admixture Project 01-1588.00 Marrh 7(107 03300-5 Village of Key Biscayne 7nnP 1 anri 7nn. d within one minute after addition of water to the cement has been completed, or prior to the beginning of the last three-quarters of the required mixing, whichever occurs first. Store, handle, and batch admixtures in accordance with the recommendations of ACI 68. C. Delivery Tickets: Conform to ASTM C94, including cement content and water/cement ratio. Furnish ticket for each batch of ready -mixed concrete delivered to the site. D. Temperatures: Deliver concrete to site at temperature not higher than 90°F, otherwise, add ice to reduce the temperature, as recommended by ACI. E. Modifications To The Mix: Do not make modifications to the mix in the plant or on the job that will decrease the cement content or increase the water -cement ratio beyond that specified. PART 3 - EXECUTION 3.01 PREPARATION A. Preparations Before Placing: Place no concrete until the approval of the ENGINEER has been received. Ensure that forms are thoroughly clean and reinforcing and all other items required to be set in concrete have been placed and thoroughly secured. Notify ENGINEER 24 hours before concrete is placed. B. Conveying: 1. General: Transport concrete from the truck to the place of final deposit as rapidly as practicable by methods that will prevent segregation or loss of ingredients to maintain the quality of the concrete. Place no concrete more than 90 minutes after mixing has begun for that batch. 2. Buckets and Hoppers: Provide buckets and hoppers having discharge gates with a clear opening equal to no less than one-third of the maximum interior horizontal area or five times the maximum aggregate size being used, and having side slopes no less than 60 degrees. Provide controls on gates to permit opening and closing during the discharge cycle. 3. Runways: Provide runways as specified .m Section 03100. Use extreme care to avoid displacement of reinforcement during the placing of concrete. 4. Elephant Trunks: Use hoppers and elephant trunks to prevent the free fall of concrete for more than 6 -feet. 5. Chutes: Provide metal or metal lined chutes having a slope not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Use chutes more than 20 -feet long and chutes not meeting the slope requirements only if they discharge into a hopper before distribution. 6. Pumping Equipment: If required, provide pumping equipment and procedures conforming to ACI 304.2R, Placing Concrete by Pumping Methods. Measure slump at the point of discharge. Do not allow loss of slump in pumping to exceed 1 112 -inches. Project 01-1588.00 03300-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 7. Conveying Equipment Construction: Do not use aluminum or aluminum alloy pipe for tremies or pump lines and chutes, except for short lengths at the truck mixer. 8. Cleaning: Clean conveying equipment at the end of each concrete operation. 3.02 APPLICATION A. Placing: 1. General: Deposit concrete continuously, or in layers of such thickness (not exceeding 2 -feet in depth) that no concrete will be deposited on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness. Repair any such seams or planes of weakness with injected epoxy grout and patch to match adjacent surfaces. 2. Supported Elements: Allow at least two hours to elapse after depositing concrete in columns or walls before depositing in beams, girders, or slabs supported thereon. 3. Segregation: Deposit concrete as nearly as practicable in its fmal position to avoid segregation due to re -handling or flowing. Do not subject• the concrete to procedures that cause segregation. 4. Concrete under Water: Place all concrete in the dry except for Tremie concrete. 5. Concrete Fill at Tank Bottom Slab: Where shown on the Drawings, place concrete fill for the tank bottoms within the tolerances described herein and in accordance with the equipment manufacturer's recommendations for the clearance required by the mechanical equipment. Do not operate the mechanical equipment of the tanks as a primary screed for moving the concrete fill, except in the final screeding operation, provided any damage to the equipment is repaired at no additional cost to the OWNER. B. Seals and Tremie Concrete: 1. General: a. Wherever practicable, dewater all foundation excavations and deposit the concrete in , the dry. Where conditions are encountered which render it impracticable to dewater the foundation before placing concrete, place a concrete foundation seal as shown on the Drawings. Then dewater the foundation and place the balance of the concrete in the dry. b. Place seal concrete in a manner to ensure satisfactory performance of the seal in providing a watertight excavation for subsequent placing of structural concrete. Repair or replace any seal concrete that subsequently fails to perform properly, as necessary to perform its required function, at no cost to the OWNER. 2. Method of Placin: Deposit concrete under water by means of a tremie, a closed -bottom dump bucket of not less than one cubic yard capacity, or other approved method, in one continuous pour. Do not place concrete in running water. Provide watertight formwork and Project 01-1588.00 nR.,..,.a'nn'7 03300-7 Village of Key Biscayne 7nnP 1 and 7nne 4 excavation sheeting designed by a Professional Engineer, registered in the State of Florida, for all formwork required to retain concrete under water. 3. Use of Tremie: For depositing concrete under water, use a tremie consisting of a tube having a minimum inside diameter of ten inches, and constructed in sections having tight joints. Do not use aluminum parts in contact with the concrete. Ensure that the discharge end is entirely seated at all times and that the tremie tube is kept full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie (but not out of the concrete at the bottom) until the batch discharges to the bottom of the hopper; then stop the flow by lowering the tremie. Support the tremie in such a manner as to permit the free movement of the discharge end over the entire top surface of the work, and to permit it being lowered rapidly when necessary to choke off or retard the flow. Do not interrupt concrete flow until the work is completed. Use special care to maintain still water at the point of deposit. 4. Use of Bottom -dump Bucket: When the concrete is placed by means of a bottom -dump bucket, lower the bucket gradually and carefully until it rests upon the concrete already placed. Then raise the bucket very slowly during the discharge travel; the intent being to maintain, as nearly as possible, still water at the point of discharge and to avoid agitating the mixture. Aluminum buckets will not be permitted. 5. Time of Beginning Pumping: Do not start pumping to dewater a sealed cofferdam until the seal has set sufficiently to withstand the hydrostatic pressure, and in no case earlier than 72 hours after placement of the concrete. C. Consolidating Concrete: 1. General: Consolidate concrete by means of internal vibrators operated by competent workers. 2. Vibrators: Use vibrators having a minimum head diameter of at least 2 -inches, a minimum centrifugal force of 700 -pounds and a minimum frequency of 8,000 vibrations per second. 3. Vibrators for Confined Areas: In confined areas, use additional vibrators having a minimum head diameter of 1 1/2 -inches, a minimum centrifugal force of 300 -pounds and a minimum frequency of 9,000 vibrations per second. 4. Spare Vibrator: Keep one spare vibrator for_ each three in use on the site during all concrete placing operations. 5. Use of Vibrators: Insert and withdraw vibrators at points approximately 18 -inches apart. At each insertion, operate vibrator for 5 to 15 seconds. Do not transport concrete in the forms by means of vibrators. D. Protection: Do not allow rainwater to increase the mixing water or to damage the surface finish. Protect concrete from construction overloads and do not apply design loads until the specified strength has been attained. E. Construction Joints: Except as otherwise indicated on the Drawings, provide horizontal construction joints at top of foundation members and slabs on grade and at the soffit of supported slabs and beams. Locate other horizontal and vertical construction joints as indicated on the Drawings. Except in the Project 01-1588.00 03300-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 locations shown, provide no other j oints, unless otherwise recommended by the CONTRACTOR and approved by the ENGINEER. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F. Bonding: Before depositing new concrete on or against concrete that has set, thoroughly clean the surfaces of the set concrete to expose the coarse aggregate and to ensure they are free of laitance, coatings, foreign matter, and loose particles. Retighten forms. Dampen, but do not saturate hardened concrete of joints and then thoroughly cover with a coat of cement grout of similar proportions to the mortar in the concrete. Place the grout as thick as possible on vertical surfaces and at least 1/2 -inch thick on horizontal surfaces. Place the fresh concrete before the grout has attained its initial set. G. Embedded Items: In addition to steel reinforcement, securely place pipes, inserts and other metal objects as shown, specified or ordered to be built into, set in, or attached to the concrete. Take all necessary precautions to prevent these objects from being displaced, broken, or deformed. Before concrete is placed, take care to determine that all embedded parts are firmly and securely fastened in place as indicated. Thoroughly clean surfaces free from paint and other coating, rust, scale, oil, and any foreign matter. Pressure test embedded pipes for leakage, as specified elsewhere, before concrete is placed. Wrap metal rainwater leaders, firelines and other such piping with at least two thicknesses of 30 lb. roofing felt before placing concrete. Do not embed wood in concrete. Pack concrete tightly around pipes and other metalwork to prevent leakage and to secure perfect adhesion. Adequately protect drains from intrusion of concrete. H. Bonding To Existing Surfaces: Clean existing concrete surfaces that are to have new concrete bonded thereto of all grease, oil, dust, dirt and loose particles and coat with an epoxy -bonding agent just prior to placing of the new concrete. Apply the bonding agent as recommended by the manufacturer and allow the agent to become tacky before the new concrete is placed. Do not allow the bonding agent to overlap or be spilled on the surfaces to be exposed after the work is completed. 3.03 FORM REMOVAL A. Maintain formwork in place for the following structural conditions until the concrete has attained the minimum percentage of indicated design compressive strength or for the period specified in the following table. Note: Times in the table include all days except those in which the temperature falls below 40 degrees F. Structural Member or Condition Cantilevers Over 20 feet between supports Stairways Minimum Compressive Normal Strength for Normal High -Early Form Removal Strength Strength (% Design Concrete Concrete Strength) 12 days 7 days 90 12 days 7 days 90 10 days 5 days 80 Project 01-1588.00 03300-9 Village of Key Biscayne nra.�h '7nm 7.,.,A i ..IA 7....e n Floor slabs 5 days Free standing walls, column and piers Walls, piers, columns, sides of beams, footings, slabs on grade, and vertical surfaces Front face form of curbs 5 days 24-48 hours 6-24 hours 3.04 CONCRETE FINISHINGS A. Repair of Surface Defects: 3 days 70 3 days 70 12-24 hours 70 6 hours 70 1. General: Repair surface defects, including tie holes immediately after form removal. Dampen the area to be patched and an area at least 6 -inches wide surrounding it to prevent absorption of water from the patching mortar. Notify the ENGINEER prior to commencing operations. 2. Removal of Defective Concrete: Remove all honeycombed and other defective concrete down to sound concrete. Cut edges perpendicular to the surface or slightly under cut. Sand blast surfaces to receive repair. 3. Bonding Grout: Thoroughly dampen surfaces to be patched and apply a coat of bonding grout consisting of one part cement to one part fine sand passing a No. 30 sieve and having the consistency of thick cream. 4. Placing Patching Mortar: After the bonding grout begins to lose its water sheen, apply a premixed patching mortar, thoroughly consolidating it into place, and striking it off to leave the patch slightly higher than the surrounding surface. Leave mortar undisturbed for one hour to permit initial shrinkage and then finally finish. 5. Tie Holes: After being cleaned and thoroughly dampened, fill the tie holes solid with patching mortar. B. Concrete Finishes: 1. Formed Surfaces: After removal of forms, chip off all irregular projections, grind flush with adjacent surfaces, and finish concrete surfaces in accordance with the following schedule: Finish Designation Area Applied F-1 Exterior walls below grade not exposed to water: Project 01-1588.00 03300-10 Village of Key Biscayne March 2007 Zone 1 and Zone 4 Repair- defective concrete, fill depressions deeper than 1/2 -inch, and fill tie holes. F-2 Exterior and interior walls exposed to water: Repair defective concrete, remove fins, fill depressions 1/4 -inch or deeper, and fill tie holes. F-3 Walls of structures of buildings exposed to view and underside of formed floors or slabs: In addition to Finish F-2, fill depressions and air holes with mortar. Dampen surfaces and then spread slurry consisting of one part cement and one and one-half parts sand by damp loose volume on the surface with clean burlap pads or sponge rubber floats. Remove any surplus by scraping and then rubbing with clean burlap. F-4 Tops of walls, beams, and similar unformed surfaces occurring adjacent to formed surfaces: Strike smooth after concrete is placed and float to a texture reasonably consistent with that of formed surfaces. 2. Slab Surfaces: a. General: After concrete has been consolidated, finish all concrete slabs with a floated fmish. After floating, trowel finish all concrete slabs, except for areas to receive roofing, insulation, tile or topping, and immediately light broom finish. Where a finish is not indicated, provide a troweled finish. Finish Designation Area Applied S-1 Slabs and floors not water bearing: Smooth steel trowel finish. S-2 Slabs and floors that are water bearing and slab surfaces on which mechanical equipment moves: Steel trowel finish free from trowel marks and all irregularities. S-3 Slabs, floors and stair treads of structures or buildings exposed to view: Steel trowel finish without local depressions or high points and apply a light hair -broom finish. Do not use stiff bristle brooms or brushes. Leave hair -broom lines parallel to the direction of slab drainage. S-4 Slabs and floors at slopes greater than 10%: Steel trowel finish without local depressions or high points. Apply a 'stiff bristle broom fmish. Leave broom lines parallel to the direction of slope drainage. Project 01-1588.00 • l_ _i_ ,1 Aft," 03300-11 Village of Key Biscayne Inn, I arlf4 7nn,. a S-5 Exposed edges of slabs, floors, and tops of walls: Finish with a 1/4 -inch radius edge if a chamfer is not indicated. b. Floated Finish: After concrete has been placed, consolidated, struck off, and leveled, do not work the surface further until water sheen has disappeared and the surface has hardened sufficiently to permit floating. During the first floating, check the planeness of the slab with a 10 -foot straightedge applied at no less than two angles. Cut down all high spots and fill all low spots to produce a surface having the required tolerance. Then re -float the slab to a uniform sandy texture. c. Light Broomed Finish: After floating, power trowel slabs to receive a light-broomed finish to produce a smooth surface, relatively free of defects. Before the surface sets, pass a soft broom drag over the surface to produce a surface uniform in texture and appearance. d. Troweled Finish: After floating, power trowel slabs to receive a troweled finish to produce a smooth surface, relatively free of defects. Hand trowel after the surface has hardened sufficiently. When a ringing sound is produced as the trowel is moved over the surfaces, perform final troweling by hand to produce a surface which is thoroughly consolidated, free from trowel marks, uniform in texture and appearance and plane to a tolerance of 1/8 inch in 10 feet as determined by a 10 -foot straightedge placed anywhere on the slab in any direction. e. Hardener Finish: Where indicated to receive a troweled hardener finish, water cure slabs without application of curing and sealing agent. When slab is at least 28 days old and thoroughly dry, apply the hardener in accordance with the manufacturer's recommendations. Where dry -shake hardener or slip -resistant finish is required, apply the hardener or slip -resistant product prior to complete curing and finishing, in accordance with the requirements and recommendation of the product manufacturer. f. Saw Cut Joints: Cut joints that are to be saw cut not sooner than 2 hours after the concrete is poured and not later than 8 hours after the pour. 3.05 PROTECTING A. Curing: 1. Immediately after surface defects have been repaired, apply a spray coat of curing compound to all exposed surfaces, including slabs, walls, beams and columns in accordance with the manufacturer's recommendations. Protect exposed steel keyways and other embedded items from the curing compound. Water cure, as specified in paragraph B hereunder, all concrete surfaces that are to be exposed to wastewater, surfaces that are to be coated with a coal tar epoxy system, and concrete floors requiring a bond for special finishes. 2. Do not apply curing compound during periods of rainfall. Should the film become damaged from any cause within the required curing period, immediately repair the damaged portions with additional compound. Upon removal of forms, immediately coat the newly exposed surfaces to provide a curing treatment equal to that provided for the surface. Project 01-1588.00 03300-12 Village of Key Biscayne March 2007 Zone 1 and Zone 4 3. Curing and Sealing Compound: Use clear compound conforming to Federal Specification TT -C -800A, 30% solids content minimum, having test data from an independent laboratory indicating a maximum moisture loss of 0.030 grams per sq. cm. when applied at a coverage rate of 300 sq. ft. per gallon, and equal to Super Floor Coat or Super Pliocure by The Euclid Chemical Company or Masterseal 66 by Master Builders. Furnish manufacturer's certification as required. 4. Apply specified clear curing and sealing compound to all horizontal areas so noted on the Drawings or in the Specifications. Apply immediately after final finishing. Apply this compound to non-structural construction joints of slabs on grade to act as a bond breaker prior to placement of adjacent concrete. B. Water Curing Method: Cure all concrete that is to be water cured by either the wet burlap method, by continuous fogging or by covering with waterproof sheet. 1. Wet Burlap Method: Cover concrete surface with a double thickness of burlap, cotton mats, or other approved material, kept thoroughly saturated with water. Keep the forms wet until removed and upon removal, start the curing specified herein immediately. Cure the concrete for a period of 7 days for normal Portland cement or 4 days for high early strength cement. Do not submerge concrete poured in the dry until it has attained sufficient strength to adequately sustain the stress involved and do not subject it to flowing water across its surface until it has cured 4 days. 2. Continuous Fogging: Perform continuous fogging by fogging with a nozzle that so atomizes the flow of water that a mist, and not a spray, is formed. Fog the concrete surface regularly without allowing any part of the surface to become dry. Take all necessary precautions to prevent erosion of the concrete surface by the water. 3. Covering With Waterproof Sheet: Keep the entire area to be cured continuously wet by fogging, as specified in the fogging paragraph above, for at least 18 hours and then immediately cover with waterproofing curing sheet conforming to ASTM C171, waterproof paper, and polyethylene film, free of holes or tears. Keep sheet fully flat, without wrinkles or air bubbles, held down tautly at all edges. Do not use this method on slabs that will be exposed to view. END OF SECTION Project 01-1588.00 March 2007 03300-13 Village of Key Biscayne Zone 1 and Zone 4 SECTION 03410 • PRECAST CONCRETE STRUCTURES 1 PART 1 - GENERAL 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.01 WORK INCLUDED A. Design, cast, deliver and erect precast concrete manholes, valve vaults, pump stations, wet wells and other precast structures as indicated on the Drawings. 1.02 RELATED WORK A. Section 02203, Structure Excavation, Backfill, and Compaction B. Section 03100, Concrete Formwork C. Section 03200, Concrete Reinforcement D. Section 03250, Concrete Accessories E. Section 03300, Cast -in -Place Concrete F. Section 11305, Sewage Pumping Station 1.03 QUALITY ASSURANCE A. Plant Inspection: Notify the ENGINEER 5 days before the units are cast and 5 days before shipment is made in order to provide for plant inspection, if the ENGINEER so directs. B. Standards: Unless otherwise indicated, provide materials, workmanship, and practices conforming to the current editions of the following standards: 1. Florida Building Code. 2. ACI 318, Building Code Requirements for Reinforced Concrete. 3. PCI MNL 116, Manual for Quality Control for Plants and Production of Precast Concrete Products. 1.04 SUBMITTALS A. Submit the following information to the ENGINEER for approval in accordance with Section 01340. Do not begin fabrication until submission has been approved. 1. Quality Control: Submit satisfactory evidence that plant and production methods meet the requirements of PCI MNL 116. Project 01-1588.00 03410-1 Village of Key Biscayne lvfareh 2007 Zone 1 and Zone 4 2. Design: Submit complete calculations bearing the signature and seal of a professional engineer registered in the State of Florida. 3. Shop Drawings: Submit complete fabrication and erection drawings bearing the signature and seal of a professional engineer registered in the State of Florida prior to manufacture of the units. B. Manufacturer's data sheets shall be submitted on the following: 1. Joint mastic and gaskets. 2. Grout material. 3. Pump Station access frames and covers. 1.05 DELIVERY, STORAGE, AND HANDLING A. Use only qualified personnel, using proper equipment for transportation, handling, and storage of the units. Lift and support units only at points indicated on the shop drawings. PART 2- PRODUCTS 2.01 MATERIALS AND FABRICATION A. Manufacture precast manholes, valve vaults, pump stations, and wet wells in accordance with the requirements of ASTM Designation C 478, Precast Reinforced Concrete Manhole Sections, with reinforcement of Grade 60 bars. Manufacture other precast units in accordance with the applicable provisions of Section 03300. 1. Use ASTM C 150 Type II cement for structures exposed to wastewater and saltwater, Type I for other structures. 2. Provide compression type joints, using neoprene gasket joint of a design approved by the ENGINEER. Use Ram-Nek preformed plastic joint filler or equal in filling the remainder of the joint. 3. Lifting holes through the structures are not permitted. 4. At manholes or pumping stations, provide the reinforced concrete bottom and top slabs shall be as indicated on the Drawings. Cast the bottom slab monolithically with the lower wall section and extend the longitudinal reinforcement into the slab. Provide wall reinforcement as indicated on the Drawings or as otherwise approved by the ENGINEER. The ENGINEER may, at his option, inspect the placing and setting of reinforcement at the casting yard prior to pouring of the concrete. 5. Provide a minimum wall thickness of 8 inches for pump stations and wet wells up to 7 feet internal diameter and a minimum of 10 inches for 8 to 10 feet diameter. Project 01-1588.00 03410-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Grout: For sealing around pipe openings, use grout of a type designed for use in water and acceptable to the ENGINEER. PART 3 - EXECUTION 3.01 INSTALLATION A. Set the precast base of precast structures level with the walls plumb on the graded crushed rock bedding or lean concrete mat as specified in Section 02220. B. Install piping, equipment, access frames, and pump guide bars, etc., in accordance with instructions and approved shop drawings furnished by the manufacturer and as indicated on the Drawings. C. Seal watertight all openings for pipes and joints between concrete sections. END OF SECTION Project 01-1588.00 03410-3 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 03600 GROUT PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide all labor, materials, tools, and equipment and perform all grouting as specified hereinafter and indicated on the Drawings. 1.02 RELATED WORK A. Section 03300, Cast -In -Place Concrete B. Section 03410, Precast Concrete Structures 1.03 SUBMITTALS A. Submit manufacturer's literature for review on the following items: 1. Non -shrink grout data including grout properties, mixing, surface preparation and installation instructions. 1.04 DELIVERY AND STORAGE A. Deliver and store grouting materials in unbroken containers with seals and labels intact as packaged by the manufacturer. PART 2- PRODUCTS 2.01 MATERIALS A. Non -shrink, Nonmetallic Grout: The Burke Company's Non -Ferrous, Non -Shrink Grout, Sauereisen F-100 Level Fill, Master Builders Masterflow 713, Euclid NS Grout, or equal pre -mixed type. B. Non -shrink Metallic Grout: The Burke Company's Metallic Spec Grout, Master Builders Embeco 636 Grout pre -mixed type, or equal. C. Epoxy Grout: Sikadur 42 Grout -Pak, or equal, for grouting sleeves for anchor bolts, etc. Project 01-1588.00 03600-1 Village of Key Biscayne ne 1 and Zone 4 PART 3 - EXECUTION 3.01 PREPARATION A. Clean all bonding surfaces of dust and oil. 3.02 INSTALLATION A. Non -shrink Grout: 1. Use non -shrink, nonmetallic grout for grouting precast concrete wall panel connections, column base plates, anchor bolts, reinforcing bars, pipe sleeves, machinery supports and pump base plates. Use epoxy grout for anchor bolts, etc., where indicated on the Drawings. 2. Mix and place non -shrink grout as recommended by the manufacturer. 3. Mix grout as close to the work area as possible and transport quickly to its final position in a manner that will not permit segregation of materials. 4. Cure non -shrink grout with water -saturated burlap for at least three days or with an application of Super Rez Seal cure and seal compound 'applied immediately after grout placement. 5. Do not operate machinery set on grout pads until the grout has cured for at least 24 hours. END OF SECTION Project 01-1588.00 03600-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 09900 PAINTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all materials, labor, equipment, and incidentals required to provide a coating system for the surfaces indicated and as specified herein. B. The work includes painting and finishing of interior and exterior exposed items and surfaces such as ceilings, walls, floors, miscellaneous metal, doors and frames, equipment and all other work obviously required to be painted unless otherwise specified herein or on the Drawings. Omission of minor items in the schedule of work does not mean that such items, where they come within the general intent of the Specifications as stated herein, may be excluded. C. "Paint" as used herein means all coating systems, materials, including primers, emulsions, enamels, sealers and fillers, and other applied materials whether used as prime, intermediate or finish coats. D. Do not paint or paint over the following items: 1. Any code -required labels, such as Underwriters' Laboratories and Factory Mutual, or any equipment identification, performance rating, name or nomenclature plates. 2. Any moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, motor and fan shafts, unless otherwise indicated. 3. Aluminum handrails, windows, louvers and grating unless otherwise indicated. 4. Products with polished chrome, aluminum, nickel, or stainless steel fmish. 5. Insulation, packing glands, lubricated bearing surfaces and flexible couplings. 6. Plastic switch plates and receptacle plates. 7. Signs and nameplates. 8. Finish hardware. 1.02 QUALITY ASSURANCE A. Provide the best quality grade of the various types of coatings as regularly manufactured by approved paint materials manufacturers. Materials not displaying the manufacturer's identification as a standard, best -grade product will not be acceptable. Project 01-1588.00 09900-1 Village of Key Biscayne ,„,-.......t. ^Mill Zone 1 and Zone 4 B. Provide paint prime coats that are compatible with and produced by the same manufacturer as the finish coats. Use only thinners approved by the paint manufacturer, and use only within recommended limits. C. Use only experienced specialized painters familiar with all aspects of surface preparations and applications required for this project. 1.03 SUBMITTALS A.. Submit manufacturer's data and samples as indicated below in time to provide adequate review by the Engineer. B. Samples of Paint and Painting: 1. Submit full color chip line for each type of paint specified for color selection by the Engineer. Compliance with all other requirements is the exclusive responsibility of the Contractor. 2. Submit samples of each finish and color for review before any work is started. 3. Prepare and submit samples of special finishes, when required by the Engineer, so that an area of each sample indicates the appearance of the various coats. For example, where three coat work is specified, divide the sample into three areas - one showing the application of one coat only, one showing application of two coats and one showing all three coats. Finish work not matching or meeting the standard of such samples, when approved, will be rejected. 4. Resubmit rejected samples until approved. 1.04 DELIVERY, HANDLING, AND STORAGE A. Deliver all materials to the job site in original, unopened packages and containers bearing manufacturer's name and label. Deliver only containers carrying manufacturer's label bearing the following information: 1. Name or title of material 2. Fed. Spec. number if applicable 3. Manufacturer's stock number and color 4. Manufacturer's name 5. Generic type 6. Contents by volume, for major pigment and vehicle constituents 7. Application instructions B. Provide containers that are -clearly marked to indicate any hazards connected with the use of the paint and steps that should be taken to prevent injury to those handling the product. Project 01-1588.00 09900-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Handle and store all containers in such a manner as to prevent damage or loss of labels or containers. D. Store and mix all painting only in the designated areas. Comply with the requirements of pertinent codes and fire regulations. Provide proper containers outside of the building for painting wastes. Do not use plumbing fixtures for this purpose. E. Remove used rags from the buildings every night and take every precaution against spontaneous combustion. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide paint manufactured by one of the following: Sherwin-Williams (S -W), Pratt & Lambert, PPG Industries, Inc., Benjamin Moore, Bruning, Glidden, Devoe, M.A. Bruder & Sons, Carboline, Tnemec, Olympic or Rustoleum. Submit to the Engineer requests for approval of other paint manufacturers and materials other than those specified. B. The following coating systems list products by name to establish a standard of quality but other products of the same generic types may be submitted to the Engineer for approval. When other than the specified coating system is proposed, submit on a typewritten list giving the proposed coatings, brand name, trade name, generic type, and catalog number of the proposed system for approval. C. Use only paint produced by the same manufacturer in successive field coats. In the first field coat over shop painted or previously painted surfaces use paint that is compatible with and will cause no wrinkling, lifting, or other damage to the underlying paint. D. Ensure that emulsion and alkyd paints contain a mildewcide and that both the paint and mildewcide conform to OSHA and Federal requirements, including Federal Specification TT -P-19. E. Do not use paint containing lead. Use only pure boiled linseed oil. F. Use only clean painters' rags, completely sterilized. G. Paint colors, if not specified in the Finish Schedule or elsewhere on the Drawings or Specifications, will be selected by the Engineer from the manufacturer's standard color chart and factory mixed. 2.02 COATING SYSTEMS A. Class 1 Exposures - Masonry and Concrete (Exterior): 1. Class 1 Surfaces: Exposed exterior masonry, stucco, and concrete surfaces of new buildings not included in other coating systems. 2. Class 1 Coating Sjstem: Project 01-1588.00 • S _L nnnrl 09900-3 Village of Key Biscayne 7nnv 1 and 7nne 4 a. Surface Preparation: Fill cracks, voids and other surface imperfections. Remove mortar droppings. b. Prime Coat: Concrete or Stucco: Acrylic Primer S -W Loxon Exterior Masonry Acrylic Primer, A24W300, 3.0 mils dry Concrete Block: Block Filler: S -W Pro -Mar Interior/Exterior Block filler, B25W25, 100 sf/gal. Masonry Porous Surfaces: Sealer: S -W Masonry Conditioner, A5V2, 200-800 sf/gal. c. First Coat: Latex: S -W A-100 Latex House & Tri, A6 Series Flat, 1.4 mils dry d. Second Coat: Same as First Coat B. Class 2 Exposures - Metal (Exterior) 1. Class 2 Surfaces: Exterior metal surfaces that are exposed to the weather including the following: a. Miscellaneous steel shapes, angles, etc. b. Metal doors and door frames, including aluminum doors c. Roof mounted equipment, hatches, and ducts d. Exposed surfaces of electric panels, conduit, ventilation fans, A/C units, and duct work, etc. 2. Class 2 Coating System: a. Surface Preparation: Wire brush, sandblast, or pickle to remove mill scale and rust. Completely degrease all metal surfaces by solvent cleaning in compliance with SSPC-SP1. b. Prime Coat: Ferrous Metals: S -W Kern Kromik Metal Primer, B50, 3.0 mils dry. Galvanized Metal: S -W Galvite Paint, B50W3, 2.0 mils dry. Aluminum: S -W Zinc Chromate Primer, B50Y1, 3.0 mils dry c. First Coat: Alkyd: S -W SWP Gloss House & Trim, A2 Series, 2.0 mils dry d. Second Coat: Same as First Coat. C. Class 3 Exposures - Metal (Interior) 1. Class 3 Surfaces: Anterior metal surfaces including the following: a. Miscellaneous steel shapes, angles, rails, etc. Project 01-1588.00 March 2007 Zone 1 and Zone 4 09900-4 Village of Key Biscayne b. ' Metal doors and door frames c. Exposed surfaces of electric panels, conduit, ventilation fans, A/C units, and duct work, etc. 2. Class 3 Coating System: a. Surface Preparation: Wire brush, sandblast, or pickle to remove mill scale and rust. Completely degrease all metal surfaces by solvent cleaning in compliance with SSPC-SP1. b. Prime Coat: Ferrous Metals: S -W Kern Kromik Metal Primer, B 50, 3.0 mils dry Galvanized Metal: S -W Galvite Paint, B 50 W3, 2.0 mils dry Aluminum: S -W Zinc Chromate Primer, B50Y1, 3.0 mils dry c. First Coat: Alkyd: S -W ProMar 200 Alkyd Semi -Gloss Enamel, B34W200 Series, 1.7 mils dry d. Second Coat: Same as First Coat D. Class 4 Exposures - Existing Masonry and Concrete (Exterior): 1. Class 4 Surfaces: Existing masonry and concrete surfaces that have been previously painted, including exterior walls, columns and ceilings of existing building. 2. Class 4 Coating System: a. Surface Preparation: Remove loose material and pressure wash surface at 2100 psi. b. Prime Coat: Alkyd: S -W Masonry Conditioner, A5V2, 200-800 sf/gal. c. First Coat: Latex: S -W A-100 Latex House & Trim, A6 Series Flat, 1.4 mils dry. d. Second Coat: Same as First Coat' PART 3 - EXECUTION 3.01 SURFACE PREPARATION A. In addition to the aforementioned preparations, remove all dirt, rust, scale, splinters, loose particles, disintegrated paint, grease, oil, and other deleterious substances from all surfaces that are to be coated. B. Remove, mask, or otherwise protect hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in contact with painted surfaces and not to be painted prior to surface preparation and painting operations. Project 01-1588.00 09900-5 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Before commencing work, make certain that surfaces to be coated are in acceptable condition. The application of paint will be held as an acceptance of the surfaces and working conditions and the Contractor will be held responsible for the results reasonably expected from the materials and processes specified. D. Program the cleaning and painting so contaminants from the cleaning process will not fall onto wet, newly -painted surfaces. E. Prepare surfaces of concrete, concrete block, cement plaster, and other cementitious surfaces to be painted by removing all efflorescence, chalk, dust, dirt, grease, oils, and by roughening as required to remove glaze. F. Clean ferrous substances, which are not galvanized or shop -coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. Grind and sand smooth all welds, blisters, etc. Fill all pits and dents and correct all imperfections to provide a smooth surface for painting. 3.02 MATERIALS PREPARATION A. Mix and prepare painting materials in strict accordance with manufacturer's recommendations and directions and closely match the selected colors, stirring materials' before and during application to maintain a mixture of uniform density, free of film, dirt and other foreign materials. B. Use no thinners except those specifically mentioned and only in such quantity as directed by the manufacturer. If thinning is used, apply sufficient additional coats to assure the required dry film thickness is achieved. Use only the manufacturer's recommended thinner or cleanup solvent for all clean-up and apply by brush, spray, airless spray, or roller as recommended by the manufacturer for optimum performance and appearance. 3.03 APPLICATIONS A. Paint all exposed surfaces in rooms scheduled for painting whether or not colors are designated in schedules, except where the natural finish of material is obviously intended and specifically noted, as a surface not be painted. Where items or surfaces are not specifically mentioned, paint these the same as adjacent similar materials or areas. If color or finish is not designated, the Engineer will select these from standard colors available for the materials systems as specified. B. Use only skilled and experienced craftsmen and provide only the highest quality workmanship. C. Apply paint in accordance with the manufacturer's directions. Use applicators and techniques best suited for the type of material being applied. D. Use all paint at room temperature and ensure the surfaces to be painted are dry and clean. E. Apply additional coats when undercoats, stains or other conditions show through the final coat of paint, until the paint film is of uniform finish, color, and appearance. F. Apply paint in a neat manlier with finished surfaces free of runs, sags, ridges, laps and brush marks. Apply each coat in a manner that will produce an even film of uniform and proper thickness. Project 01-1588.00 09900-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 i i 1 i i i i i i J 1 i i J G. Paint surfaces behind moveable equipment and furniture the same as similar exposed surfaces. Paint surfaces behind permanently fixed equipment or furniture with prime coat only. H. Paint backsides of access panels and removable or hinged covers to match the exposed surfaces. I. Finish exterior doors on tops, bottoms, and side edges the same as the exterior faces, unless otherwise indicated. J. Sand lightly between each succeeding enamel or varnish coat. K. Omit the first coat (primer) on metal surfaces that have been shop -primed and touch-up painted, unless otherwise specified. L. Retouch existing painted surfaces damaged by modification work or other operations of the Contractor, to conform to the above coating systems and blend in with the new and existing work. Repaint damaged surfaces with not less than two coats, and other existing surfaces that are listed with the coating system specified. M. The prime and intermediate coats as specified for the various coating systems may be applied in the shop by the manufacturer. The shop coats shall be of the type specified and shall be compatible with the field coat or coats. Give such items as pumps, motors, equipment, electrical panels, etc. at least one touch up coat with the intermediate coat material, and one complete finish coat in the field. 3.04 APPLICATIONS RESTRICTIONS A. Apply coatings only on properly prepared surfaces as herein specified, and only in dry weather. Remove and redo any surface coating damaged by moisture or rain to the satisfaction of the Engineer. B. Do not apply paint to surfaces which show a moisture content greater than 15 percent. 3.05 MINIMUM COATING THICKNESS A. Apply coatings in accordance with the manufacturer's recommendations and in the film thickness recommended for each coat and for the total coating system. B. Apply a prime coat to material that is required to be painted or fmished, and which has not been prime coated by others. C. Recoat primed and sealed walls and ceilings where there is evidence of suction spots or unsealed areas in first coat, to assure a fmish coat with no burn -through or other defects due to insufficient sealing. 3.06 FINISHES A. Pigmented (Opaque) Finishes: Completely cover surfaces to provide an opaque, smooth surface of uniform fmish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, rapines, or other surface imperfections will not be acceptable. Project 01-1588.00 09900-7 Village of Key Biscayne March ')(1()7 Zone 1 and Zone 4 B. Complete Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not in compliance with specific requirements. 3.07 FIELD QUALITY CONTROL A. Provide the necessary properly calibrated gauges for the Engineer to check the completed surfaces. Check nonferrous surfaces for number of coats and thickness by use of a Tooke gauge. Check ferrous surfaces for film thickness by use of an Elcometer or Micro -Test magnetic dry film gauge properly calibrated. B. Remove and refinish or otherwise correct to the satisfaction of the Engineer all work which peels, crazes, blisters, fails to adhere, or otherwise fails to properly serve the intended purposes at no additional cost to the Department. 3.08 PROTECTION A. While painting equipment, piping, etc., protect all other surfaces that are not to receive the same paint. B. Provide protection of furniture and other movable objects, equipment, fittings, and accessories throughout the painting operation. Remove all electric plates, surface hardware, etc., before painting, protect, and replace when completed. Mask all machinery nameplates and all machined parts not to receive paint. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage. 3.09 CLEANING A. Keep the premises free from accumulation of debris and rubbish and remove all scaffolding, paint cloths, paint, and brushes from the building when completed. B. Cleaning: Remove all paint brushed, splattered, spilled, or splashed on any surface not specified to be painted. 3.10 EXTRA STOCK A. Upon completion of painting work, furnish to the Owner at no additional cost, one gallon of each type and color of finish paint for touching up. Paint container labels shall be complete with manufacturer's name, generic type, number, color, and location where used. END OF SECTION Project 01-1588.00 09900-8 Village of Key Biscayne March 2007 Zone 1 and Zone 4 SECTION 11305 SUBMERSIBLE SEWAGE PUMPING STATION PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included under this Section consists of furnishing and installing submersible non -clog wastewater pumps, motors, and related equipment for the pump station fully tested, complete and in operating condition. B. The pumps shall be the standard product of a manufacturer which has produced and sold such pumps for a period of at least five (5) years for similar service. 1.02 RELATED WORK A. Section 02220 Structure Excavation and Backfill B. Section 02730 Sanitary Sewage System C. Section 02732 Sewage Force Mains D. Section 03410 Precast Concrete Structures E. Section 16010 Basic Electrical Requirements 1.03 QUALITY ASSURANCE A. Unit Responsibility: The pumps, motors, control panel, frame and cover, and guide bars shall be supplied by the pump supplier to insure unit responsibility. B. Factory Tests: The pump manufacturer shall perform the following tests on each pump before shipment from the factory: 1. Megger the pump for insulation breaks or moisture. 2. Prior to submergence, the pump shall be run dry and be checked for correct rotation. 3. Pump shall be run for 30 minutes in a submerged condition. 4. Pump shall be removed from test tank, meggered immediately for moisture; oil plugs removed for checking lower seal; inspection plug removed for checking of upper seal and possible water intrusion of stator housing. 5. A written certified test report giving the above information shall be supplied with each pump at the time of shipment. Project 01-1588.00 March 2007 Zone 1 and Zone 4 11305-1 Village of Key Biscayne 6. All end of pump cables will then be fitted with a rubber shrink fit boot to protect cable prior to electrical installation. C. Guaranteed Parts Stock Program: The pump supplier shall have a guaranteed parts stock program in the State of Florida. 1.04 SUBMITTALS A. Shop Drawings: The Contractor shall submit detailed and dimensioned working shop drawings showing the construction of the proposed facility and installation of all equipment complete in every respect. Each drawing shall be indexed and/or referenced to the Contract Drawings and Specifications. No work upon the manufacture or fabrication of any equipment shall be performed until the Engineer's approval has been obtained. Certified pump curves shall be submitted with the shop drawings and shall indicate actual test performance of units furnished. The Contractor shall submit, with the certified pump shop drawings, layout drawings showing exact installation, piping and foundation details for the pumping units being submitted. 1.05 WARRANTY A. Warranty: The pump manufacturer shall warrant the pumps being supplied to the Owner against defects in workmanship and materials for a period of five years under normal use, operation and service. In addition, the manufacturer shall replace certain parts which shall become defective through normal use and wear on a progressive schedule of cost for a period of five years; parts included are the mechanical seal, impeller, pump housing, wear ring and ball bearings. The warranty shall be in published form and apply to all similar units. PART 2 - PRODUCTS 2.01 MATERIALS A. All metal components in the wet well, with the exception of the pumps, motors and station piping, shall be aluminum or 316 stainless steel. B. Piping: Pipe and fittings shall be ductile iron with flanges and conform to the requirements of Section 02732. Flanges shall be drilled to a 125 pound ANSI Standard B 16.1 template. C. Plug Valves: Plug valves shall be of the non -lubricated eccentric type with resilient seat seal. Each operator shall have an external valve position indicator. Valves shall be made of cast iron, or semisteel at least equal to ASTM A 126, Class B. Body seats shall have a welded in overlay of not less than 90 percent pure nickel on all surfaces contacting the plug face or field replaceable 316 stainless steel seat rings. All exposed bolts, nuts, springs, washers, etc., shall be 316 stainless steel. Port areas for valves 20 -inches and smaller shall be equal to at least 80 percent of the full pipe area. Port areas of valves 24 -inches through 60 -inches shall be 70 percent of full pipe area. Valves 4 -inches and larger shall have adjustable packing glands and shall be capable of being repacked without the bonnet or plug being removed from the valve or shall have 0 -ring seals. Valves shall be designed for not less than 150 psi cold water, oil, or gas working pressure. Valves shall have drip tight shut-off at a bi-directional test pressure of 100 psi with pressure in either direction. Valves shall be permanently lubricated, and buried valves shall be provided with 2 -inches square operating nut. The valve shall Project 01-1588.00 11305-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 have a port position indicator and shall indicate direction to open the valve. All valves and actuators shall be as manufactured by DeZurik, Keystone, Dresser or approved equal. Valves at points for future connections shall be furnished with ANSI Standard B16-1, Class 125, blind flanges, ANSI sized, 316 stainless steel bolts, and neoprene gaskets on the stub -out ends. D. Check Valves: Swing check valves 4 -inches through 12 -inches shall be constructed with heavy cast iron or cast steel body with a bronze or stainless steel seat ring, a noncorrosive shaft for attachment of weight and lever. The valve must be tight seating, its seat ring shall be renewable and must be securely held in place by a threaded joint; the valve disc shall be of cast iron or cast steel and shall be suspended from a noncorrosive shaft which will pass through a stuffing box. Check valves shall absolutely prevent the return of water back through the valve when the inlet pressure decreases below the delivery pressure. Hydrostatic test pressure for horizontal swing check valves shall be 300 psi. A tapped boss with plug shall be provided on the check valve bonnet for use with a pressure gauge and an air release return line to the wet -well. 2.02 EQUIPMENT A. Pumps: 1. The pump shall be motor driven totally submersible pumps as manufactured by Flygt, as required to meet the conditions of these specifications, or approved equal: 2. Pump Design: Pumps shall be capable of handling raw, unscreened sewage. The design shall be such that pumping units will be automatically connected to the discharge piping when lowered into place on the discharge connection. The pumps shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be removed for this purpose and no need for personnel to enter pump well. Each pump shall be fitted with a stainless steel wire rope of adequate strength and length to permit raising the pump for inspection and removal. 3. Pump Construction: a. The stator casing, oil casing and impeller shall be of grey iron construction, with all parts coming into contact with sewage protected by a factory applied chlorinated rubber paint finish. All external bolts and nuts shall be of 316 stainless steel. A wear ring designed for abrasion resistance shall be installed at the inlet of the pump to provide protection against wear to the impeller. The impeller shall be of a single vane, nonclog design, capable of passing solids, fibrous material, and heavy sludge and constructed with long throughway with no acute turns. b. Each pump shall be provided with a tandem double mechanical seal running in an oil -reservoir, composed of two separate lapped face seals, the lower consisting of one stationary and one rotating tungsten carbide ring, the upper consisting of one stationary tungsten carbide ring and one rotating carbon ring, with each pair held in contact by a separate spring. The seals shall require neither maintenance nor adjustment and shall be easily replaceable. Conventional double mechanical seals with a sirrgle or double spring between the rotating faces, requiring constant differential pressure to effect sealing and subject to opening and penetration by Project 01-1588.00 March 2007 Zone I and 7rAnP d 11305-3 Village of Key Biscayne pumping forces shall not be considered equal to the tandem seal specified and required. c. A sliding guide bracket shall be an integral part of the pumping unit and the pump casing shall have a machined connecting flange to connect with the cast iron discharge connection, which shall be bolted to the floor of the pump chamber and so designed as to receive the pump connecting flange without the need of any bolts or nuts. d. Sealing of the pumping unit to the discharge connection shall be accomplished by a simple linear downward motion of the pump with the entire weight of the pumping unit guided by no less than two 316 stainless steel guide bars to and pressing tightly against the discharge connection; no portion of the pump shall bear directly on the floor of the sump and no rotary motion of the pump shall be required for sealing. Sealing at the discharge connection by means of a diaphragm, 0 -ring or similar method of sealing will not be accepted as an equal to a metal contact of the pump discharge and mating discharge connection specified and required. 4. Pump Motor: The pump motor shall be housed in an air filled watertight casing and shall have Class F insulated windings which shall be moisture resistant; the temperature at any point in the windings shall not exceed 155 C at any load which could be imposed by the pump at any point on its curve. The motor shall be provided with over temperature sensors and shall be NEMA Design B. Pump motors shall have cooling characteristics suitable to permit continuous operation, in a totally, partially or nonsubmerged condition. The pump shall be capable of running dry continuously in a totally dry condition. Before final acceptance, a field running test demonstrating this ability, with 24 hours of continuous operation under the above conditions, shall be performed for all pumps being supplied, if required. The cable entrance seal shall be provided by a compression fitting; epoxy fill will be unacceptable which can crack when alternately heated and cooled or can make cable replacement difficult. Cable junction box and motor shall be separated by a stator lead sealing gland or terminal board which shall isolate motor from any water or solids gaining access through pump top. The pump shall not load the motor beyond its nominal (nameplate) rating at any point on the pump curve. 5. Cable: Pump motor cable shall be suitable for submersible pump applications and the rating shall be permanently embossed on the cable. Cable sizing shall conform to NEC requirement for the full load currents of the pump motors. 6. The motor and pump shall be designed and assembled by the same manufacturer. B. Pump Guides: 1. Lower guide holders shall be integral with discharge connection; guide bars shall be of Schedule 40 welded Type 316 stainless steel pipe, of the size recommended by the pump manufacturer. 2. All material used to fabricate the upper guide holder and cable holder shall be aluminum or stainless steel. All bolts, anchors, hinge pins and other fasteners shall be 316 stainless steel. Project 01-1588.00 11305-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 C. Control panel shall conform to the requirements of Section 16910. PART 3 - EXECUTION 3.01 INSTALLATION A. All materials and equipment shall be installed as indicated on the Drawings and as recommended by the manufacturer. B. Additional items of construction, such as valve boxes, flanged adapters, thrust blocks, and other items necessary for the complete installation of the system shall conform to specific details on the Drawings and shall be constructed of first-class materials conforming to the applicable portions of these Specifications. 3.02 FIELD QUALITY CONTROL A. Field Tests: A qualified representative of the pumping system supplier shall inspect the installation and supervise start-up performed by the Contractor's personnel. All components of the systems shall be tested for proper operation during the start-up operation. B. Maintenance Procedures: After the equipment has been placed into operation, the qualified representative of the pump system supplier shall instruct the Owner's personnel in proper operating and maintenance procedures without additional cost to the Owner. END OF SECTION Project 01-1588.00 March 2007 Zone I and 7nne d 11305-5 Village of Key Biscayne SECTION 15010 BASIC MECHANICAL REQUIREMENTS PART 1 - GENERAL 1.01 WORK DESCRIPTION A. Provide mechanical equipment, pumping and piping systems, air distribution systems and appurtenances as shown on the Drawings and specified in Division 15 Sections, in full compliance with the standards, testing requirements and other provisions specified herein. 1.02 DRAWINGS AND SPECIFICATIONS A. The Drawings and Specifications are complementary, one to the other, so that materials and work indicated, called for, or implied by the one and not by the other shall be supplied and installed as though specifically called for by both. The Drawings shall be considered diagrammatic, not necessarily showing in detail or to scale all of the equipment or minor items. Items not shown on the Drawings and not specifically mentioned in the Specifications but obviously necessary for a complete working installation shall be provided as part of the work. In the event of discrepancies between the Drawings and the Specifications, or between either of these and any regulations or ordinances governing mechanical work, the CONTRACTOR shall notify the ENGINEER in ample time to permit revisions. 1.03 SITE INVESTIGATION A. It shall be the responsibility of the CONTRACTOR to visit the site of the work and become familiar with all site conditions and with all available information regarding the location of existing facilities. Failure of the CONTRACTOR to fully inform himself of all existing conditions will not be cause for additional compensation. 1.04 FEES, PERMITS, AND INSPECTIONS A. The CONTRACTOR shall obtain all permits for work under this Contract and shall pay all expenses in conjunction therewith. He shall also procure and deliver to the ENGINEER all certificates issued by the authorities having jurisdiction. B. The work will be inspected by the ENGINEER during the course of construction. Provide for inspection by others having jurisdiction during the proper phases. 1.05 NEW EQUIPMENT AND MATERIALS A. All equipment and materials used in this installation shall be new, of approved quality and manufacture and, unless otherwise noted, shall be standard catalog items of the various manufacturers. Each component of the work shall be complete, connected and capable of satisfactory functional operation. Project 01-1588.00 March 2007 15010-1 Village of Key Biscayne B. Piping systems shall be complete with pipe, pipe fittings, valves, strainers, expansion joints, flexible pipe connections, hangers, supports, anchors, guides, sleeves, and accessories required to ensure proper operation for the purpose intended, as shown and specified. Piping, valves and accessories shall be suitable for the system pressure, temperature and circulating liquid. 1.06 STANDARDS A. The codes and standards covering mechanical work include, but are not limited to: 1. American National Standards Institute (ANSI) 2. American Society for Testing Materials (ASTM) 3. American Society of Mechanical Engineers (ASME) 4. American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) 5. American Welding Society (AWS) 6. National Electrical Manufacturers Associations (NEMA) . 7. National Fire Protection Association (NFPA) 8. National Hydraulics Institute 9. National Sanitation Foundation (NSF) 10. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 11. Florida Building Code 12. Codes, Regulations, Ordinances, etc., of the State, County, and/or Municipality, in which the construction is located, and any political division having jurisdiction over this work. B. These codes, society and association recommendations constitute minimum requirements and no reductions from design requirements will be permitted, even if allowed by the applicable codes, without expressed written permission of the ENGINEER. Unless otherwise indicated, the applicable editions of the referenced codes and standards shall be those current on the date bids are solicited (Advertisement or Notice To Bidders). 1.07 SPACE AND ACCESS A. All equipment shall fit the allotted space and shall leave reasonable access room for servicing and repairs. Greater space and room required by substituted equipment shall be provided by the CONTRACTOR and at his expense. B. If the CONTRACTOR• discovers any discrepancies between equipment dimensions and space allotments therefor, he sliall notify the ENGINEER in writing and shall not proceed with the work Project 01-1588.00 15010-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 until he has received written instructions from the ENGINEER. 1. Field verification of all dimensions on Drawings is required. Actual locations, distances and levels shall be governed by field conditions. 2. The CONTRACTOR shall check grading, drainage, and construction details of all units of work to avoid installation conflicts. Should changes from the Drawings be necessary to resolve conflicts, the CONTRACTOR shall notify the ENGINEER, and secure written approval and agreement on necessary adjustments before the installation is started. C. If the CONTRACTOR performs work knowing it to be contrary to good practice, to the Contract Documents, or to governing codes, ordinances, rules, and regulations, without giving notice to the ENGINEER, the CONTRACTOR shall assume full responsibility for such work and shall bear the attributable costs for rectifying the work. 1.08 CUTTING AND PATCHING A. Cutting in of new work is not contemplated and work shall be sequenced so that cutting and patching of new work is not required. B. Where interferences occur, and departures from indicated arrangements are required, the CONTRACTOR shall coordinate the mechanical work with the other trades involved and make a determination as to changed locations and elevations of ductwork and/or piping and shall obtain approval from the ENGINEER for the proposed changes. C. The CONTRACTOR shall do no cutting that may impair strength of building construction. No holes, except for small screws, may be drilled in beams or other structural members without obtaining prior approval of the ENGINEER. Where cutting is necessary, holes shall be cut or core drilled in walls, beams, columns and structural slabs, after ascertaining the location of reinforcement and tendons before coring. If the cutting tool comes in contact with reinforcement, move to a location where steel will not be cut and patch the partly cut hole to provide the specified concrete coverage over the reinforcement. Finish patching shall be done according to the specifications for each finish, by mechanics skilled in each type of finish. D. Holes shall be cut in structural steel and precast concrete only as approved by the ENGINEER as to number, size and location, and approved shop drawings. E. No additional compensation will be made to the CONTRACTOR for cutting and patching that is necessitated by ill-timed, defective or non -conforming installations. 1.09 SAFETY REQUIREMENTS A. In addition to the components specified and shown on the Drawings and necessary for the specified performance, the CONTRACTOR shall incorporate in the design and show on the shop drawings all the safety features required by the current codes and regulations, including but not limited to those of the Occupational Safety and Health Act of 1970, and Amendments thereto. 1.10 DRIVES AND BELT GUARDS A. The CONTRACTOR shall provide for each V -belt drive or rotating shaft a protective guard which Project 01-1588.00 15010-3 Village of Key Biscayne shall be constructed around an angle iron frame, securely bolted to the floor or apparatus. The guard shall completely enclose drives and pulleys and be constructed to comply with all safety requirements. Hinged access doors not less than 6 -inches x 6 -inches shall be provided for access to motor and fan shaft for test purposes. For double in -let fans, the belt guard shall be arranged so as not to restrict the air flow into the fan inlet. Guards shall not interfere with lubrication of equipment. 1.11 BALANCING PUMPS AND MOTORS A. All pump and motor units shall be statically and dynamically balanced. Unless otherwise specified, the vibration allowance in the units shall not exceed the upper limits as established by the Hydraulic Institute Standards. 1.12 ELECTRICAL WORK A. The CONTRACTOR shall furnish all electrical work associated with mechanical equipment, including electrical controls, switches, contactors and starters for all equipment items requiring same. All electrical work shall conform in all respects to the requirements of the applicable provisions of Division 16. 1.13 PREVENTION OF ELECTROLYSIS A. Where the contact of dissimilar metals may cause electrolysis and where aluminum contacts concrete, mortar or plaster, the contact surface of the metals shall be separated using not less than one coat of zinc chromate primer and one heavy coat of aluminum pigmented asphalt paint on each surface; or where deemed necessary by the ENGINEER, not less than one course of asphalt saturated cotton fabric cemented to both metals with flashing cement, shall be used. Finished works shall be cleaned and excess cement removed. 1.14 SHOP DRAWINGS A. The CONTRACTOR shall submit for the approval of the ENGINEER, in accordance with the provisions of Section 01300, detailed and dimensioned shop drawings showing the construction of the proposed facility and installation of all equipment complete in every respect. Each drawing shall be indexed and/or referenced to the Drawings and Specifications. No work upon the manufacture or fabrication of any equipment shall be performed until the ENGINEER's approval has been obtained. Certified pump curves shall indicate actual test performance of units furnished. The CONTRACTOR shall submit, with the certified pump shop drawings, layout drawings showing exact installation, piping and foundation details for the pumping units being submitted. The various Sections in the Specifications specify additional requirements for shop drawings with which the CONTRACTOR shall comply. 1.15 FACTORY TESTS A. When equipment is required to be factory tested, the certified results of such tests shall be submitted to the ENGINEER and approval of the test results shall be obtained before shipment of the equipment. 1.16 RECORD DRAWINGS A. Record Drawings shall be submitted to the ENGINEER before final acceptance. Such drawings shall comply with the applicable requirements of Section 01720. Project 01-1588.00 15010-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 1.17 CLEANING AND ADJUSTMENTS A. Upon completion of work, the CONTRACTOR shall clean, oil and grease fans, motors, compressors, pumps, and other running equipment, apparatus and mechanisms which he installs and shall make certain such apparatus and mechanisms are in proper working order and ready for test. 1.18 OPERATING AND MAINTENANCE INSTRUCTIONS A. Bound Instructions: Before fmal payment is made, the CONTRACTOR shall furnish bound operation and maintenance manuals to the OWNER. The manuals shall consist of catalog cuts, bulletins, shop drawings, wiring diagrams, schedules, parts lists, procedures and other data showing the equipment installed and shall be prepared and submitted in compliance with the applicable provisions of Section 01730. 1.19 FIELD INSTRUCTIONS A. Upon completion and testing of the work, the CONTRACTOR shall provide the services of one or more project engineers to instruct the OWNER's personnel in the proper operation and maintenance of the equipment in accordance with the provisions of Section 01730. 1.20 GUARANTEE AND WARRANTIES A. The CONTRACTOR shall guarantee all work, materials, equipment, etc. against defects for a period of one year from the date of the fmal acceptance, that all the equipment has the capacity specified and that it will operate without excess noise or vibration caused by improper installation. In addition to the guarantee, the CONTRACTOR shall provide the performance warranties as specified for the equipment in the various Sections. Guarantees and warranties shall be furnished to the OWNER in compliance with the applicable provisions of Section 01740. 1.21 LUBRICANTS A. The CONTRACTOR shall provide a one year supply of all types of lubricants required for the equipment furnished and installed under this Contract. Lubricants shall be in metal containers suitably labeled. END OF SECTION Project 01-1588.00 15010-5 Village of Key Biscayne AAare- h ')/l(17 SECTION 16010 BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included consists of all supervision, labor, materials, equipment, facilities and installation required for the complete, satisfactory and approved electrical systems as indicated on the Drawings and called for in these Specifications, or as may be reasonably implied by either. B. The CONTRACTOR shall install, complete and operating, electrical systems consisting of the following: 1. Complete distribution for power and lighting as shown on plans, including switches and circuit breakers, feeders, grounding, panelboards, branch circuits, control wiring, switches and receptacles and all other equipment shown on drawings. 2. CONTRACTOR shall make all final connections to equipment furnished by other trades. 3. Connection of all motors, electrically operated equipment and controls. 4. All conduits, sleeves and backboards required for all systems and all duct banks. 5. Temporary electrical power and lighting shall be furnished, installed and maintained for all trades. 6. Remove and relocate the existing telemetry antenna and telemetry (RTU) panel. 7. Furnish and install a complete light pole as detailed on drawings including all light fixtures indicated, receptacle and foundation. The complete assembly including the foundation shall be certified by a professional engineer registered in the state of Florida. Signed and sealed shop drawings shall indicate compliance with the wind loading requirements of FBC. 1.02 CODES AND STANDARDS A. Reference within these Specifications to standards, codes or reference specifications implies that any item, product, or material so identified must comply with all minimum requirements as stated therein, unless indicated otherwise. Only the latest revised editions are applicable. B. The Specifications, codes and standards listed below form a part of these Specifications: 1. National Electrical'Code (NEC) 2. National Fire Protection Association (NFPA) Project 01-1588 00 16010-1 Villace of Kev Biscayne 3. Underwriters' Laboratories (UL) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Federal Specification (Fed. Spec.) 7. Insulated Cable Engineers Association (ICEA) 8. Florida Building Code (FBC) 9. Institute of Electrical and Electronic Engineers (IEEE) 10. American Society for Testing and Materials (ASTM) 11. Additionally, designs, work practices and conditions must conform with the Occupational Safety and Health Act of 1970 (OSHA) C. Where materials and equipment are available under the continuing inspection and labeling of UL, provide such material and equipment. Listing by Underwriters' Laboratories shall be evidenced by the label. 1.03 DRAWINGS A. The Drawings indicate the extent and general arrangements of equipment and wiring systems. If any departures from the Drawings are deemed necessary by the CONTRACTOR, details of such departures and reasons therefor shall be submitted to the ENGINEER for approval within 30 days after award of the Contract. No such departures shall be made without the prior written approval of the ENGINEER. All items not specifically mentioned in the Specifications or noted on the Drawings but obviously necessary to make a complete working installation shall be included. 1.04 SHOP DRAWINGS A. Each package of shop drawings shall be bound as a unit and shall contain a first sheet with the project name, location, date submitted, name and address of the CONTRACTOR, name and address of the equipment supplier and a list of the contents. Opposite each type of equipment or system shall be the manufacturer's name. The equipment data sheets shall appear in the same order as they are listed in the table of contents. B. The submittal drawings shall include complete specifications for every item, including materials, finish, dimensions, fabrication details, installation instructions, standards compliance and UL approval. Where a data sheet contains details covering various sizes or ratings of equipment, clearly mark the items applicable to the project. 1.05 EQUIPMENT MANUAL AND OWNER INSTRUCTIONS A. Upon completion of the work, the CONTRACTOR shall prepare and deliver to the ENGINEER three complete sets of operation and maintenance manuals for each electrical, signal, control and special system installed. Manual shall consist of detailed drawings or catalog sheets for each component, replacement parts lists, wiring diagrams, maintenance instructions and description of system operation. The CONTRACTOR shall provide qualified instructors for a minimum of 16 hours of instruction to designated OWNER personnel in the operation and maintenance of all systems. 1.06 RULES OF LOCAL UTILITY COMPANIES Project 01-1588.00 March 2007 7nne 1 and 7nne 4 16010-2 Village of Key Biscayne A. Rules of local Utility Companies shall be complied with. Before submitting his bid, CONTRACTOR shall check with the Utility Companies supplying service to this installation and shall determine equipment, etc., he will be required to install and shall include cost of same in Bid. No extra payment will be made for the installation of such items, except in cases where the requirements of the Utility Companies change after the CONTRACTOR has submitted his Bid. 1.07 COORDINATION WITH OTHER UTILITIES A. Installation of underground ducts and conduits for power and telecommunications services shall be thoroughly coordinated with other utilities on the site. Duct and conduit sizes and material types shall be as shown on the Drawings. Details of routing, burial depth, size of bends and termination at each end of service shall be verified on the job site. 1.08 STORAGE A. All material shall be stored in a safe, orderly manner. Materials shall not be stored directly on the ground or floor and shall be kept clean, dry and free from damage or deteriorating elements. Damaged or rusted materials shall not be installed. 1.09 MATERIALS A. Wire and Cable Copper conductors THHN/THWN UL STD.83 and MTW per std. 1063. B. Raceways: Rigid galvanized steel for all locations and transitions from non metallic underground ducts to exposed above ground. Rigid non metallic conduit only for underground installation 24 inches minimum below grade, PVC Sch. 40. Flexible metallic conduit for all connections to equipment subject to vibration, including motors, transformers and any other equipment that requires a flexible final connection; liquidtight flexible metallic conduit shall be used outdoors and indoor locations such as pump rooms. C. Panelboards: Circuit breakers type copper busses per UL 67 ratings as shown on drawings. D. Pump control panels provide as shown on drawings, panels shall be UL 508 recognized and as specified under Section 16156. 1.10 INSTALLATION A. All materials shall be installed at the locations shown on the Drawings and in accordance with the specific manufacturer's recommended installation methods. B. All equipment shall be set level, at the correct heights, properly aligned and where in sections, shall be bolted together. Install indoor surface mounted equipment, including panelboards, automatic transfer switches, safety switches, individually mounted enclosed circuit breakers, motor starters, etc., on metal framing support system (continuous slot metal channel system). C. Secure all materials and equipment firmly in place. Do not weld electrical materials for attachment and/or support. Project 01-1588.00 16010-3 Village of Key Biscayne D. All screws, bolts, nuts, clamps, fittings or other fastening devices shall be made up tight. E. All materials and equipment shall be installed complete, including screws or bolts, covers, plates, fittings, etc. F. Follow the installation directions and recommendations of the materials and equipment manufacturers. G. Provide 4 inch high concrete pad with steel reinforcing and necessary bolts, anchors, inserts and conduit sleeves for pump control panels and other equipment as indicated on the drawings. H. Working clearance around equipment shall meet or exceed code requirements as per NEC Tables 110-16(a) and 110-34(a). 1 11 INTERFERENCES A. The plans are generally diagrammatic and the CONTRACTOR shall coordinate the electrical work with the work of other trades so that interferences between conduits, piping, equipment, architectural, and structural work will be avoided. All necessary offsets in raceways, fittings, etc., required to properly install the work shall be furnished so as to take up a minimum space and all such offsets, fittings, etc., required to accomplish this shall be furnished and installed by the CONTRACTOR without additional expense to the OWNER. In the event of conflict, the ENGINEER will decide which equipment, piping, etc., must be relocated. Cutting and patching required to relocate work shall exactly match original finish, and shall be at the CONTRACTOR's expense. 1.12 IDENTIFICATION A. Electrical equipment shall be clearly and permanently labeled with a securely fastened nameplate. Nameplates shall be 1/16 inch thick engraved laminated plastic and shall have 1/4 inch high white letters on a black background. Plates shall be provided for all switches and disconnects, starters, panelboards, dry type transformers and lighting contactors. B. Color coding tape shall be moisture, flame and abrasion resistant vinyl plastic tape equal to Scotch No. 35. Colors shall be as specified elsewhere. C. Nameplate information shall include voltage, current rating (if any) and number of phases of the item labeled besides its designation. Also, the nameplate shall provide the panel and circuit number from which the equipment is fed, and the item it controls. D. All conductors shall be permanently tagged at terminal boxes, equipment and control stations to indicate their control function. Feeders shall be identified at every accessible point with a permanent tag indicating circuit. number. Conductor tags shall be non-conductive. E. Major conduits shall be identified at wireways, panels, pull boxes, cabinets and similar locations to assist in future circuit tracing. Use adhesive markers, Dymo Labels or other approved methods. F. All circuits and equipment shall be identified to correspond with drawings and specifications. A Nameplate List shall be submitted to the OWNER for review. G. All panelboards shall contain a typewritten directory behind a plastic cover, located on inside of door. Project 01-1588.00 16010-4 Village of Key Biscayne March 2007 Zone 1 and Zone 4 H. All conduif stub ups shall be identified with a stamped non-ferrous tag attached with stainless steel _ wire. Numbers as shown on drawings. I. Install equipment identification nameplate at the center top of the equipment, using stainless steel self tapping screws. 1.13 CUTTING AND PATCHING A. All openings through walls, ceilings, roadways and floor slabs required for the installation of electrical equipment shall be provided as required. Where existing walls, ceilings or floor slabs have to be cut the CONTRACTOR shall coordinate with the ENGINEER before making such cuts. The CONTRACTOR shall be held responsible for any damage done in the process of providing such openings. The CONTRACTOR shall patch and refinish the existing surface after making such required openings. 1.14 TESTING A. Upon completion of the Work, the CONTRACTOR shall energize, start-up and test operate all the systems and equipment in the presence of the ENGINEER and OWNER. All testing and measuring instruments and equipment required to test each system shall be provided by the CONTRACTOR. Any defects or variances from standard or specified conditions found during these tests shall be corrected by the CONTRACTOR at no cost to the OWNER. The following tests shall be performed: 1. The main service and all feeders and branch circuits shall be energized from the normal power source. Ammeter and voltmeter readings shall be made and recorded as follows: a. Phase to phase and phase to ground voltage at each padmount (primary and secondary), at the service connection to each building, at each panelboard, at each dry type transformer (primary and secondary) and at each 3 phase motor. b. Line and neutral current on each phase at each padmount (incoming and outgoing on each primary leg), each building secondary service, each panelboard feeder, at primary and secondary of each dry type transformer and each 3 phase motor. c. These voltage and current readings shall be recorded, dated and signed by the CONTRACTOR and furnished to the OWNER and ENGINEER. 2. All circuit breakers shall be manually tripped and reset, (unloaded). 3. Insulation resistance test shall be made on each 480 Volt and 208 Volt feeder conductor before and after installation. Test shall be made with a 500 Volt DC megger. Readings shall be recorded and test reports furnished to the OWNER and ENGINEER. 4. Ground resistance at the main service and bonding points 15 Ohms max. 5. All receptacles and light switches shall be tested to verify they are connected properly. 6. All motors and controls shall be checked to verify correct connection and operation. Project 01-1588.00 16010-5 Village of Key Biscayne 7. All panelboards shall be inspected prior to installing covers to verify correct sizes and color coding. 1.18 TEST REPORTS A. Submit all test reports as specified. B. The CONTRACTOR shall notify the ENGINEER two weeks prior to commencement of all testing except for megger tests. C. The CONTRACTOR shall maintain a written record of all tests showing date, personnel making test, equipment or materials tested, tests performed, and results. 1 19 PERSONNEL AND EQUIPMENT A. The CONTRACTOR shall provide the following: 1. Qualified personnel to conduct all testing. 2. The services of the equipment manufacturer's representative to assist in testing their equipment, when the service is specified. 3. The services of the equipment manufacturer's representative to assist the CONTRACTOR in repair or trouble -shooting their equipment, in the event that said equipment fails to pass all tests. 4. All labor, temporary power, lighting, and wiring, and all materials required for testing. B. The CONTRACTOR shall furnish all test equipment, which shall include the following: 1. A ground resistance tester equal to BIDDLE 250260 + - 2% accuracy. 2. A 500 -Volt megger by James G. Biddle Co., or Associated Research Inc., or equal. 3. Two-way radios or cellular phones. 4. A Simpson Model 260 -Volt Ohm Milliammeter, or equal. 5. A phase sequence and rotation meter, 60-300 Volts 30-60 Hz. by Knopp Inc., or equal. C. The CONTRACTOR shall furnish and use safety devices such as rubber gloves and blankets, protective screens and barriers, danger signs, etc., to adequately protect and warn all personnel in the vicinity of the tests. 1.20 TOOLS A. Use only tools designed for the particular operation. Project 01-1588.00 16010-6 Village of Key Biscayne March 2007 Zone 1 and Zone 4 B. Special tools and spare parts provided with any equipment shall be turned over to the OWNER's authorized personnel and the CONTRACTOR shall obtain signed and dated receipts for them. 1.21 CLEAN-UP AND PAINTING A. After all systems and equipment have been installed, the CONTRACTOR shall clean-up all electrical equipment inside and outside the enclosures. All grease, dust, rust and chipped plaster and concrete shall be removed from the installed equipment. Each piece of equipment shall be thoroughly cleaned and left in brand new condition. Special attention shall be given to the interior of panelboards and other similar equipment. All light fixture lenses and reflectors shall be thoroughly cleaned. The project will not be accepted as being finished until all such dirt and contamination has been removed. The CONTRACTOR shall provide touch-up painting where finished surfaces have received minor scratches during installation. Where electrical equipment with painted surfaces has been installed in finished areas, any such damage to the painted surfaces that cannot be corrected with minor touch-up painting shall be refinished at the factory at no cost to the OWNER. Equipment installed in finished areas having noticeable damage to the finished surface will not be accepted. 1.22 FINAL INSPECTION A. On completion of final inspection the CONTRACTOR shall deliver to the OWNER the Certificate of Final Inspection from the local authority having jurisdiction. END OF SECTION Project 01-1588.00 16010-7 Village of Key Biscayne 11 ,f_ _1_ nnt-,-, SECTION 16156 PUMP CONTROL PANELS PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide pump motor control panels as indicated on the Drawings and specified herein. 1.02 QUALITY ASSURANCE A. Materials shall be UL Listed or UL recognized. 1. Starters shall conform to NEMA ICS. B. The control panels shall be labeled UL 508 1.03 SUBMITTALS A. Submit for review, properly identified manufacturer's literature and shop drawings giving motor starters NEMA size, voltage, phase, enclosure and construction specification. PART 2 - PRODUCTS 2.01 PUMP CONTROL PANELS A. Provide motor control panels for the automatic control of sewage pumps and in accordance to the intended work and control functions as detailed on drawings. The control panel shall include but not be limited to the following: 1. Main and Emergency molded case circuit breakers. 2. Motor starter for each motor indicated (the starters shall be reduced voltage solid state, for all 240V 3Ph panels rated 20 HP and larger). 3. Automatic alternator with override. 4. Transient voltage and surge suppressor. 5. Control by digital bubbler system with auto purge, and float backup for panels rated 20 HP and larger., 6. Control by floats (only) for panels rated 20 HP or less. Project 01-1588.00 16156-1 Village of Key Biscayne March 2007 7nno 1 «7'7... 7. Indicator lights as shown. 8. Internal load center power panel. 9. All required terminals, connector blocks grounding blocks and remote alarm terminals. 10. Wiring diagram and spare parts list. 11. NEMA 3R, 14 gauge, 316 stainless steel cabinet, free standing or surface mount as indicated. 12. Nameplates for all panel mounted devices, indicators, and controls accessible to the user and mounted within the inner door of the panel. 13. Alarm bell with silence timed switch. 14. Alarm light beacon with wire guard. 15. The panel shall be complete in every aspect to the extent that the only connections required in the field will be the incoming power, the connection to each pump motor, and the controls. 16. Phase failure protection. 17. Elapsed time run meters for each pump and for simultaneous operation (3) meters. 18. Emergency power receptacle ratings as shown on drawings. B. Phase Failure Protection: Provide electrical interlock to automatically block one pump when the control panel emergency circuit breaker is in the "ON" position. C. Control sequences, the control panel shall provide for the automatic operation of two pumps as indicated. Lead and lag pump shall operate as a function of rising liquid level as determined by the bubbler control (or float control), the pumps shall automatically alternate every start cycle, in case of failure of the bubbler control system; backup float switches shall maintain the system operational. D. For voltage, phase, and horsepower ratings of each control panel refer to drawing. PART 3 — EXECUTION 3.01 INSTALLATION A. The control panel shall be installed as indicated and per manufacturers instructions. B. Level adjustments including float switch settings shall be as indicated. C. Perform all electrical tests as indicated in Section 16010. Project 01-1588.00 16156-2 Village of Key Biscayne March 2007 Zone 1 and Zone 4 END OF SECTION Project 01-1588.00 16156-3 Village of Key Biscayne March 2007 7nne 1 and 7nne EXHIBIT A n rr rr 7-7 77 f 1 r- r1 f-'7 Chapter 17 NOISE* *Editor's note: Ord. No. 2005-18, §§ 2, 3, adopted Nov. 22, 2005, repealed §§ 17-1--17-7 in their entirety and supplied provisions for new §§ 17-1--17-7 to read as set out herein. Former §§ 17-1--17-7 pertained to similar subject matter. For a complete history of former §§ 17-1--17-7 see the Code Comparative Table. Sec. 17-1. Definitions. Sec. 17-2. Prohibited noise disturbances. Sec. 17-3. Noises exceeding established decibel levels. Sec. 17-4. Exemptions. Sec. 17-5. Permits for special events. Sec. 17-6. Enforcement. Sec. 17-7. Penalties. Sec. 17-8. Burglar alarms. 7 Sec. 17-1. Definitions. The following words, terms and phrases when used in this chapter shall have the meaning ascribed to them in this section, except where the context clearly indicates a different meaning: Construction. Any site preparation, assembly, erection, substantial repair, alteration, demolition or similar action, on public or private rights -of -way, structures, utilities or property. Emergency. Any occurrence or set of circumstances involving actual or imminent physical trauma or property damage demanding immediate attention, including, but not limited to, the declaration by the government of a Tropical Storm Warning, Tropical Storm Watch, Hurricane Warning, or Hurricane Watch for the Village of Key Biscayne, including that period of time after such event where essential public services including, but not limited to, utilities, are unavailable. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Columbus Day, Washington's Birthday (the third Monday in February), Martin Luther King, Jr. Birthday (the third Monday in January), Thanksgiving Day, and Christmas Day. Leaf Blower. Any device used, designed or operated to produce a current of air by fuel, electricity or other means to push, propel or blow lawn, tree or plant cuttings, refuse or debris. Motor Vehicle. A two or more wheel vehicle, or machine, propelled or drawn by mechanical power, gas or diesel, and used on the public roads and highways in the .transportation of people or property. Motorboat. Any vessel equipped with machinery for propulsion, irrespective of whether the propulsion machinery is in actual operation. Noise Disturbance. Any sound in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, or which unnecessarily interferes with the enjoyment of life or property, including outdoor recreation, of a reasonable person with normal sensitivities. Any sound generated by activities described in section 17-2, outside the permitted hours, shall be deemed a Noise Disturbance. Noise Receptor Site. An area, parcel, building, structure, hotel room or unit, or dwelling unit which is the recipient of noise emanating from another area, parcel, building, structure, hotel room or unit, or dwelling unit. Plainly Audible. A noise which is unreasonably loud, raucous or jarring. Special Event. Activities or events approved by the Village pursuant to subsections 17-4(12) and 30- 102(e) of the Village Code. Sound Level Meter. An instrument which includes a microphone, amplifier, RMS detector, integrator or time averager, output meter and A -Weighted sound level network with fast and slow integrating time constants, used to, measure sound pressure levels. The sound level meter should be capable of measuring the A -Weighted equivalent sound level (Leq) and maximum sound levels, and shall have data logging capabilities. The meter shall be a Type 1 sound level meter as defined by ANSI Standard S1.4-1983 (R2001), Specifications for Sound Level Meters. Vessel. A boat as referenced in Section 1(b), Art. VII of the Florida Constitution and includes every description of watercraft, barge and air boat, other than a seaplane on the water, used or capable of being used as a means of transportation on the water. (Ord. No. 2005-18, § 3, 11-22-05) Sec.17-2. Prohibited noise disturbances. This section shall be applicable to all property within the Village limits, except properties designated within Hotel Resort (HR), Planned Unit Development (PUD), or Private Club (PC) zoning districts, which shall be governed solely by Section 17-3. Except as otherwise provided herein, it shall be unlawful for any person to make, continue or cause to be made or continued any Noise Disturbance. The following activities are declared to be a Noise Disturbance and shall constitute a violation of this chapter: (1) Horns, signaling devices, etc. The sounding of any horn or signaling device on any Motor Vehicle or Motorboat, except as a danger warning or the creation by means of any such signaling device of any Plainly Audible sound or the sounding of any such device for any unnecessary and unreasonable period of time. (2) Sound amplifying equipment and musical instruments. The using, operating, playing, or permitting to be played, used or operated any radio, television, phonograph, musical instrument, loudspeaker, loudspeaker system, sound amplifier, or other machine or device for the producing or reproducing of sound so as to disturb the peace, quiet and comfort of the neighboring inhabitants, or at any time with louder volume than is necessary for convenient hearing for the person or persons who are in the room, Motor Vehicle, Motorboat or area in which such machine or device is operated and who are voluntary listeners thereto, or the operation of any such radio, television, phonograph, musical instrument, loudspeaker, loudspeaker system, sound amplifier, or other machine or device outside the following permitted hours: a. 7:00 a.m. to 11:00 p.m. on Monday, Tuesday, Wednesday, and Thursday; b. 7:00 a.m. to 12:00 a.m. on Friday; c. 8:00 a.m. to 12:00 a.m. on Saturday and Holidays; d. 8:00 a.m. to 11:00 p.m. on Sunday, in such a manner as to be Plainly Audible at a distance of 100 feet from the building, structure, Motor Vehicle, Motorboat or area in which it is located. (3) Set up and breakdown of certain events. The creation of any Plainly Audible noise during the setting up and breaking down of parties, shows, exhibitions and events or any other gathering outside the permitted hours in subsection (2) above. (4) Animals, pets, birds, etc. The owning, possessing or harboring of any animal, pet or bird which causes frequent or continued noise which is Plainly Audible from any property or residential dwelling unit other than the property or residential dwelling unit where the animal, pet, or bird is located. (5) Exhausts. The discharge into the open air of the exhaust of any engine; stationary internal combustion engine (including power generators), Motor Vehicle or Motorboat engine, except through a muffler or other device which will effectively prevent loud or explosive noises therefrom. (6) Idling of engines. The idling of any internal combustion engine outside the permitted hours in subsection (9) below. (7) Construction. The creation of any Plainly Audible sound in connection with Construction outside the following permitted hours: • a. 7:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday. (8) Firearms or explosives. The use or firing of any explosives, firearms or similar devices, except in an Emergency, or using or firing firecrackers, skyrockets or the like unless approved in advance by the Village Manager in accordance with the procedures set forth in section 17-5. (9) Loading or unloading. The creation of any Plainly Audible sound in connection with the loading, unloading, opening, closing or other handling of boxes, crates, containers, refuse cans or other objects outside the following permitted hours: a. 7:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday; b. 8:00 a.m. to 6:30 p.m. on Saturday, Sunday and Holidays. (10) Commercial maintenance equipment. The commercial operation of maintenance equipment (including but not limited to pressure cleaners, blowers, sweepers or vacuums) which creates a Plainly Audible sound within 100 feet of any residential area outside the following permitted hours: a. 7:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday. (11) Power tools and landscaping equipment. The operation of noise -producing lawn mowers, lawn edgers, weed trimmers, chippers, Leaf Blowers, chain saws, power tools and other noise -producing tools outside the following permitted hours: a. 8:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday; b. 10:00 a.m. to 6:30 p.m. on Saturday, Sunday, and Holidays only for non-commercial operation of noise producing tools. (12) Defect in or condition of motor vehicle, vessel or motorboat. The use of any Motor Vehicle, Vessel, or Motorboat so out of repair, maintained in such condition or loaded in such a manner as to create a Plainly Audible grating, grinding, rattling or other sound. This prohibition also precludes the use of sail cables and riggings in a manner which creates a Plainly Audible sound. (13) Hawkers/peddlers. The shouting and crying of peddlers, hawkers, and vendors. (14) Schools, courts, hospitals, places of religious worship. The creation of any noise on any street or place adjacent to any school, court, hospital or place of religious worship, while the same are in use, which unreasonably interferes with the operation of such institution or which disturbs or unduly annoys the persons within such institutions, excluding those located in single family districts and single family and two-family districts. (15) Aircraft. The use of any mechanical loudspeakers or amplifiers in any moving airplane or any other kind of aircraft, over any part of the Village, for advertising or other purposes. (16) Open air concerts, musical broadcasts, etc. The playing, broadcasting or transmitting of music in such a manner as would reasonably be calculated to attract a crowd or cause persons to congregate in or on any open space, lot, yard, park, sidewalk or street, or to permit the same to occur on or from any property owned, leased or occupied by said person(s). (17) Leaf blowers. The use or operation of any Leaf Blower unless said machine has a stamp from the manufacturer or testing laboratory certifying a rating of no more than 65 decibels. From and after May 24, 2006, the use and operation of any Leaf Blower unless said machine has a stamp from the manufacturer certifying a rating of no more than 65 decibels and incorporates the best available technology for the reduction of noise. (18) Fixed mechanical equipment. The creation of a Plainly Audible sound from the use, operation, or maintenance of fixed mechanical equipment, including but not limited to swimming pool filtration system pumps and air conditioning or ventilation systems. (19) False burglar alarms. False Burglar Alarms as defined in section 17-8. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-3. Noises exceeding established decibel levels. Section 17-3 shall be applicable to all property within the Hotel Resort (HR), Planned Unit Development (PUD), or Private Club (PC) zoning districts. Except as otherwise provided, the generation of any sound in excess of the permitted decibel level established herein shall be deemed a violation of this chapter. (1) Permitted decibel level. The permitted decibel level for noise which emanates from indoor or outdoor activities or outdoor operations (including those conducted from a tent or any other partial enclosure) as measured outdoors at the property line of the Noise Receptor Site which is closest to the site from which the noise emanates, shall at all times be no more than 65 decibels as measured with a calibrated Sound Level Meter. Except as otherwise permitted below, any noise exceeding 65 dBA shall constitute a violation of this chapter. (2) Exceptions. The following activities are permitted to exceed the permitted decibel level only during the hours expressly identified in this section. a. Set up and breakdown of certain events. The creation of noise in excess of the permitted decibel level during the setting up and breaking down of parties, shows, exhibitions and events or any other gathering during the following hours: (i) 7:00 a.m. to 11:00 p.m. on Monday, Tuesday, Wednesday, and Thursday; (ii) 7:00 a.m. to 12:00 a.m. on Friday; (iii) 8:00 a.m. to 12:00 a.m. on Saturday and Holidays; (iv) 8:00 a.m. to 11:00 p.m. on Sunday. b. Construction. The creation of noise in excess of the permitted decibel level in connection with Construction during the following hours: (i) 7:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday. c. Loading or unloading. The creation of noise in excess of the permitted decibel level in connection with the loading, unloading, opening, closing or other handling of boxes, crates, containers, refuse cans or other objects during the following hours: (i) 7:00 a.m. to 7:00 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday; (ii) 8:00 a.m. to 7:00 p.m. on Saturday, Sunday and Holidays. d. Commercial maintenance equipment. The commercial operation of Maintenance equipment (including but not limited to pressure cleaners, blowers, sweepers or vacuums) in excess of the permitted decibel level during the following hours: (i) 7:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday, and Friday. e. Power tools and landscaping equipment. The operation of noise- producing lawn mowers, lawn edgers, weed trimmers, chippers, Leaf Blowers, chain saws, power tools and other noise -producing tools in excess of the permitted decibel level during the following hours: (i) 8:00 a.m. to 6:30 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday. f. Idling of engines. The idling of any internal combustion engine in excess of the permitted decibel level: a. If conducted during the following permitted hours: (i) 7:00 a.m. to 7:00 p.m. on Monday, Tuesday, Wednesday, Thursday and Friday; (ii) 8:00 a.m. to 7:00 p.m. on Saturday, Sunday and Holidays; or b. After 7:00 p.m. and until 11:00 p.m. during the loading and unloading of items from a refrigerated vehicle for a period of less than 15 minutes; or c. At anytime outside the permitted hours during the loading and unloading of passengers from a vehicle for a period of less than 15 minutes. g. Testing of generators. The creation of noise in excess of the permitted decibel level in connection with the routine testing of a generator for a period not to exceed 15 minutes during the following hours: (i) 12:00 p.m. to 3:00 p.m., on Monday, Tuesday, Wednesday, Thursday and Friday. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-4. Exemptions. The terms and prohibitions of this chapter shall not be applied to or enforced against: (1) Any Motor Vehicle, Motorboat or other Vessel or vehicle of the Village, the County, the State or licensed public utility vehicle within the Village while engaged in necessary public business. (2) Excavation or repairs of bridges, streets, highways, street lights or utilities, by or on behalf of the Village, the County, or the State; or performance of such work during the night if the public welfare and convenience renders it impossible to perform such work during the day. (3) The construction of public improvement projects of the Village, including, but not limited to, beach renourishment projects, but solely to the extent authorized by and subject to the conditions set by resolution of the Village Council, as adopted after a public hearing. Any violation of the conditions of the resolution shall cause a waiver of the exemption and shall constitute a violation of this chapter (4) The construction of public school improvements as a project of the School Board of Miami -Dade County, Florida (the "School Board"), including, but not limited to, the improvement of existing schools or construction of new schools, but solely to the extent authorized by and subject to the conditions set by resolution of the Village Council, as adopted after a public hearing. Any violation of the conditions of the resolution shall cause a waiver of the exemption and shall constitute a violation of this chapter. (5) A reasonable use of amplifiers or loudspeakers in the course of public addresses or gatherings which are noncommercial in character. (6) Holiday celebrations held on July 4 and December 31 to January 1, except that this exemption shall not apply and an authorized Village employee may enforce the provisions of section 17-7 if the celebration is injurious to human health or welfare. Holiday celebrations held on Holidays other than July 4, and December 31 to January 1, shall also be exempt, but solely to the extent authorized by and subject to the conditions set by resolution of the Village Council, as adopted after a public hearing: a. If conducted for social, noncommercial purposes at private residences or within common areas of multifamily properties; and/or b. If conducted at restaurants or hotels. Any violation of the conditions of the resolution shall cause a waiver of the exemption and shall constitute a violation of this chapter. (7) Noise produced from lawful governmental activities at parcels located in GU or PROS zoning districts. (8) Any audible warning signals or sounds created, emanated or generated by any vehicle, mechanical or electrical devise, the operation of which is mandated by any federal, state, or local law. (9) Any noise generated for the purpose of alerting persons to the existence of an Emergency, or any noise generated during or in preparation for an Emergency, to prevent imminent harm to life or property, so long as it is the minimal amount of noise necessary to address the Emergency, and the owner, tenant, or authorized representative of the applicable property provides advance notice to the Village Police Department prior to the commencement of such noise generation. (10) Any Noise Disturbance or noise exceeding the limitations in section 17-3 which exists for a period of less than one continuous minute shall not constitute a violation of this chapter unless such noise is purposely interrupted, before again resuming, in an effort to circumvent the prohibitions of this chapter. (11) Any incidental display of fireworks as part of a permissible activity or event on properties within the Hotel Resort (HR), Planned Unit Development (PUD), or Private Club (PC) zoning districts, so long as the total amount of time of the display does not exceed two minutes. (12) Any indoor or outdoor activity, event, gathering, party, or other attended entertainment or celebration which will likely create a Noise Disturbance under section 17-2 or constitute a violation under section 17-3 may be permitted upon the prior approval of the Village in accordance with the procedures set forth in section 17-5. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-5. Permits for special events. The following provisions set forth the procedures for obtaining approvals pursuant to subsections 17-4 (12), and 30-102(e) of the Village Code. Upon written application to the Village, submitted a minimum of 20 days prior to the proposed activity or event, the prohibitions or hour restrictions contained herein may be modified subject to such conditions as the Village may impose. Permit applications for activities or events located within the Hotel Resort (HR), Planned Unit Development (PUD), or Private Club (PC) zoning districts which will likely constitute a violation pursuant to section 17-3 shall be reviewed and may be approved by the Village Council at a public hearing. All other permit applications shall be reviewed and may be approved by the Village Manager. The decision of the Village shall be final and not subject to appeal. (1) Permit application information. Except as provided herein, the permit applicant shall be the owner or the tenant of the property where the activity or event shall take place. The permit applicant for activities or events held on the public beach shall be the owner or tenant of the adjacent property. Tenant applicants shall submit written consent of the property owner with their application. The application for a permit under this section shall contain the following information: a. The name, date of birth, address, and telephone number of the person who will be in charge of the activity or event for which a permit is requested; b. The name of the person or entity seeking the permit; c. The exact date and time for which the permit is sought; d. The exact location of the activity or event for which a permit is requested; and e. A description of the activity or event for which a permit is requested. (2) Permit contents, time restrictions. Permits issued under this section shall specify the date and time during which the activity or event authorized by permit may be conducted. No permit shall be issued which encompasses more than one calendar day, or a span of hours in excess of eight hours. (3) Procedures for administrative permits. The Village Manager is hereby authorized to promulgate reasonable rules and procedures for the application, issuance and revocation of such permits. (4) Criteria for permit issuance; posting of bond. Issuance of a permit under this section shall be based on a determination by the Village that the activity or event for which a permit is requested does not constitute a threat to public safety or constitute a danger or impediment to the normal flow of traffic. The Village may require that a bond be posted in an amount sufficient to secure full compliance with the terms and conditions of the permit and to secure the costs of cleanup, repair or replacement of damage or destruction of property, in an amountnot to exceed $5,000.00, and shall be subject to forfeiture for purposes of paying any such costs. (5) Persons designated as being in charge to be present. The person designated in the permit application required in this section as being the person in charge of the activity or event for which the permit is sought must remain at the location of said activity or event during the entire time stated in the permit. It shall be unlawful and a violation of this section for said designated person in charge to fail to remain in attendance at the location of the activity or event authorized by the permit for the entire time specified in the permit. (6) Conditions on special event permits. The Village shall impose conditions on the issuance of special event permits necessary or appropriate to protect the life, safety and welfare of the Village residents, including but not limited to, hours of the special event. (7) Denial. The Village is hereby authorized to deny a special event permit where the applicant has been issued more than two citations or civil violation notices pursuant to section 17-7 during the preceding 12 -month period or where more than two citations or civil violation notices were issued for activities located upon applicant's property during the preceding 12 -month period. (8) Application fees and delinquency penalty. A permit application fee, as established by Resolution of the Village Council, shall be due and payable at the time of the application. Those applications not timely filed shall be considered delinquent and subject to a delinquency penalty as established by Resolution of the Village Council. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-6. Enforcement. This chapter shall be enforced by the Village Police Department or any other official of the Village authorized to enforce this chapter. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-7. Penalties. (a) Generally. Any authorized Village employee who finds a violation of this chapter, shall issue a verbal warning to the violator requiring immediate correction of the violation. If the violation is not corrected immediately by the violator after issuance of the verbal warning, or the violation recurs within a 12 -month period, the authorized Village employee shall issue a citation or civil violation notice to the violator requiring' immediate correction of the violation, and shall impose a fine in the amount of $150.00 for which the violator shall be liable. If the violation is not corrected immediately by the violator after issuance of the citation or civil violation notice, or the violation recurs within a 12 -month period, the authorized Village employee shall issue a second citation or civil violation notice and shall impose an additional fine in the amount of $500.00. In the event that the violation continues after issuance of the second citation or civil violation notice to the violator, the violation shall constitutea public nuisance and may subject the violator to arrest by a Village police officer pursuant to State law or additional fines of $500.00. (b) Additional notice requirements for violations of subsection 17-2(7). For citations or civil violation notices issued under subsection 17-2(7), Construction, if the violator is not the property owner or the property owner's authorized representative, a copy of each citation or civil violation notice shall be provided to the property owner or the property owner's authorized representative. If the violation is caused by a subcontractor involved in Construction, a copy of the citation or civil violation notice shall also be provided to the general contractor of the work. Further, the general contractor and subcontractor shall be cited and be responsible for a violation of subsection 17-2(7). (c) Repeat violations. Repeat violations of section 17-2 or section 17-3 shall be subject to enhanced fines as authorized for repeat violations by F.S. § 162.09(2)(a). (d) Violations of subsection 17-2(1). Violations of subsection 17-2(19) concerning False Burglar Alarms are subject to the penalties set forth in section 17-8. (Ord. No. 2005-18, § 3, 11-22-05) Sec. 17-8. Burglar alarms. (1) Definitions. (a) Burglar Alarm System. Any assembly of equipment, mechanical or electrical, arranged to signal the occurrence of an illegal entry or other activity requiring urgent attention and to which the Police Department may reasonably be expected to respond, but does not include fire alarms or alarms installed in motor vehicles. (b) Burglar Alarm User. Any person or other entity that owns, possesses, controls, occupies, or manages any Premises as defined in subsection (d) below. (c) False Burglar Alarm. A signal from a Burglar Alarm System that elicits a response by the Police Department when no emergency or actual or threatened criminal activity requiring immediate response exists. This definition includes signals activated by negligence, accident, mechanical failure, and electrical failure; signals activated intentionally in nonemergency situations; and signals for which the actual cause of activation is unknown. It is a rebuttable presumption that a burglar alarm is false if personnel responding from the Police Department do not discover any evidence of unauthorized entry, criminal activity, or other emergency after following normal Police Department procedures in investigating the incident. A burglar alarm is not false if the Burglar Alarm User proves that (1) an individual activated the burglar alarm based upon a reasonable belief that an emergency or actual or threatened criminal activity requiring immediate response existed; (2) the Burglar Alarm System was activated by lightning or an electrical surge that caused physical damage to the system, as evidenced by the testimony of a licensed Burglar Alarm System contractor who conducted an on -site inspection and personally observed the damage to the system; or (3) if the user experienced a power outage of four or more hours, causing the burglar alarm to activate upon restoration of power, as evidenced by written documentation provided by Florida Power and Light Company or other applicable provider; or (4) the alarm was activated by vandals. (d) Premises. The building or structure or portion of a building or structure upon which is installed or maintained a Burglar Alarm System. (2) Registration of a Burglar Alarm System and fee. (a) Registration of Burglar Alarm Systems. All functioning Burglar Alarm Systems which operate at locations within the Village of Key Biscayne shall be registered with the Key Biscayne Police Department by the user within 60 days of the effective date of this section or installation of a new Burglar Alarm System. The Burglar Alarm User shall complete and submit to the Police Department an initial registration or an annual registration renewal with the appropriate fee. Initial registration shall be necessary to register any functioning Burglar AlarmSystem which is not currently registered with the department or upon a change in the user of a Burglar Alarm System. The registration shall indicate the name and telephone number of the owner of the Premises and a person who the Village may contact to disengage a ringing Burglar Alarm System. (b) Registration fee. There shall be an annual registration fee and renewal registration fee of $25.00 for all Burglar Alarm System registrations. Separate Burglar Alarm Systems require separate registrations. The registration period will be for one year. No registration fee shall be required for a replacement Burglar Alarm System where there is no change of owner. A Burglar Alarm User shall conspicuously display on the front door or window closest to the door, if accessible from the front door area, a current registration decal. The fine for failure to timely register, renew or display a current decal shall be $100.00. (c) Change in registration information. In the event of a change in any of the information required as part of the registration, the user shall notify the Key Biscayne Police Department of the change. An updated registration shall be filed within ten days of any change. The fine for failure to timely notify the Village of a change shall be $100.00. (3) Required equipment in a Burglar Alarm System. A Burglar Alarm System User shall not use a Burglar Alarm System unless that Burglar Alarm System is equipped with: (a) A backup power supply that will become effective in the event of power failure or outage; and (b) A device that automatically silences the alarm within 15 minutes after activation. (4) False Burglar Alarm Prohibited; Penalties. No Burglar Alarm User shall cause, allow, or permit the Burglar Alarm System to give a false alarm. Any authorized Village employee who finds a violation of this subsection shall issue a verbal or written warning to the violator for the first three violations. After the third violation in a calendar year, the authorized Village employee shall issue a citation or civil violation notice imposing a fine in the amount of $250.00. (Ord. No. 2005-7, § 2, 5-24-05) EXHIBIT B r_, f"-1 f-" 1 r'-1 r -1 r^ I- f-7 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the VILLAGE OF KEY BISCAYNE, FLORIDA by: (print individual's name and title) for: (print name of entity submitting sworn statement) whose business address is: and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: - - .) 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. Shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relations to the entity submitting this sworn statement. (Indicate which statement applies). q Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. q The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. q The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature Sworn to and subscribed before me this 20 Personally known OR Produced identification Notary Public — State of P day of , Type of identification My commission expires: Printed, typed or stamped commissioned name of notary public EXHIBIT C I 11111 IIINII = M N N N NM= M MI M 11111 MO i IIIII OM N Village of Key Biscayne 88 W. McIntyre Street Key Biscayne, Florida 33149 Date Re: Village of Key Biscayne Zone 1 and Zone 4 Utility Improvements Dear Resident: This letter is to inform you that construction work crews from will be working in your area starting on . We employed this Contractor to construct new water and sewer utility systems. The purpose of the work is to improve the infrastructure within our neighborhoods. During construction, traffic flow and access will be affected. All efforts will be taken to minimize disruptions to and impacts on area residents. Should you have any questions regarding this project, you may contact Mr. Jose Lopez, P.E. at 305-365-7581 or at jlopez@keybiscayne.Fl.gov. Your cooperation in helping us carry out this work is greatly appreciated. EXHIBIT D MI 11E1 1111111 I• MI IMII INS IMO =1 =1 11111 INI1 1 IMP! I SIP 10 IRR NIP Date: APPLICATION FOR PAYMENT NO. Project No. To: (OWNER) From: (CONTRACTOR) Contract for: For Work accomplished through the date of: , 19 SUMMARY OF CONTRACT AMOUNTS 1. Original Contract Price: ... $ 2. Change Orders No. through: ...... ... ... ... ... ... ... . ......... .... $ 3. Contract Price with all approve Change Orders: $ 4. Work completed to date: .............. .... ... ... ... .:...... ... $ 5. Less (10%) Retainage: ... ... ............... ........ $ 6. Amount due to date : ... .......................................... ... $ 7. Less previous payments (or applications): ...... ... ... $ 8. AMOUNT DUE THIS APPLICATION: $ Note: This application must be accompanied with the Certification of Contractor Form and worksheet for completed items as shown on page 00800-10. Accompanying Documentation: Payment of the above AMOUNT DUE THIS APPLICATION is recommended. . Dated: , 19_. By: Project Manager 1♦INS I� Project: am me um am r NIS APPLICATION FOR PAYMENT NO. Contractor's Schedule of Completed Work It ems Owner's Contract No.: Engineer's Project No.: For work accomplished through the date of: , 20 Sheet of . Item No. Descripti on ORIGINAL CONTRACT QUANTITIES WORK COMPLETED Quantity I Unit Unit Price Amo unt Quantity Amount Totals (Original Co ntract) Change Order No. 1: Change Orde r No. 2: PROJECT TOTAL: $ $ $ $ $ $ $ CERTIFICATION OF CONTRACTOR According to the best of my knowledge and belief, I certify that all items and amounts shown on Application for Payment No. are correct, that all work has been performed and/or materials supplied in full accordance with the terms and conditions of this Contract, dated , 20__, between (Owner) and (Contractor); I further certify that all just and lawful bills against the undersigned and his subcontractors and suppliers for labor, material and equipment employed in the performance of this Contract have been paid in full accordance with their terms and conditions; that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged; and that there are no Vendor's, Mechanic's or other Liens or rights to liens or conditional sales contracts which should be satisfied or discharged before such payment is made. Date: Contractor: STATE OF FLORIDA) ss COUNTY OF ) Personally appeared before me this day of , 20 , known (or made known) to me as the (Owner) (Partner)(Corporate Officer)- Give Title of Contractor(s), who subscribed and swore to the above instrument in my presence. Notary Public - (Type Name) State of Florida -at -Large My Commission Expires: The Contractor shall execute this Certificate and attach ft to each Application For Payment. AFFIDAVIT STATE OF FLORIDA) ss COUNTY OF ) Before me, the undersigned authority, authorized to administer oaths and take acknowledgements, personally appeared , who, after being first duly sworn, upon oath deposes and says that all lienors contracting directly with, or directly employed by (him, them, it) and that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act) as amended, have been paid and discharged, and that all bill, wages, fees, claims and other charges incurred by in connection with the construction of have been paid in full. SIGNED: By: WITNESSES: SWORN AND SUBSCRIBED TO BEFORE ME THIS day ,20 AD. Notary Public State of Florida -at -Large My Commission Expires: FINAL RELEASE OF LIEN KNOW ALL MEN BY THESE PRESENTS, that for and in consideration of the sum of Dollars ($ ) paid to by the , receipt of which is hereby acknowledged, do(es) hereby release and quitclaim to the Village of Key Biscayne, the Owner, its successors or assigns, all liens, lien rights, claims or demands of any kind : whatsoever which now has (have) or might have against the property, building, and/or for any incidental expense for the construction of: thereon or -in otherwise improving said property situated as above described. IN WITNESS WHEREOF have (has) hereunto set ' hand and seal this day of , 20_, A.D. WITNESS: (Seal) SWORN AND SUBSCRIBED TO BEFORE ME THIS day of , 20_ A.D. Notary Public State of Florida at -Large My Commission Expires: , EX HIBIT E MINI OM MI IMO IIIIII Oil MIN i i i i i i i i i } J Geotechnical Engineering Study GEOTECHNICAL ENGINEERING STUD PROPOSED DRAINAGE IMPROVEMENT VILLAGE OF KEY BISCAYN KEY BISCAYNE, FLORID) .1 Prepared F WILLIAMS, HATFIELD & S TONER, IN' 3191 Coral Way, Suite 8l Miami, FL 3314 Prepared B! LANGAN ENGINEERING AN ENVIRONMENTAL SERVICES, INC 20803 Biscayne Boulevai Suite 11 North Miami Beach, FL 331P Rudolph `P.Frizzi, P.E K. Pet- Yu, P. 6 January 195. 602510 .T Langan Engineering and Environmental Services, Inc. i CONTENTS ' Page INTRODUCTION PROJECT DESCRIPTION 1 1 SUBSURFACE INVESTIGATION 1 Field Investigation Laboratory Investigation 2 SUBSURFACE CONDITIONS Fill (Stratum 1) Intermixed Sand, Silt, and Peat (Stratum 2) Shelly Sand (Stratum 3) Umerock (Stratum 4) Sand (Stratum 5) Groundwater FOUNDATION EVALUATION FOUNDATION RECOMMENDATIONS CONSTRUCTION DOCUMENTS AND ENGINEERING INSPECTION LIMITATIONS FIGURES 1 BORING LOCATION PLAN 2 BORING PROFILE A -A 3 BORING PROFILE B -B 4 BORING PROFILE C -C APPENDICES A BORING LOGS B SUMMARY OF LABORATORY TEST RESULTS 2 2 3 3 3 4 4 5 6 INTRODUCTION We have performed a geotechnical study for the proposed storm drainage basin and well system for the Village of Key Biscayne, Florida. The purpose of the study was to: 1) obtain subsurface site information in the vicinity of the proposed drainage basins and the general Village area, and 2) evaluate the results of the investigations and develop appropriate foundation recommendations for the proposed construction. Our work was done in general accordance with our 19 November 1993 proposal, and subsequent written authorization by Ms. Linda Bell of Williams, Hatfield & Stoner, Inc. given on 30 November 1993. Our understanding of the proposed project is based on information furnished by and discussions with Ms. Bell. PROJECT DESCRIPTION The proposed construction is to consist of a drainage basin and well system installed within the Village of Key Biscayne. A series of drainage basins with deep wells, settlement tanks, catch basins, and associated underground piping are to be constructed. Drainage basins and tanks are to extend about 9 ft to 10 ft below existing grades. The pipe is to be either 18 -in or 24-in-dia corrugated bituminous coated steel or aluminum with invert about 5 ft below existing grades. No change in existing grades is proposed. The existing grades within the roadway "right-of-way" typically range from about el +4 to el +5.5. Based on our review of historic aerial photographs on file at the Dade County Building and Zoning Department dating back to 1993, no noticeable significant changes in the existing shoreline or general Village topography appear to have occurred over the past 30 years. SUBSURFACE INVESTIGATION Field Investigation A field investigation consisting of drilling 12 borings was performed on 13 and 14 December 1993. The borings are identified as B1 through B12 and their approximate locations are shown on Figure 1. Borings B3, B5, and B9 were each drilled to a depth of 30 ft, and the remaining borings were each drilled to a depth of 20 ft at general locations laid out by Ms. Bell. All borings were drilled by TMD Services, Inc. of Port St. Lucie, Florida using a' Mobile Drill B53 All Terrain Vehicle (ATV) rig under the full time inspection of our Staff Engineer, Mr. Tony Nichlany. Complete underground utility mark-outs%were ordered from Underground Notification Center Liaison for 1 Excavators (UNCLE) and performed by others prior to drilling any of the borings. Standard Penetration Testing was done continuously in the upper 10 ft, and at 5 ft intervals thereafter in each boring. Standard Penetration Resistances, N -Values, along with classifications of the recovered soil and rock materials were recorded on field boring logs. Copies of these logs are given in Appendix A. Representative samples were taken from the borings and shipped to our Geotechnical Laboratory for confirmation of field classifications and testing. All boreholes were backfilled immediately after completion. Laboratory Investigation All soil and rock samples .vere visually examined and classified in our Geotechnical Laboratory. The laboratory investigation consisted of 29 natural water content (ASTM D-2216) soil index property determinations. The laboratory test results are summarized in Appendix B. SUBSURFACE CONDITIONS Based on the borings drilled for this study, the generalized subsurface conditions at the project site consist of five strata. They are, in descending order fill; intermixed sand, silt, and peat; shelly sand; limerock; and sand. Boring profiles showing the generalized subsurface conditions are included as Figures 2 through 4, respectively. The following describes each stratum and the observed groundwater conditions.' Fill (Stratum 1) The fill stratum generally consists of fine sand with some limerock fragments and varying proportions of silt. Its thickness ranges from about 1 ft to 6 ft, and averages about 3 ft thick. N- values ranged from 7 blows/ft to 32 blows/ft, and averaged 18 blows/ft. Intermixed Sand, Slit, and Peat (Stratum 2) Below the fill, a stratum of intermixed sand, silt, and peat was found at elevations ranging from about el +3 to el -1. N -values in this stratum typically ranged from 2 blows/ft to 7 blows/ft, and averaged 4 blows/ft. Natural water contents typically ranged' from 31% to 389%, with the high natural water contents measured in samples containing higher proportions of peat. In the general Village area, the thickness of this stratum was typically found to range from about 3 ft to 5 ft. In 2 borings B1 and 82 drilled on Mashta Island, it was found to be about 17.5 ft and 14.5 ft thick, respectively. This stratum was found to be 8 ft thick in Borirrg B3 drilled on the western edge of the Village near Hurricane Harbor. Shelly Sand (Stratum 3) The shelly sand stratum was found at depths ranging from about 4 ft to 11 ft (about el 0 to el -6) below the ground surface in the general Village area. It was found at depths of about 19.5 ft (about el -15.1) and about 17.5 ft (about el -13.1) in borings B1 and B2, respectively drilled on Mashta Island. Based on borings that, penetrated this stratum, its thickness was found to range from about 10 ft to 16 ft. This stratum is generally medium dense, with N -values typically ranging from 6 blows/ft to 33 blows/ft, and averaging 23 blows/ft. Limerock (Stratum 4) The limerock stratum is light tan to white oolitic limestone of the Miami Formation and was found in borings B3, 65, and B9 at depths ranging from about 19 ft to 22 ft (about el -15). The remaining borings were terminated above this stratum. Based on the two borings that penetrated this stratum, the limerock was found to range in thickness from about 7 ft to 9 ft. This stratum is moderately to well cemented with measured N -values ranging from 12 blows/ft to 34 blows/ft, and averaging 23 blows/ft. Sand (Stratum 5) The sand stratum found in borings B3 and 85 is comprised of loose to medium dense light gray to green fine sand of the Fort Thompson Formation. Two N -values in this stratum measured 8 blows/ft to 14 blows/ft. Groundwater Groundwater levels were first found in the borings at depths ranging from about 3 ft to 6.5 ft (about el -2.5 to el +1.5). The lower groundwater levels found in selected borings are not expected to reflect the overall groundwater level within the Elie area. Rather, the groundwater level within the site area is expected to be typically found at depths between about 2 ft to 4 ft (about el +1 to el +2) and to fluctuate with the tide in the nearby Biscayne Bay and Atlantic Ocean. The latest Flood Insurance Rate Map (FIRM) number 12025CO281H (panel 281 of 575) 3 effective 20 January 1993 indicates the 100 year flood level in the project site area varies from el+9 toe1+12. • FOUNDATION EVALUATION Potentially compressible soils were typically found within about 6 ft to 9 ft below the ground surface in the general Village area, and to as deep as about 19.5 ft in the Mashta Island area. Based on our review of historic aerial photographs, the existing Village of Key Biscayne does not appear to have had significant changes in shoreline or topography over the past 30 years. Therefore, the compressible soils have been consolidating for over 30 years under the existing overburden. Due to the presence of organic matter, long-term compression of these soils is expected to continue at a reduced rate in proportion to the logarthm of time. This is known as secondary compression. Based on our extensive experience concerning the long-term compression characteristics of similar soils, we anticipate the future compression of these soils over the next 30 years would be about 0.5 inch 'to 1 inch. This settlement is due to continuing secondary compression presuming no new fill is placed to raise grades in the area of the proposed construction. This magnitude of future settlement is expected to be within tolerable limits for typical storm drainage construction. Since the proposed drainage basins and tanks are to extend to about 9 ft to 10 ft below existing grade, the potentially compressible soils of Stratum 2 would likely be removed in the mass excavation work done in the general Village area. At drainage basin and tanks installed on Mashta Island and along all pipe alignments, these soils would likely exist below the normally required excavation depths. Since the mass excavation would result in a reduced stratum thickness, future settlements due to continued consolidation of these soils are expected to be minimal during the design life of the proposed construction. Although future settlement could be practically eliminated if all the Stratum 2 soils were removed, this is not considered necessary or practical. Removal of these soils to 2 ft below the pipe or drainage basin/tank invert (or to the underlying shelly sand stratum, whichever is found first) and replacement with 3/4 -inch crushed stone is expected to be satisfactory. FOUNDATION RECOMMENDATIONS The proposed drainage structures and pipes may bear on proper bedding placed on the 4 excavated subgrade after performing Stratum 2 removal as discussed the following criteria. In areas where soil of Stratum 2 is found at the proposed drainage basin, tank, or pipe subgrade levels, this soil should be removed to a depth of 2 ft below the invert level, or to the underlying shelly sand stratum (whichever is encountered first), and replaced with 3/4 inch crushed stone. The drainage basins and tanks should be placed, filled with water, and allowed to sit for at least 3 days before pipe connections are made. In areas where mass excavation results in the Stratum 2 soils being completely removed at the excavation subgrade level, a minimum of 6 inches of 3/4 inch crushed stone may be used. No other special procedures would be required. To minimize the excavation area and to maintain a safe and stable excavation, we recommend sheetpiles be used for the installation of the drainage structures that are to extend 9 ft to 10 ft below existing grades. Trench boxes may be adequate for drainage pipe trench excavation support in areas where excavations are to be 5 ft below existing grades. If no lateral supports are used in the excavations, the excavation sides should be 'sloped in accordance with all applicable safety codes and regulations. 1 i 1 The excavated Stratum 2 soils should be immediately loaded and trucked off -site, and not left on - site in stockpiles. Inorganic granular soils excavated during the mass excavation work can be reused as compacted backfill. All necessary backfilling work should be done in properly dewatered excavations. The backfill should be placed in maximum 8 -inch -thick loose lifts and compacted using a suitable hand operated vibratory compactor to at least 95% of the material's maximum dry density as determined by ASTM D-1557. If dewatering is not accomplished, 3/4 inch crushed stone should be used as backfill to the water table. A layer of filter fabric, such as Mirafi 140N or equivalent, should. be placed over the crushed stone and the remaining trench should be backfilled and compacted as recommended above. CONSTRUCTION DOCUMENTS AND ENGINEERING INSPECTION We should review the project construction documents to assure the recommendations given herein are properly incorporated. We also recommend that all excavation and backfilling work be inspected. and tested by a representative of our firm. Our inspection is an integral part of the recommendations given jierein, and is necessary to maintain the continuity of our responsibility on the project. 5 1 LIMITATIONS The recommendations given in this report represent our best engineering judgement as to the appropriate foundation system and associated site preparation procedures for the proposed construction. Any changes or revisions in the current development plans may have a significant impact on the recommendations given herein. These changes or revisions (if any) must be immediately brought to our attention such that the appropriateness of our recommendations can be evaluated. Due to the presence of organic soils and the fact that certain special site preparation procedures are required, our continued involvement on the project, including our review of the project construction documents and full-time inspection during the work, is necessary for us to assume any responsibility for the recommendations given herein. 6 0 0 1 + 6 7 CRANDON PARK as, CITY LIYIIS Al NORTH LWE OF BLL OAGGS STATE PARK VILLAGE OF KEY BISCAYNE, FLORIDA WILLIAMS, HATFIELD & STONER, INC. NOTES: 1. ALL BORING LOCATIONS ARE APPROXIMATE. 2. BORING LOGS ARE INCLUDED IN APPENDIX A. - Langan Engineering and Environmental Services, Inc. 100 cSRK NJ . NEW TORT N1 . YI*V. I1 .utet c.... er r. Mr. ttlfw o. VILLAGE OF KEY BISCAYNE BORING LOCATION PLAN KEY BISCAYNE FLORIDA _-. ACV) rt1 I__ - NTc I_ -- Alf, ,.,t,tt1•I I M MI E M I = U iJ _- -- >,J 7 — 0- 5 — 10— �a. 'C.— r� :0— I• —, — r 4.4) flII 1r 7 Iy !Z I:••r At:/,ND 77X • .-^-1PeoT 71.9 i [I4 L 0 i�Gll• � �',I� [\ �U Is rzttL• • •LAtni 5rwd is Claye .1 ',IL7" ca ..2l e.111 SD.» +ow e/Maf .30t I. ES S1,e ,IIA1 1.11 �N9 001 Iric LIME -9 C-4. P -7 (iL. +4.D, w IJ Pis 47iIt11 .a/.evt 7S 6;I C.!al .l l Sl'�S• 1•I Ou :�ml4�fr .; I , Itl;t 4 :5 11 4 SlneJi`� `26.3.1t> LEGEND • V W ATER LEVEL W HEN FIRST FOUND IN BORING N STANDAR D PENET RATION RESISTAN CE . N•VALUE IBLOWS/FO OTI . NATURAL WATER CONTENT I%1 . NOTES • 1. SEE FI GU RE I F OR BORING LOCATIO NS. T. T HIS B ORING PR OFILE GI VES ONLY A GENERAL DESC RIPTION OF THE DIFFE RENT STR ATA E NCOUNTERED. REFER TO INDIVI DUAL BORING L OGS FOR M ORE COMPLETE DESCRIPTIONS . 3. SOME VARIATIO NS IN STRAT UM THICKNESS A NO M ATE RIAL CONSTIT UE NTS SH OULD BE EXPECTED BEYONO B ORIN G LOCATIONS . L. ELE VATI ONS AT BORI NG LOCAT IONS ARE APPROXIMATE AN O WE RE INFE RRED FROM PRELIMI NARY S URVEYS D ONE BY WRL AMS HATFIELD S STO NER. INC . VILLAGE OF KEY BISCAYIBNE Langan BORING PROFILE A —A Engin eering and Environ men tal Services, Inc. rev wlcrArus 6-3 w _N FILL 4+-4 4 L .'"C- ' ' ,IV 210 0O - la 1 Iz - i 51L.r • : 1s O i'riC ! t eP'y (EL.+ 4.0) LA a Gsr - .V, 12 .7 7L Ir ." X nix 11 5-11 t 3—Ip (IL..4.3) (EL +4. o) a FALL:d Pit- 4-,A4 �J�LT,FF Au rcnls •..d nwA4.4;tL 7 Pa .r Z.1 24, 10 10 • 5 gni SpNp 711 .paw 'SO NG 3j 17 7 .5 gl�oltl� 14 ) S.EG EN O• .1 WATER LEVEL WHEN FIRST FOUND IN GO RI NG. N STANDARD PENETRATION RESISTANCE, N•V ALUI (SLOWII OO T1 . yI NA TURAL WA TER CONTEN T I%I. I 16 ILL_1'� h n.1d 71% CL..1tL1 "711_i,tiA cc��esl'. �.A.1A 4 4 044 :24 4-13_47 .PL r' ,4 — Ve Af B0ZI- IMN11l 36:,0 5922 i4f 6,111 S4f1G. IT a c4ptnl ii JL,L-1L SAME> 7 17 NOTES; 1. SEE FIGURE 1 F OR B ORI NG LOCATI ON S. 1. THIS GORI NG PR OFILE GIVES ON LY A GE NERAL DESCRIPTI ON OP THE 01 STR ATA ENCO UNTERED. AEFE R TO INDIVIDUAL GO RING LOOS FOR MORE C OMPLETE DESCRIPTI ONS . 1. SOME V ARIATI ONS IN ST RAT UM THI CKNESS AND MATERI AL CO NSTITUENTS SHOULD SE E XPECTED SEYONO GORING L OCATI ONS . ELEVATIONS AT SORINO L OCATI ON* A RE A PPN0XIMAT■ A ND WEB S IN FERRED FROM PREIJMIN ARY SURVEYS D ONE SY WIWAUS HATFIELD A STONE R. INC . • 17, 1 �--- I ann.... VILLAGE OF K EY BISCA YNE MN MNM E MINI MINI MIMI MINI MI N 1111111 Ol111 M MIN Mil MIN Eli IMO VIM MI -'0 _ 4 L7 - LO- - o- - 1 a• -Z ( t4. 4) (et_ 4.4) N )t FILL: -L. d 4, 1-6'0" SKL-r I I — y6. t.1G SILi-• 14 4 D+,1D 4PE�i 4 — — — Silh1 %.1 �II)� `2`.Np avo t itoti Fibeou$ P% Ar St.4111.1SA D LEGEND' ' •' FILL: Sand I ., GI • f }s 116,110.1 SQI.Ua .4 FILL • ")and 5 Pc aLh� fine SG ND 15 • .I 112311 t 1 `,7A! IC 57 a: -2- "I4 BILL: S.nd 1. roclu -6 7 L5 14.11 ‘21ii ti 'AMC) 15 L4 ..f . WATER LEVEL WHEN FIRST FOUND IN BORING . I. SEE FIGU RE I FOR PO RIN G LOCATIONS. N STAN DAR D PENETRATION RESISTANC E, N -VA LU E (OLOWSN'OO T1. 2. THIS PORING PR OFILE GIV ES ONLY A GENER AL DESCRIPTION OF THE DIFFERENT STRATA ENCO UNTERED. PUERTO IN DI VI DUAL BO RI NG LO GS F OR ,.O NATURAL t CO NTEN T 1%). MORE COUPLETS DESCRIPTIONS. S. SOME VARIA TIONS W STRATUM THICKNESS AND MATERI AL CONSTITUENTS SHOU LD eE EXPECTED BEYOND BORING LOCATIONS. 4. ELEV ATIONS AT COR ING LO CATIO NS A RE APPROXIMATE AND WERE INFEARE O FRO M PRELIMINARY SURVEYS 00112 ST WR UAMS H ATFIELD S. STONER . INC . a•. 90140 4. sit: ..er uaii . ;IL .4 9 LT, FILL : `Awl •Li L__ . ./,..Is 5 111 n c ,tt,1 `>t')G 7 -10 ._ (— 7 L -15 J "Gb1.1-if;. LIMfs gnc.L 14 rink Sic - -2o -Z5 W :1 • - • VILL AGE OF KEY BISQIIY'FIE — Lang an En gin eerin g end Environ mental Servic es, Inc. I--. ____-_B Oi1N G PR OFILE C. —C. APPENDIX A BORING LOGS 1- L...7 Langan I Engineering and Environmental Services, Inc. LOG OF BORING. 8-1 SHEET 1 OF 2- •POJECT /%',t SED dre:V//riA4E,4(/2/ a/Ez PROJECT NO. .RATION /' ///.rpe o/` ,- f SI:S-0ti'ya P AZ WILLING AGENCY ELEVATION AND DATUM DATE STARTED 2/'4/� J' DATE FINISHED I .. '/, 10.20 WILLING EOUIPMENT ••• in E..IG, COMPLETION DEPTH Z-0 el - ROCK DEPTH SZEANDTYPEOFBIT Z�s t� ✓• rf:':.J CC: Ye_ r-:•rlt- NO. SAMPLES GIST. 1i,„ FIRST 71 COMPL. - Eruoct UNDIST. - CORE - CASING PP !'' f./,! 1(7 �- WATER LEVEL 24 HR. CASING HAMMER WEIGHT DROP SAMPLER 2,-r .4. S/p/7C eo✓4 SAMPLER HAMMER WEIGHT r/yp 4;6". DROP YQr;./ FOREMAN 7!,4•1- 141.N TI 1 INSPECTOR r t`e .items -41.„ r SAMPLE DESCRIPTION DEPTH SCALE G 0 0 Z SAMPLES W ti 0 w a �H3 Z w W¢m REMARKS (ORILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) ' , _ t sez ra4vl I1(11 E•yri e2AND 1 f I 1 1 II 1 1 1 I G4r—.1 e• -I til it LT, f•rau..(tu,zpnct C -r• . ;:. ,;�. • „ ' •. a7Ct '1'1'4 L treA 1' (,4rc'IS I Tar And 'V0 (l7a\De..aof1L_r Ire cG vac t:. i ii'L4147il11 ( i 7At47. ha '.c2 Zine-� Dar le- b '2VJ N P A l 1 2 — 3 — 4 _ 5 — 6(441 f +t-c..5I I oreta> ele 4C. , - Per Grce.j 4%0%1 •it .. `a1�I.1D �'-,re.. a,i}hA C.; N. sr\t.ln —10 —11 w� 79 • I'- 3z S _ 4 J 4 4 I; • 7C _ 12 —13 0 II 14 4 ''20114.19I ig I .1..; • is � Langan IMF- Engineering and Environmental Services, Inc. JOB NO. LC.727loI DATE LOG OF BORING NO. SHEETZ OF L SAMPLE DESCRIPTION . DEPTH SCALE SAMPLES DEPTH OF CASING. FLUID LOSS. ETC.) 8 0 E4 • r• § d0• 6 y a w REMARKS (DRILLING FLUID. CASING BLOWS, G-I>t „mod a4ocK IC-�j rowx SI {-.� r�NfJ a�,d f-iborovs P&Or, I-r�lc.. S(,�)ls . - 1 so (IA-d1*,. 114,-"`{ ` _ �loj d N N 5 olit►JG i'�'"el-trJAc--rte' (9GI=2.°i ` _ -1 --1 _ ...., _ -a — —I — _� , Io, 4;11 1/1ol„t, Lu11'.s I i r 1 J J J L 1 l �i Langan Engineering and Environmental Services, Inc. LOG OF BORING 8 _Z SHEET 1 OF z - PROJECT /%', i SAD 4 ,'441 A,dO G/E2e J3'.f3 1f PROJECT NO. G aZ ,$`/O / LOCATION i'i/49C v/ icy CJ..Scaya P AZ DRILLING AGENCY /y%4/ fP/diCe• '4 DRILLING EOUIPMENT • IJIOP�IL'✓ Ot.:12-ti '- ' G r C.lc., SIZE ANOTYPE OFBIT 27/,. ;r. ca TKICcA1::; .20 aCi tit CASING D'U"U IIJG. MUD I►J Lice) cr Cr�rcr-!r. TWEIGHT — I DROP CASING HAMMER SAMPLER 24 O.4. f.,,/;e .orlonSAMPLER HAMMER IGHT /yp / I DROP ,3C:),•,:i ELEVATION AND DATUM 41proy.eI. s4,4 DATE STARTEDI 12- /f4/'” DATE FINISHED I COMPLETION DEPTH ROCK T.7 E DEPTH �E foty;.4 NO. SAMPLES GIST. II UNDIST. CORE — WATER LEVEL FIRST 3 f J COMPL. — 24 HR. — FOREMAN INSPECTOR TONY MI �t-tL�NY SAMPLE DESCRIPTION DEPTH SCALE SAMPLES U ti o. z t~ 0 U W ti I- I- I- V) Zwj tL [O REMARKS (DRILLING FLUID. DEPTH OF CASING, CASING BLOWS. FLUID LOSS, ETC.) �G^iVL4SS tti7Tt�i` GI Ire I TOM ciVL, %1JD ,),) IroGLIYAgrnt:,;i IIYat,L root - 1 — — 2 C �a�cc� `�1L-ryrrace�Y 5ci Du.•k—VT0Wn (i60-1 s roar Dr6avo � Q I J7J) 3 t- 4 5 — 6 7 — 8 —9 — 10 - 11 12 —13 .51A tr S d 4 12 4n 0 N 0 1 �r• Q' n 4 3 13 rJ Glu(IAA el c let1 S iv4 L1 it. kiwi 11'1%41 im (C ? ; C Yn r '. t I'o l lrw rwormer Langan Kw' Engineering and Environmental Services, Inc. JOB NO. 6702- ,101 DATE 'z44,4' LOG OF BORING NO. >3 -z SHEET z OF 2 - SAMPLE DESCRIPTION DEPTH SCALE SAMPLES 8 • z E .. • REMARKS (DRILLING FLUID. DEPTH OF CASING GLOWS. FLUID LOSS. ETC.; —IC. -- _ _ ( L din €7,TYO IZ PV,{ i Q. 11G ItavA !. Veel cc..„ VA r Sr al 1.--e-1 hi ON -4;60E7 — r Z - - 4 i& 4\ s`7�iIJG1�"e,unNA� & a =204- . • -., _ _ _ 114,1c,`-; it tI,ok. N)A.c., clan cAmi,,v, ,,,,,vvvie.c.s,-0. F Langan Engineering and Environmental Services, Inc. LOG OF BORING 8 ^ , SHEET 1 OF 2- PROJECT /4v/osz-d o,P�/N.VE".,4(21 wE2‘ PROJECT NO. oz,s7O/ LOCATION ELEVATION AND DATUM Ari 1,19,(. C.1. + 4.1 DRILLING AGENCY r T9/.l .�P/diLPI� �+�c. DATE STARTED I LI 4) S�c DATE FINISHED t Z f� ` / DRILLING EQUIPMENT • Mg°I1. 00.1!-G P.2- -72 /T -k/ E..16, COMPLETION DEPTH 270 (t, ROCK DEPTH 10 c),. SIZE AND TYPE OF BIT 2• 7/Esj �/n, q6 '(tlGt'.•'►`1e, rz. rY• t. tz r, (r NO. SAMPLES DIST. IL_ UNDIST. - CORE - CASING QI°.tlLi6l& t400 t1J UE.9..J C'F CbS.IA JG WATER LEVEL FIRST •J COMPL. -- 24 HR. ..- CASING HAMMER WEIGHT SAMPLER 2'- 0.4. tr,/;d.SAMPLER HAMMER EIGHr /,j/ dCa 7 DROP FOREMAN TGt4"( IAocr1N INSPECTOR 17.9t-4"( ►NIL* -1L .. - SAMPLE DESCRIPTION Oak I :7't.'' =.I .:' 01. +;} 1 V�(. r7(.` t11), Iyace- re04.. I-vo.n1'1AC.vtk-gi • art -1 Cil&t, x,1464 4,1 SIL_r Pc; v'!e=17rekq (1.10.71-e 5 Pezr VpWH i OYOU5 6 I orvw►;sln - rui , j) 6.1 e.. 561.lpl amL C .rn 5a ND DEPTH SCALE 1 — 3 _ 5 7 — — 10 — 11 — —12 —13 SAMPLES REMARKS (DRILLING FLUID. DEPTH OF CASING, CASING BLOWS, FLUID LOSS. ETC.) IL A. e,::;, , .•_l ',._II - e:,-Aw irk... r _ Ci1L1 1 1i3Oo:'GTj! is .'; =, 01- <N' I!oYi CLO•w' e tvt(&rrGoi frCfre oftatAr,C vti.ra�Lr,�! 1-ollrytn. l'OaVail 1-0( ��.�� Langan Engineering and Environmental Services, Inc. ( JOB NO. (��ZSIot DATE I Zf 4ld7 LOG OF BORING NO. 1'-3 SHEET Z- OF SAMPLE DESCRIPTION DEPTH SCALE SAMPLES i REMARKS (DRILLING FLUID, DEPTH OF CASING, CASING BLOWS, FLUID LOSS, ETC.)  - I - I vwl LLt t C I��JO�� t'Au rani' ; cvs G UliiY' X' tG. _ 6 -4 (1 �%�� o , sa �%mac._ -- IAvac vczk-k, d'r; U t nq 3 i2 N40 c e va kc. ci. i I `l ,fvt) 7 (S julode(ra.i-c. cl.ri GLakw1 4 11 'nett._ ur;',1 dNi,��u��w�%����, ��y��an I9vr coY:nt,lznc.r. . 1 Engineering and Environmental Services, Inc. LOG OF BORING SHEET 1 OF z PROJECT /Viol's' -D O,PA/,ri4w-,4,/i wEzz PROJECT NO. ozS7o/ LOCATION �;i//ye 477 ,&y l.:sC47)01 P FG DRILLING AGENCY DRILLING EOUIPMENT I.4OC%7I.I%; -L- r3-5'> Ar 2IG, SIZE AND TYPE OF BIT 2 i •.:7 %Z! : �t-�1C *=E': 1-:•! ELEVATION AND DATUM A np,-ox. + l DATE STARTED `/J DATE FINISHED / 11..Io pt COMPLETION DEPTH CASING DL,I(,LI /.4Oi :N ! ' O or" C.c:- •P.4:. CASING HAMMER WEIGHT - DROP SAMPLER 2-%r 04. S /. .ioda.7 SAMPLER HAMMER (EIGHT /5/p DROP ,30 7 jp Ct. NO. SAMPLES WATER LEVEL FOREMAN O1ST. I O ROCK DEPTH IJo 1- (MAA,s4 UNDIST. .. CORE - FIRSTG,S c COMPL. 24 HR. INSPECTOR SAMPLE DESCRIPTION SAMPLES DEPTH v `4.1. �y2 SCALE o8 Z W Z ii ¢ m REMARKS (DRILLING FLUID, DEPTH OF CASING, CASING BLOWS. FLUID LOSS, ETC.( �61.10 CUIh6Co k Tf.AA. 1 — - 2 Vow b ro,,y4 ato;a rri c SAN D fGCf.` r� S I.cL. l S (»rc,H,it�n k.tA. ;,w yiIh1 S6Q1). Ifs Pc. ict.AA:. v 7oI wed T"ovww► - 1YtJ� gtth1 Cr� 1,LIk1 7NJ r _.I _ H.. r-.��.Ir. 3 — 4 r A Ip vn U : — 5 — 6 —8 In 4\ 7 n S In Is IS — 9 --- — 10 — 11 —12 -- - 13 3 13 I� II 7 7 - .1 .'40 7 .— 7 it i 1 . Langan < < Engineering and Environmental Services, Inc. JOB NO. ( c7Z S lot DATE rL44 LOG OF BORING NO. 41 - SHEET OF SAMPLE DESCRIPTION DEPTH SCALE SAMPLES 5 8 2 2125 tilZaa REMARKS (DRILLING FLUID. DEPTH OF CASING. CASINO BLOWS. FLUID LOSS. ETC.) —I -- 17 Yea- sL..,Ul4t Ci°mac S6t )rte _ 20 900,11,16% }M -1).‘i tJ � nip!'�' 61. 20 c r . - 1, cL1A J,'C ( '11 q to 13 24 i5 t AC. `C. ti`.t i 1 1 ✓,l! GV K;h9( Up,)%1 bvYit•Y1C.a4114 i i i i ® k_dIILill Engineering and Environmental Services. Inc. LOG OF BORING 8- 5 SHEET 1 OF I I PROJECT /%/°OSED del/rg4W-,4,v.d 4/624 J'yr,rj PROJECT NO aoz,5-zo/ LOCATION / //fiC 0/,tcy 1.sc4yi P /G ELEVATION AND DATUM pyY CA-+�i,2 DRILLING AGENCY T/y%� .fP�v/cP.r...... . DATE STARTED I z , , 1- ov v o DATE FINISHED / � �J. � � - DRILLING EOUIPMENT oc_►! r--s�i 4TV C2/6, COMPLETION DEPTH�O �� ROCK DEPTH ( O- SIZE AND TYPE OF BIT .2 %/.R' I;,,, cS I�IGCNc G -c ed,c4 - NO.I�I(2P�l(.e SAMPLES GIST. I �j UNOIST. CORE _ CASING QL2..1(�!/ C, Nt J CI.' IQ Li +-! J CIF G/�'5 I;ti1;r• WATER LEVEL FIRST t!o,�J YL COMPL. t� HR. CASING HAMMER I WEIGHT "'- I DROP .- FOREMAN 1"d r lY AAA r,,., SAMPLER 2A 0.4• HAMMER WEIG HT �dC�J /yo /� IOROP JQ,.;7 INSPECTOR TONY IJ1�1�(�MY SAMPLE DESCRIPTION DEPTH SCALE SAMPLES 0 J z w — 1 - — 2 — 3 D..Ar k, 6-voviN, `. r7►r14. vov.1N Sil 1 t t , jY�l.(, Yr7DI��IpLt I�.,rk. b c5wvi •getell fine. ILT i vaGC. • 1 rvv � �i�Gr � ov,A•rAcA,-1 .LAJILA Fiv _"761,10,}' 4 . (coV/,-,oOa fiber . 5 6 7 — 8 Towv.c,,L, _ 9 rC41-,4t�.Il.,, �-;n c 560[30 I -ma_ stkt — 9 lit�nni`�h-�IYC S►+r. \(1 _ry 1 JU,+'/, hrAcc s i I lr t j 1 1 —10 11 —12 —13 0 w cc o- - W4) a¢m REMARKS (DRILLING FLUID, DEPTH OF CASING. CASING BLOWS, FLUID LOSS. ETC.) IZ Z- 1 0 Q >:fl U 8 IZ 9 7 LA 2 04 Co 7 7 m 111 tA Iv 7 °) 15 17 4 .24 zl Irr 24 • t mo;51- f. (.1n'4 1.tt+r( i i 1 1 It 'I ValZir Engineering and Environ mental Services, Inc. PROJECT LOCATION LOG OF BORING 3- /%','oS4 1 dx°4/ 4,,, l vd".4rd✓ .4 Gr/E2e DRILLING AGENCY A P ROJECT N o. SHEET 1 GozS7'o/ ELEVATION AND DATUM el . } D ATE STARTED 1r O7 DATE FINISHED DR ILLING EQUIPMENT 1110 CASING HAMMER WEIGH T 3-63 ATv tart'., SAMPLER 2A a 4. �1p/j.e odc v? SAMPLER HAMMER WEIGHT /t�" SAMPLE DESCRIPTION /247 lk,k) — v4 -781.1c) , YOC�� P.Lj hck c.e rc .k Q ,A r Giv ow� , Fro.ctr DROP 3Q�' DEPTH SCALE 61/01...1. S i � i� , SI D i MA. rr7Di* Lam. bb tAtv +•sf.►ejlti fires SDNDQ►,d S(L Pout, (c', �ibC rs 1 a,�rhsln -� sln � 11L� �;v�cr 5t JO but C M71 - foo A"/'z o a t be►' S T el -,4��I1�-,>^ .c560ppactSl _yam 5V•s 10 C-, t-&1-1 sHellti1 (_'- inn c)t\1.1p:, C OMPLETIO N DEPTH 0 NO . SAMPLES U NDIST. DIST . I fJ ROCK DEPT H WATER LEVEL FOREMAN FIRST �0.'4 COMPL . I NSPECTOR 1,OIJ'r l -1 --tLA)--L SAMPLES ti REMARK; (DRILLING FLUID . DEPTH I CASIN G BLOWS. FLUID Li .24 zl I(. GES-22 t t VIA i 1 i ® �c7111��®It Engineering and Environmental Services, Inc. LOG OF BORING f3 -Co SHEET 1 OF 2. PROJECT eve) SJ d O��/„f 44 f /zz:ze J,y� e PROJECT NO. oZ5_ ,/ ^ LOCATION 1//:A C'/` �' CJ/SG4y1 P �G ELEVATION ELEVATION AND DATUM pax . e..1 ' -f^ .0 DRILLING AGENCY 7;371i1 ✓P.�/« 5:40/71.-4 / DATE STARTED IZ /3/fi 5:40/7, I r, DATEFINISHED IL/13' DRILLING EQUIPMENT , ' W Mrs ( L/ N N L1 ,u - Pi - 6J t jC N, 1 f 1 / COMPLETION DEPTH z o 4-)- ROCK DEPTH OA- nd SIZE AND TYPE OF BIT 2. 7/g iv1 4, ii c, e,( •,. 'i( NO. SAMPLES I DIST. le, UNDIST. - CORE - CASING 1}i,1_L; N. („ f /JJD ;Marc) of: !_!1`..I IV C,T, WATER LEVEL FIRST 15 FI. comm. - 21 HR, - CASING HAMMER WEIGHT IDROP SAMPLER 2 /if e,4• /,4[ .'don MER WEIGHT /re, FOREMAN I vtJy L 6M.51N SAMPLER HAM 46. DROP ,3Q"jf INSPECTOR t41C-1.4 4 ( SAMPLE DESCRIPTION /4r:„4,l1-_l•sV 1(POt &_ 4Nn - Topsoil Li L I- • F At•1D 4- umt✓-VcYf TA4444Asti -1tre1i -►�t�e e?4,4Ds e1�c,1 ¶i "711_i- , F real 1 , ai , i.-fa. c c.. vi oad DEPTH SCALE SAMPLES U 0 2 w Iz rc F�-N? ("5 w aam S. REMARKS (DRILLING FLUID. DEPTH OF CASING, CASING BLOWS. FLUID LOSS. ETC.) b,41r owv► Fi h.7rvu r8.6 1' rouM (iliacvs Pt.\Tr lo,41 r Sti -Teal 47[u -ill f -n D 2 4 5 6 7 IC+ 17 5 a tJ If, Z I Iv 3 7 2 8 9 10 c 7 ZI 11 Uj 1 7 I2 14 11 12 — 13 Gjawlr,�� V 41 II • �ptNv1 bA.G 1,. ti4o 7 '2aw1" r fG 21 IS we 1- WEIGHT /yo /6. SAMPLE DESCRIPTION ® Li iI�yiaiEl 1r Engineering and Environmental Services, Inc. LOG OF BORING 8—& SHEET 1 OF Z DJECT r%'4'SFd d /4/el /7/i/d 4/E2e :ATION LING AGENCY LING EQUIPMENT • 145(P71 - 'n 1GL-I-� - Zi 611./ l/ 06, G, PROJECT NO. �/�� ELEVATION AND DATUM IJI,.S-Cr, 4 P A*/ 7rizc . G l -+ 4.0 AND TYPE OF BIT ING NG HAMMER ►�e�I.L�r, G, i/..AJf) 'Wart) or" (A`.II\fG.T. WEIGHT 'LER 2.4 O.Q. S' 'LER HAMMER DROP •?Q„• /�sr:,%�1-_I.s►•�+�(,o,�P 4w,..bpsoil HO' • It •sri �i1 SoIJP . use-P(Yv, Taw,Msk - t -el (24444, S41,ID, �Ir�5l�.i 14,1 ol- I x'11 ';or,1 ai I i v. LA f�ooct �•rucl..ti.1,:°'-- 17eNtL jrvvwH (; 6 't u eve, V.J 1iriu b (-i6vlcut. PAZ\r, -tort. (*. t 51) 1"�,vw►s11 - -r11(-2O.Np 6wow\ sly e,11� �' -wt I II DEPTH SCALE DATE STARTED 5," 0 PA ROCK DEPTH 1‘)44 kid COMPLETION DEPTH zo T).. NO. SAMPLES WATER LEVEL FOREMAN SAMPLES Ns DIST. IC; FIRST "I I. DATE FINISHED i.. UNDIST. COMPL. i ,T`1 Y LA, I..erf REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) VIA t Mno�S�C .,OTMit te.. IS WC I ►, CI.r ,(_ . . . •. v I i i i I i i i I i i i I ]i i 7 1 1 f F CASING HAMMER LaIlyaf, Engineering and Environmental Services, Inc. LOG OF BORING 8- 7 SHEET 1 OF Z PROJECT i°,Pa oS 21 O,PA414 ,4,da G/E:z2 PROJECT HO. oZ57C LOCATION J /4e ar A/Sy c1 S-c4y4 e /2 GRILLING AGENCY Tiyli .iP/�iCPJ;Tryc. ELEVATION AND DATUM DATE STARTED I LA'�i /7 7 COMPLETION DEPTH I": ??..) . o �>- 6iirrox. DATE FINISHED I 2-/I.-S/43� 3 +4,o. DRILLING EQUIPMENT ` A(,,,'r lu J e.s' A N IG-t SIZE AND TYPE OF BIT 2 74 ? t1 nZJ .Oh1>✓ t?ouse • CASING DeJ L L.J .JC - 1400 Usi Lle-?, 0 F' CAST. t • WEIGHT OROP NO. SAMPLES WATER LEVEL D1ST. 19 FIRST Go. ROCK DEPTH ►Js i- auKo( UNOIST. COMPL. CORE e 24 HR. SAMPLER 04. r;e T,odc�! IGHT �•yp SAMPLER HAMMER DROP SAMPLE DESCRIPTION DEPTH SCALE iu i - =1'1 ��rJD• , he -ace..., r T%C j 0:*•- . I amis.:11• lc," siIhl E+-114. SGND, 1racc JI !c,rc.1 G jo CIe-( I C.; , in, o cc pit 544.,-11 X a root F' Per Po, L.6v-cw Fott saKOLi fi• boron — 1 _ 3 — - 4 - -3 - 6 7- r I Careste,kl rn-�= S6K1D, hret .f. rocs/poi., Ettpcv-N 9 10 11 12 — 13 FOREMAN INSPECTOR TvuY r.lIC.-ith r.LY SAMPLES REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS, FLUID LOSS. ETC.) r. G VA. L4 1( 1 J Laiicja®» laire Engineering and Environmental Services, Inc. LOG OF BORING 8- 7 SHEET 1 OF Z. ROJECT P%/0.,,J 144/, /41 A.MD l/Ezz PROJECT NO. )CATION TILLING AGENCY G a/.,ee-7 U' Sc ry- d �� ELEVATION AND DATUM 6 frlrox.eJ+4,v. DATE STARTED DATE FINISHED (1if A7 IL/13/43 TEEING EQUIPMENT •�lui De -ALL. e'.5' ^ T �lt✓1 E AND TYPE OF BIT SING 2 74 Foci, 1' oU_f.e • DuUj I' lG. BUD !A1 Ltab crr.C©�, tJur COMPLETION DEPTH NO. SAMPLES WATER LEVEL 20 ROCK DEPTH trAm.04 57 CORE Pl. - 21 HR. DIST. I (� UNDI . - FIRST LAP h1 COM - ;ING HAMMER WEIGHT DROP APLER APLER HAMMER WEIGHT /5/p 46: DROP jQ,•;/ I J V.VA TONY Nlet-IL& Nly SAMPLE DESCRIPTION DEPTH SCALE SAMPLES i, d o z W O rt �N.z 'Alms ;firm �I REMARKS (DRILLING FLUID, DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.I — 1 - Si rv) I I 7 I f� . , ` rr .k ;;(AA 1 - vY1 c�h =-� %, `:.:.- 1...1D ,. 2 `) NI 4 ; •e '� j ,,avvvi elf.. 1.:f» : r �iA�'�l�?:C. lc, i�e.f 5 dam, ilk .) are —s—{ 4,0 Eo, •• sI I FTC ,.,t. 3L`Np , i vace.4el1 _ � "a V` •I �IrGGfGlG?,••C..( —; , rvc'T(.yV/4G event LI4'U ro o l. r• Per . ' _ 3 - _ _ 4 — - :170- — ; 'I! I t GLIr�b�cWv, �Itg SoIK ! rj 6CiOvs � Fool � (1 5 ._ �� 6 t, 5 Ca.r st e,\kl wt- e Sbl\jc , 7 --I -w 8. , s 0 r f 11 �; r9 tYacf. YoorAtx,.� C-i�ev- r 10 11 12 — ,6 13 -; S,o%;' Oda FOREMAN i i i i I 1 1 'J Lautuall Engineering and Environmental Services, Inc. LOG OF BORING g SHEET 1 OF Z PROJECT /fivoSED .4451//t/..4 G/4zZ PROJECT NO. oz,sio i LOCATION DRILLING AGENCY //.fye o/re'e-y 6.sC�yo P /2 DRILLING EOUIPMENT LID f,%11..ti 0 C? U_.(— . TV /Lich SIZE AND TYPE OF BIT Z --7/p, i,.. d' Te-sex*.JL term •t. CASING OjEIJ (tJG, MVP ((J L -(E7) CASING HAMMER 1 WEIGHT DROP SAMPLER 2 .4, 444. 4 SAMPLER HAMMER WEIGHT /.5/p /4 onop ELEVATION ANO DATUM Ar. DATE STARTED I Z/13� % 4-4.4. OATE FINISHED ►a /13 /j COMPLETION DEPTH ROCK DEPTH20 ct. 1•101 - Coo., c( NO. SAMPLES WATER LEVEL FOREMAN D1ST. /1 1 UNOIST. - FIRST COMPL. ror'JY MA�Tjr l CORE 24 HR. — INSPECTOR -LY 1.1 L.&N•( SAMPLE DESCRIPTION 4 f- /,. "d"7mroe! ed Sae fact E3vot lm - {rckL CTAA2 CAYel anAo{ otairtt-19r0104 Fie. nta"l -76t4,D (LT p.<_. Peter 'ND DEPTH SCALE REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS, FLUID LOSS. ETC.( .. 1i(-4.. .I,c, A-1  Langan NW' Engineering and Environmental Services, Inc. LOG OF BORING 8' s SHEET 1 OF ROJECT /04:1700 ��D Leey eivd_ .ivad GT/CLG fY.fT����ff PROJECT NO. a tvz )CATION 1://."- e ELEVATIONANODATUM IILUNG AGENCY T7" .1Plvc��.r ��. DATE STARTED I 3/7, DATE FINISHED , Ia 3 ��3 HUNG EOUIPMENT LLOel1 Lk:- 0 v. -1u- 6 -r -v e: G E AND TYPE OF BIT 2 7,0/ i,.. COMPLETION DEPTH ROCK DEPTH 20F�� /44 FOLhic DIST. !! NO. SAMPLES UNOIST. - I CORE SING Oreirl tJG, I'- uD rrJ L1&) 43" " SING HAMMER WEIGHT DROP ,iPLER Z'��l '..,4. odor, 4PLER HAMMER WEIGHT /S/p /6; DROP WATER LEVEL FOREMAN FIRST I Ij COMPI,  24 HR Tansy" M Dt:1j�%J INSPECTOR ro+-L -'. IJt" SAMPLE DESCRIPTION DEPTH SCALE 4 fr,C ke_s ef. /,. "d' /rave! ?dsuf cc mss- 4.xuA��Gle��l .t" l f rdrOUL:nI��KXJ �%(��'��(. 51'41/ I c,iyol &IAA hro-wtA (\me, he -al -v\ Pew - 7 9 10  11  12  13 REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) 17:441/171,C," 15 ?C...Ir I i 1 i i i i i i i 1 1 1 • irsarLangan Engineering and Environmental Services, Inc. LOG OF BORING SHEET 1 OF 2 - PROJECT /%d/ -ked o,PA//g4 E- /4/t/o a/6 .rys�firs PROJECT NO. oz,s7o/ LOCATION J://.rye , P F� DRILLING AGENCY �/y%" ..%IP/�/i2-ef• DRILLING EOUIPMENT Devi_ 6,4 SIZE AND TYPE OF BIT 2 �' t71,145TEiccisre 12oLLi i?. CASING !) LL.iIJC LAO I1.3 Ur! LAC f_ 1}:•{NI6-, ELEVATION AND DATUM (717ray ..ei +4P). GATE STARTEp OATE FINISHED J �� 3 /z•,,.PH /Z�f3/y COMPLETION DEPTH 30{t ROCK DEPTH NO. SAMPLES DISC II UNOIST. — I CORE .r CASING HAMMER WEIGHT DROP SAMPLER 2,4 624. to/ 44 . 4 dc SAMPLER HAMMER WEIGHT ,rlj/p /e. DROP ,3Q WATER LEVEL FOREMAN FIRST 6, I ~ COMPL. — , 21 HR. 1 -•J `t' IJ i INSPECTOR %j -i.3 Y fJ �cU.C4 Ijy: SAMPLE DESCRIPTION DEPTH SCALE SAMPLES d ci d d I- • W i g�ocm V REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) \z�w. G.rra.se,,Ivsoil@solIxcy'' ' :;\ -4-LW' �i1k CI D F i II 1 2 CI rent c.toil.t e.t 51 L_T' 3 4 Grei 7in�lki m- F �JAN��h�sllE 5 Er), sLLtt1 (;ti/,t SDND yir L 17eOLt 61,....,01 roD ri scrs G► .. -,L eA YY1 - F 5bNID (A,l Slne,uvt ,rn. SCEr�D 6 7 8 —9 —1 0 11 12 F13 7 '.4 254 tit N 7 17 - Vic 17 U V' 43 ‘2,),Amt.:;1<:„ 't 4.) (-4,//'..\ -1;2,.c .; :.{r� t(-. >tr Langan it Engineering and Environmental Services, Inc. LOG OF BORING 82 SHEET 1 OF 2- 2.1 EC T /%,42Sdd o/A/rr/.1vz r9,r/1 wE2e PROJECT NO. Goz5ro/ ATION 1%/4yc or`.E'C7l rc4yoP AZ LING AGENCY T/�/, .fP/4...2c-er _ING EQUIPMENT P19 t)2 '. _ -S ply . AND TYPE OF BIT 2 77Q (Mc;i3 TE IGOIJ e,oLi s -e... iNO I)e!LLiIJC ,atJ D 1►) Uri) C' f. !s:•INI� ( WEIGHT NG HAMMER DROP 'LER ,;7 /, TAodQ 4 'LER HAMMER WEIGHT /y0 /4 SAMPLE DESCRIPTION DROP 30• &.N+ CraW, OTra01i@sof xLC/ �:.V.vu115.0,- 'Si 1► -,,1 r,Y.e-5t14t Bratl c.la.AlGLq `71L_T Orel K.t. SAND -reoLE root Fi bcrs GI = <,LeAti rn F 5bn4D 51ne UP\ YY1- SCS rJD DEPTH SCALE ELEVATION ANO DATUM DATE STARTS /3/j COMPLETION DEPTH 6 rrox..e lJ -t-4P) DATE FINISHED 11;+:PH /2 30(} ROCK DEPTH �Z F; 3A3 NO. SAMPLES ' DIST. I I UNOIST. — CORE WATER LEVEL FOREMAN FIRST 6,,rl.`COMPL. ••••• 21 HR. r IJ INSPECTOR iJ"..l'1 +Gu.(2 LJ (: REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) C- I C1 ,� M ,v+ 1 '; I� :•,,1.•r' rL: cstr.r rncI n•_i ivyea.kmS I 44 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Langan 1 Engineering and Environmental Services, Inc. LOG OF BORING 10 SHEET 1 OF Z PP.OJECT i°,f44251 1 149//g-iVE-4,d2 4/‘i.e f'yr ,q PROJECT NO. Goz5-ro/ LOCATION //gye or�.(�y d•sc��e P FG DRILLING AGENCY 23/1 iCPf c . DRILLING EOUIPMENT ' lAc'gtt.� 0t2 -t(_(., .-P.r.3 ,r-1/ e -1G:. SIZE AND TYPEOFBIT 2 '4a i4 it1GcTJv pi .u. 1. • e't r. CASING 91:2_I 4U( 1 N er h.• ti%�%. ELEVATION AND DATU1.In DATE STARTED erx, e1.f4,O COMPLETION DEPTH 20 Ck NO. SAMPLES WATER LEVEL DIST. 7 FIRST („ S fF DATE FINISHED ROCK DEPTH� (JO I- N DIST. - COMPL. - CORE ... 24 HR. - CASING HAMMER WEIGHT DROP SAMPLER 2" 24. Sip?;C ado/I SAMPLER HAMMER WEIGHT /yp 46. FOREMAN 1.TJY 1•-Ac_17N DROP ,,7Q,..;), INSPECTOR I / -- Att Y' SAMPLE DESCRIPTION e. `.►V'Ot,'!S. Pr-,:v.n pi S Wr�vaG(� I VA.c al„ &,� z T 1/ - 5/WD DEPTH SCALE SAMPLES • w a 11 0 • t--Nz Zwj a¢m REMARKS (DRILLING FLUID. DEPTH OF CASING, CASING GLOWS. FLUID LOSS. ETC.) 1 r r r c vPt'.I/ G141A-1 t L , IracG G. b a -u i (-1+'IL stexi1 ( S I I_ — w bGri Fitrov S Pe PawlLblrOWN p�alh., fine, SAND Jrowri:sl•� -�r sl�Jtt� r=,�,t 56.t./D, ww.. eo►•i'/rood -ibcrs tgai AA ell m 1 2 — 3 4 5 6 7 8 9 4 4 p - 4\ O J 7 10 — 11 — 12 13 4 I0 r; of 4. 4 I4 Langan Vie Engineering and Environmental Services. Inc. LOG OF BORING 8 - ld SHEET 1 OF Z POJECT ""Dros'4 O•PAW fl r/o 6f/zzJ 5'J Fir PROJECT NO. GOZ57 ,/ (CATION g%/4 o/` , y 46'.Scc'y4 e /G-. ILLING AGENCY ELEVATION AND DATUMA DATE STARTED/,/ I"7 LUNG EOUIPMENT V1,cr>-(Lt 13- 3 COMPLETION DEPTH E AND TYPE OF BIT �O TAIc.t,JS DLIu. Otr $►M SING ff1a.1 C.UN G, I1.44./r)4/fi I N L L- V e T- �-.�:.I JC., IING HAMMER WEIGHT DROP 4PLER 2 % O.Q. ��/_fir odo,7 IPLER HAMMER I WEIGHT /yp SAMPLE DESCRIPTION DROP tre4,1 brat, peak.. sow G. re./. btvwv, (ti.a L S Lei k1 S I L.T— rJ.'ot, M � 01 r-Eor- DcHrIGb✓owh f ivne, c -,AND I7vvwti.; —cive.4.1sl+J r-i�i1 51WD, 5~ 4- Novi./roo bev : 1 e, 41 I- m SWN.D DEPTH SCALE DATE FINISHED ROCK DEPTtI ' 0 t2 1" z NO. SAMPLES I GIST. 7 UNOIST. WATER LEVEL I FIRST L,, 1 JJ COM.PL. FOREMAN f 3,JY b -I I`j-7 /J CORE 21 HR. - INSPECTOR -r, ',Yr" ti 4 REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS, FLUID LOSS, ETC.) �%t_��rra'gal a Engineering and Environmental Services, Inc. LOG OF BORING g ii SHEET 1 OF 2. -- 1 1 1 1 1 1 1 PROJECT /%',i SED dle417����'T ��7'�� /7/e/d GVCLG f��/1T����I PROJECT NO. LOCATION g.//. :ye or���� DRILLING AGENCY DRILLING EOUIPMENT 14DP 1 L�� l7 t; ��_ (7- S-3 rV SIZE AND TYPE OF BIT QICONE. r ELEVATION AND DATUM 6 DATE STARTED 1 t��= L COMPLETION DEPTH CASING >MIL-UW.1 MOO IN LjL U CrF G6 $ tI k, CASING HAMMER WEIGHT DROP SAMPLER 24 C2.4. So/';,r 'dam SAMPLER HAMMER I WEIGHT /5'0 /fir DROP 9,; 0 .�dl.44.3 DATE FINISHED Not ROCK DEPTH' fv PI NO. SAMPLES DI57. "' Lt UNDIST. ,- WATER LEVEL FIRST 4 Ft COMPL. FOREMAN r^ , lr CORE 24 HR. INSPECTOR 'r n,1Y �%, t'C L i 1 .,.J Y SAMPLE DESCRIPTION DEPTH SCALE SAMPLES O d a E 0 IC t=1- N�� w W�m REMARKS (DRILLING FLUID, DEPTH OF CASING. CASING BLOWS. FLUIO LOSS, ETC.) Cs�� IrOVA G tC1-1.1 G t)I L r, t C.t f GA -' �� ^71 (' K._ Sai.c4 r'a :/d,/J��4��vVL^.4.Jrt ��rii L 1.C..CA.1 i��`.ti/ ._t iK. 1 2 3 4 r�tNw'$h " on 5te,111 -Yl1 61k1D 5 6 -VA '24ND 7 4 r1 1 7 J 4 7 9 -- V1 10 11 12 13 rt crt 13 Iq I7 7 7 1Z 33 7 LC " t N (.LX` t_ IL 1111 lJ �l 1 Engineering and Environmental Services, Inc. LOG OF BORING 8-11 SHEET 1 OF Z OJECT /4"4/°0 :Sz:d O, Pq/rG4ri�,4,r�. / elm .ryr,1 PROJECT NO. a ozs7o/ :ATION ii//.fye 477 .E'er &scc'iP .LING AGENCY �4 LING EOUIPMENT • 4,1(.013i1 Lt: AND TYPE OF BIT Z Vg i4I I ocemE 2OL.Wp qt r ELEVATION ANO DATUM A DATE STARTED I rA i a • COMPLETION DEPTH ZD NO. SAMPLES ROCK DEPTH , F Kt (In leld DIST. 11..k FIRST 4 pi - edI,44.3 DATE FINISHED UNDIST. CORE ING 13:12-IL.LaNG, MUD ►NL.(t:41 cr cGSrWG WATER LEVEL COMPL. 24 HR. NG HAMMER WEIGHT DROP PLEA 24 c7.4. /. f . dM PIER HAMMER WEIGHT /j I DROP 30.E SAMPLE DESCRIPTION 1°"" ('l Lt(, S LNI ) ,,..,. J. CL,.) Yo C1% 611f01 G I G�� V � i ,1 , t f Gcart,I (--Tta.. Soi.oi PANIC' IteVelAM 61 I. +CA 1.1 f ,:.c, ,cI.Icr DEPTH SCALE 4 .rGt hw I (A - alltrl s nei Ir c:-rik 56h1D 5 6 Cr.4,1 c- 7 awl --vc-ctvti c:44,AL €.26wo 10 11 — 12-- 13 FOREMAN TQ►,1r f•The_ tiV - INSPECTOR SAMPLES rn-1Y ►-1'Or' t.��»Y REMARKS X. (DRILLING FLUID. DEPTH OF CASING, CASING BLOWS. FLUID LOSS. ETC.I 1 33 7 I S L4.4,d1SC ,�l ® Langan Engineering and Environmental Services, Inc. LOG OF BORING 8 `/.. SHEET 1 OF Z- 1 d- , t N 11 PROJECT / Vara SE 1 O,�fi/4/,4rrE-,4x/d G/EtL PROJECT NO Gc 57 / LCCATION IcX4•fc v/,f':y CJ'S'c4ya P DRILLING AGENCY DRILLING EQUIPMENT ELEVATION ANO DATUM DATE STARTED II : 30 . COMPLETION DEPTH z 0 a DATE FINISHED / Z/ / ROCK DEPTH SIZE AND TYPE OF BIT ,ftrAt ft - k'o� MI N0. SAMPLES GIST. i UNDIST. - CORE - CASING CASING HAMMER WEIGHT DROP SAMPLER 2'�f O. ,O. S,O/j� S�dO✓J SAMPLER HAMMER WEIGHT /yp SAMPLE DESCRIPTION DROP 30„ G ro%..ss ; L. rrvi4kiL EL SL Jc IGw4 circ.•1 skP.i1.1 ram skd�� C-uu.'7AND DEPTH SCALE 1� 60/(1. . �jt JL) c;fYrq Silt I -i w.f I DONIL reiw), f OC F►tiC 5L Kfl> 2 3 4 5 6 7 9 10 11 12 13 WATER LEVEL FIRST crs � COMPL. - 24 HR. - FOREMAN INSPECTOR SAMPLES Th-r.I `f iN.1 is 1-11.--N. REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS. FLUID LOSS. ETC.) ZI I • f r1 - C7:(J!CR`,. L..♦ fitk.'.)i' r;J1i _IIJj.(ti!L t( �d=1t(f. I Langan Engineering and Environmental Services, Inc. LOG OF BORING 8 `/ SHEET 1 OF Z DJECT L40:WA /7//,Q GV_Iz PROJECT NO. oz,$ -/O / :ATION Ji//q9e G? LING AGENCY LING EQUIPMENT ELEVATION AND DATUM i�l(dT�Yok, DATE STARTED zeor / f.°?� DATE FINISHED Z 'Ja l- ,a AND TYPE OF BIT Z ,� Iv. r ING N. J fr <A4?.r-.!= NG HAMMER WEIGHT — J DROP PIER ,., c 4. S;o%;4 ,S do4 COMPLETION DEPTH NO. SAMPLES to (I. DIST. 0 ROCK DEPTH UNDIST. CORE — WATER LEVEL FIRST 5,5f, COIAPL. FOREMAN ier,siY ra:•a-rlr.4 24 HR. 'LER HAMMER I WEIGHT /5'0 /ear 1 DROP 3Q�� INSPECTOR ra-n1Y h1'CWL�s.rvY' SAMPLE DESCRIPTION SAMPLES DEPTH Li SCALE o I I 1 REMARKS (DRILLING FLUID. DEPTH OF CASING. CASING BLOWS, FLUID LOSS. ETC.) i-- G aL....A. ro+teG4114, E - 42t'.'( oc.t, -✓o w..eA^i-. re4AA ow.ol qra.AI ecwc, am s kG 1 t1 ce; 41L. /©I `LP 6111 pb_f. S f j t..)Ci, S 4I et sty ; t 1 2 3 4 5 6 7 8 xic.. 7 ray..M rtoi.61 � 5ik1 C f- 9 10 11 12 13 tl N to 7 If C 8 II 14 2 3 2 2 2 F, 21 It; aG �K IL1 47fry '., -CVYO; -CVO, <<rt cx v., k !, i'_ Oil. (/,.. J,, fj..! -{ I APPENDIX B SUMMARY OF LABORATORY TEST RESULTS Langan Fr Engineering and Environmental Services, Inc. OBNO. 62251c>1 ATE Z X4:1 19 '� LOG OF BORING NO. P't SHEET z OF 2 - SAMPLE DESCRIPTION DEPTH SCALE SAMPLES Z Wy z Q 5 ( REMARKS CASING BLOOWS. FLUID LOSS. CASING. �+ am( �✓' %.ZA (2-i KA_ 6A `J 1 — IG - -17— _ �„ Z°r r1 `1.‘ I7 ( %1 ID D 9.1 ( �ctw- µ1grip ®d = zo - F _ _ P f-i 11 kale. u.r R. drill GufhKis L bvrifiC1 r *4