Loading...
Agenda 09/24/2013 Item #16G29/24/2013 16.G.2. EXECUTIVE SUMMARY Recommendation that the Board of County Commissioners, acting as the Airport Authority, award Bid No. 13 -6044 Everglades Airpark — Parallel Taxiway South to Runway 15 -33 in the amount of $195,925 to Quality Enterprises USA, Inc. and approve the necessary budget amendments. OBJECTIVE: To construct the south portion of the parallel taxiway at Everglades Airpark. CONSIDERATIONS: The Federal Aviation Administration (FAA) requires that construction grant applications be based on sealed competitive bids. In order to meet this requirement, and in accordance with the Collier County Purchasing Policy, the Airport Authority issued an Invitation to Bid (ITB) for the construction of the south portion of the parallel Taxiway to Runway 15 -33 at Everglades Airpark. Email notices were sent to 550 firms with 84 firms downloading the solicitation. Four (4) bids were received by the due date of February 4, 2013. Quality Enterprises USA, Inc. submitted the lowest qualified responsive bid which was nearly 18% over the Engineer's Estimate. Subsequent to receiving the bids, the FAA indicated concern with including the retroreflective markers (item L- 853-4, D) and recommended the Airport Authority delete this item from the project and provide the markers under a separate funding program. The Airport Authority concurred with the FAA and the value of the markers, $11,760.00 was deleted from the scope of work by agreement from the low bidder, Quality Enterprises USA, Inc. The lowest, qualified, responsive bidder meeting specifications is Quality Enterprises, USA, Inc. The project engineer and County staff recommend awarding the bid to Quality Enterprises, USA, Inc. The Airport Authority has been awarded a FAA grant in the amount of $257,333 to fund this project. FISCAL UMPACT: Funds in the amount of $271,629 are available within Project number 33295: $257,333 in Airport Grant Fund (498), and $14,296 in Airport Grants Match Fund (499). FAA grants require a 10% match of which 5% is historically provided by supplement project funding from FDOT. At' the time the FAA grant was appropriated, only the anticipated 5% match requirement was budgeted. The FDOT agreement is anticipated to be executed with the next 60 days. In the interim to fulfill the federal grant match requirements, a budget amendment is necessary for an additional amount of $14,297 from General Fund Reserves. When the FDOT agreement is executed, the budget transfer will be reversed. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. -CMG Packet Page -2400- 9/24/2013 16.G.2. RECOIVEWENDATION: That the Board of County Commissioners, acting as the Airport Authority, awards Bid No. 13 -6044 Everglades Airpark — Parallel Taxiway South to Runway 15- 33 in the amount of $195,925 to Quality Enterprises USA, Inc and authorizes the Chairman to execute the standard contract after approval by the County Attorney. Prepared by: Chris, Curry, Executive Director, Collier County Airport Authority. Packet Page -2401- 9/24/2013 16.G.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.G.16.G.2. Item Summary: Recommendation that the Board of County Commissioners, acting as the Airport Authority, award Bid No. 13 -6044 Everglades Airpark - Parallel Taxiway South to Runway 15 -33 in the amount of $195,925 to Quality Enterprises USA, Inc. and approve the necessary budget amendments. Meeting Date: 9/24/2013 Prepared By Name: BrueggemanDebra Title: Operations Coordinator, Airport Authority 9/1.0/2013 11:14:25 AM Submitted by Title: Executive Director - Airport Authority,Airport Aut Name: CurryChris 9/10/2013 11:14:26 AM Approved By Name: BrueggemanDebra Title: Operations Coordinator, Airport Authority Date: 9/12/2013 2:41:01 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 9/13/2013 10:17:45 AM Name: JohnsonScott Title: Purchasing Agent,Purchasing & General Services Date: 9/13/2013 10:59:17 AM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 9/13/2013 11:15:21 AM Packet Page -2402- 9/24/2013 16.G.2. Name: CummingsRhonda Title: Contracts Specialist,Purchasing & General Services Date: 9/13/2013 3:50:31 PM Name: PepinEmily Title: Assistant County Attorney, CAO Litigation Date: 9/16/2013 8:41:50 AM Name: KlatzkowJeff Title: County Attorney Date: 9/16/2013 9:17:33 AM Name: GreenwaldRandy Title: Management/Budget Analyst,Office of Management & B Date: 9/16/2013 10:44:33 AM Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/16/2013 3:08:54 PM Name: StanleyTherese Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/17/2013 10:58:37 AM Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 9/17/2013 11:44:26 AM Packet Page -2403- 9/24/2013 16.G.2. �t ♦ O Everglades Airpark - Parallel Taxiway South to Runway 15 -33 COLLIER COUNTY BID NO. 13 -6044 COLLIER COUNTY, FLORIDA FAA Grant Funded Rhonda Cummings, FCCN, CPPB, Procurement Strategist Email: rhondacummings @colliergov.net Telephone: (239) 252 - 8941 FAX: (239) 252 - 6700 Design Professional: Luc J. Carriere, PE Hole Montes, Inc. 6200 Whiskey Creek Drive Fort Myers, FL 33919 (239) 985 -1200 (239) 985 -1258 Fax PudOM [3epaibMM, 3327 Tamami Trad East - Napier. F{aida 341124901 • wwv.co#wgovnwlpurchaeing 1 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2404- COM AdrninistrdWe Services lvisim Purch g Memorandum Date: January 30, 2013 9/24/2013 16.G.2. Email: rhondacummings @coliiergov.net Telephone: (239) 252 -8941 FAX: (239) 252 -6700 ADDENDUM1 From: Rhonda Cummings, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 13 -6044 Everglades Airpark Taxiway The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: M. Pre -bid sign -in sheet If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Robert Tweedie, Project (Manager Packet Page -2405- AddendumTempiate Revised: 4/15/10 1 9/24/2013 16.G.2. TABLE OF CONTENTS PUBLICNOTICE .......................................................................................... ............................... ..............3 PART B - INSTRUCTIONS TO BIDDERS .......................... ....................................... ..............................6 CONSTRUCTIONBID ................................................................................................... .............................19 BIDSCHEDULE ............................................................................................................. .............................20 MATERIALMANUFACTURERS ................................................................................... .............................21 LIST OF MAJOR SUBCONTRACTORS ....................................................................... .............................22 STATEMENT OF EXPERIENCE OF BIDDER .............................................................. .............................24 TRENCHSAFETY ACT ................................................................................................. .............................25 IMMIGRATION LAW AFFIDAVIT CERTIFICATION ..................................................... .............................26 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 ......................................... .............................27 BIDBOND ...................................................................................................................... .............................31 BIDDERSCHECK LIST ................................................................................................. .............................42 CONSTRUCTION AGREEMENT .................................................................................. .............................44 EXHIBIT A 1: PUBLIC PAYMENT BOND ..................................................................... .............................51 EXHIBIT A 2: PUBLIC PERFORMANCE BOND .......................................................... .............................54 EXHIBIT B: INSURANCE REQUIREMENTS ................................................................ .............................57 INSURANCE AND BONDING REQUIREMENTS ......................... EXHIBIT C: RELEASE AND AFFIDAVIT FORM .......................................................... .............................61 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ......................... .............................62 EXHIBITE: CHANGE ORDER ...................................................................................... .............................65 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION .................................. .............................67 EXHIBIT G: FINAL PAYMENT CHECKLIST ................................................................ .............................69 EXHIBIT H: GENERAL TERMS AND CONDITIONS .................................................... .............................71 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS ........................ ..103 ........... ............................... EXHIBIT J: TECHNICAL SPECIFICATIONS ................................ ............................... ............................104 EXHIBITK: PERMITS .................................................................... ............................... ............................105 EXHIBIT L: STANDARD DETAILS ............................................... ............................... ............................106 EXHIBIT M: PLANS AND SPECIFICATIONS ............................... ............................... ............................107 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT . ............................108 2 Construction Services Agreement for Grant Funded Projects: 111/2013 Packet Page -2406- 9/24/2013 16.G.2. PUBLIC NOTICE INVITATION TO BID Everglades Airpark - Parallel Taxiway South to Runway 15 -33 COUNTY BID NO. 13 -6044 Separate sealed bids for the construction of parallel taxiway south to runway 15 -33, addressed to Ms. Joanne Markiewicz, Interim Purchasing Director, will be received at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, until 2:30 P.M. LOCAL TIME, on the 4th day of February, 2013, at which time all bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be retumed unopened to the Bidder. A non - mandatory pre -bid conference shall be held at the Purchasing Department, Conference Room A, at 10:00 a.m. LOCAL TIME on the 17th day of January, 2013, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. Sealed envelopes containing bids shall be marked or endorsed 'Bid for Collier County Government, Collier County, Everglades Airpark - Parallel Taxiway South to Runway 15 -33 Bid No. 13 -6044 and Bid Date of 2/4/2013. No bid shall be considered unless it is made on an unaltered Bid form which is included in the Bidding Documents. The Bid Schedule shall be removed from the Bidding Documents prior to submittal. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Purchasing Department E- Procurement website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Purchasing Department website may not be accurate or current. Each bid shall be accompanied by a certified or cashiers check or a Bid Bond in an amount not less than five percent (5 %) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either executed by or countersigned by a licensed 3 Construction Services Agreement for Grant Funded Projects: 1/112013 Packet Page -2407- 9/24/2013 16.G.2. resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys -in -fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within ninety (90) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Construction under the resulting contract will be funded, in part, by Federal Grant under the Airport Improvement Program (A.I.P.) and will be subject to all applicable requirements of the U.S. Department of Transportation /Federal Aviation Administration. Wages paid to employees must comply with the minimum established by the U.S. Department of Labor Wage . Determination. The contractor must comply with the following federal requirements: Davis Bacon Act, Anti - Kickback Act, the Occupational Safety and Health Act, the Contract Work Hours and Safety Standard Act, Title VI of the Civil Rights Act of 1964, Affirmative Action to Ensure Equal Employment Opportunity (41 CFR Part 60), Executive Order 11246, Buy American Preferences (Title 49 chapter 01), Foreign Trade Restrictions (49 CFR Part 30), Government Debarment and Suspension and Government Requirements for Drug -Free Work Place (49 CFR Part 29). The Collier County Airport Authority has an approved Disadvantaged Business Enterprise (DBE) program for Airport improvement projects which the successful bidder must comply with. A copy of the program may be reviewed at the office of the Collier County Airport Authority during business hours with specific goals for this job being listed within the Contract Documents Dated this 31st day of December, 2012. 4 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2408- 9/24/2013 16.G.2. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2409- 9/24/2013 16.G.2. PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and /or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (as indicated on page 20 which references the website that the Bid Schedule is located). (Supporting documents can be found at http : / /bid.colliergov.notlbidl). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid in ink or by typewriter and shall sign the Bid correctly. Bid Schedules submitted on disk/CD shall be accompanied by a hard copy of the completed Bid Schedule which shall be signed and dated by the Bidder. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted in sealed envelopes, marked with the Bid Number, Project Name and Bid opening Date and Time, and shall be addressed to the Purchasing Department, 3327 6 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2410- 9/24/2013 16.G.2. Tamiami Trail E, Naples, FL 34112. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. The bidder is specifically advised that any person, firm, or other party to whom it proposes to award a subcontract under this Contract: a. Must be acceptable to the Owner, the Federal Aviation Administration, and the Florida Department of Transportation, Aviation Division, and; b. Must submit Certification by Proposed Subcontractor Regarding Equal Employment Opportunity. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certification and /or the evidence showing that it has fully complied with any reporting requirements to which it is or was subject. Although the bidder is not required to attach such Certification by proposed subcontractors to his bid, the bidder is here advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards, Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashiers check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds, or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the 120 day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than 120 days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. Construction services Agreement for Grant Funded Projects: 111/2013 Packet Page -2411- 9/24/2013 16.G.2. 10—N, 3.2 The Successful Bidder shall execute five (5) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Riaht to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. 4.2 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 4.3 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 4.4 If Bidder is an individual, his or her signature shall be inscribed. 4.5 If signature is by an agent or other than an officer of corporation or general partner of partnership, a property notarized power of attorney must be submitted with the Bid. 4.6 All Bids shall have names typed or printed below all signatures. 4.7 All Bids shall state the Bidder's contractor license number. 4.8 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 5. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specked for Bid opening. Section 6. Late Bids. No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. a Construction Services Agreement for Grant Funded Projects: 1!1/2013 Packet Page -2412- 9/24/2013 16.G.2. Section 7. Interpretation of Contract Documents 7.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Purchasing Department, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 7.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 7.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non - mandatory. In instances where the Owner has deemed the Pre -bid to be mandatory, the Bidder's failure to attend the pre -bid conference shall result in the reiiection of his bid. Section 8. Examination of Site and Contract Documents 8.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 8.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to s Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2413- 9/24/2013 16.G.2. determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 9. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non- responsive or irregular if such materials are not specifically named by Bidder. Section 10. Bid Quantities 10.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re- negotiate any unit prices) where the actual quantity varies by more than 25% from the estimate at the time of bid. 10.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non - responsive and will not be considered for award. Section 11. Award of Contract 11.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Purchasing. Director prior to the time of the bid opening strictly in accordance with Owner's then current Purchasing Policy. 11.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or ail, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a id Construction Services Agreement for Grant Funded Projects: 111@013 Packet Page -2414- 9/24/2013 16.G.2. Purchasing Agent of the Owner's Purchasing Department or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 11.3 Award recommendations will be posted outside the offices of the Purchasing Department generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current Purchasing Policy. A copy of the Purchasing Policy is available at,hftp://www.colliergov.nettindex.aspx?paqe=762. 11.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 11.4 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.org /search.htmi . A copy of the document shall be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. if the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 12. Sales Tax 12.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 13. Exclusion of Countv Permits in Bid Prices 13.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act ", Collier County will pay for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder 11 Construction Services Agreement for Grant Funded Projects: 1/1!2013 Packet Page -2415- 9/24/2013 16.G.2. shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. 13.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 14. Use of Subcontractors 14.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 14.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 14.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de- certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 14.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 15. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part 111, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one .-. or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. 12 Construction Services Agreement for Grant Funded Projects: 1/1!2013 Packet Page -2416- 9/24/2013 16.G.2. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. Section 16. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 17. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 18. FAA Required Statements The Contractor shall comply with the following requirements and shall include these requirement in all subcontracts. 1. Equal Employment Opportunity: In connection with the carving out of this project, the Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national 13 Construction Services Agreement for Grant Funded Projects: 111/2013 Packet Page -2417- 9/24/2013 16.G.2. 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, age, creed sex, or national origin. Such action shall include, but into 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. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards of requirements for the employment of minorities. a. Each bidder will be required to comply with the affirmative action plan for equal employment opportunity prescribed by the OFCC, United States Department of Labor, Regulations of the Secretary of Labor (41 CFR 60), or by other designated trades used in the performance of the contract and other non federally involved contracts in the area geographically defined in the plan. b. The Bidder agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provision of the equal opportunity clause. C. The successful bidder will be required to submit a Certification of r Non- segregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a certification where the subcontractor exceeds $10,000. Samples of the certification and the notices to subcontractors appear in the specification. d. When a determination has been made to award a contract or subcontract to a specific contractor, such contractor is required, prior to the award or after the award, or both, to furnish such other information as the FAA, the sponsor, or the Director of OFCC requests. e. A bidder must indicate whether he /she has previously had a contract subject to the equal opportunity clause, and if not, compliance report (Standard Form (SF) 100) must be submitted with his bid. f. Equal Opportunity Employment (EEO) and labor provisions, when applicable, are included in the bidding documents of specifications and are available for inspection at the office of the Collier County Airport Authority. g. Contractors and subcontractors may satisfy EEO requirements of paragraph 2 of the EEO contract clause by stating in all solicitations or advertisements for employees that: 14 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2418- 9/24/2013 16.G.2. "Qualified applicants will receive consideration for employment without regard to race, color, language, sex or national origin." Or by using a single advertisement in which appears in clearly distinguished type, the phrase: "an equal opportunity employer." h. A contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will, within 120 days from contract commencement, be required to develop a written affirmative action compliance program for each of its establishments (state and local governments are exempt). 2. Prohibited Interests: No member, officer, or employee of the Owner or of the locality during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. 3. Restriction on Lobbying Contractor Federal: The Contractor agrees that no funds have been paid or will be paid by or on behalf of the Contractor to any person for influencing or attempting to influence any officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of /0-1N a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. State: No funds received pursuant to this contract may be expended for lobbying the Legislature or any state agency. 4. Disadvantaged Business Enterprise (DBE) Policy The Owner and its contractor(s) agree to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26, as amended, have the maximum opportunity to participate in the performance of contracts and this Agreement. In this regard all recipients and contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part, 26, as amended, to ensure that the DBE have the maximum opportunity to compete for and perform contracts. The owner, grantees, recipients and their contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of Department assisted contracts. The Owner and contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of a DOT assisted 15 Construction Services Agreement for Grant Funded Projects: 1/112013 Packet Page -2419- 9/24/2013 16.G.2. contract or in the administration of its DBE program or the requirement of 49 CFR, Part 26. The Owner and contractors shall take all necessary and reasonable steps under 49 CFT Part 26 as amended, to ensure nondiscrimination in the award and administration of DOT - assisted contracts. The Owner and contractors' DBE program, as required by 49 CFR, Part 26, as amended, and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to the Owner and contractors of their failure to carry out their approved programs, the Department may impose sanctions as provide for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S. C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.) The contractor can locate possible disadvantaged businesses at one of the following organizations: Airport Minority Advisory Council P.O. Box 310866 Atlanta, Georgia 30331 Minority Business Advocacy and Assistance Office 2737 Centerview Drive Knight Building, Suite 201 Tallahassee, Florida 32399 -0950 (904) 487 -0915 Florida Department of Transportation, District I Minority Programs Office 801 North Broadway Bartow, Florida 33831 (941) 533 -8161 DISADVANTAGED BUSINESS ENTERPRISE CERTIFICATION To ensure that this program benefits only DBE's which are owned and controlled in both form and substance by one or more minorities or- women, the OWNER shall require certification by the U.S. Small Business Administration (SBA) or other appropriate U.S. Agency, in accordance with the standards set forth in 49 CFR 25.53. Firms which have been previously certified by such government agencies shall be acceptable providing such certification has been made within one year. Firms which desire certification shall be required to complete Schedule A or B in its entirety before they can be certified and listed. Copies of Schedule A and B may be obtained from the Collier County Airport .-. Authority, DBE officer, at the Marco Island Executive Airport, 2003 Mainsail Drive, Naples, Florida 34114, and Phone: (239)642 -7878 Extension 36. 16 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2420- 9/24/2013 16.G.2. In case of joint ventures, if all the firms participating in a joint venture are disadvantaged owned and have been previously certified, the joint venture will be listed as such. If they do not meet the criteria, the DBE member must fill out Schedule A and joint venture must complete Schedule B prior to certification. S. Davis -Bacon Act - Prevailing Wages Attention to Bidder is called to the requirements concerning the payment of not less than the prevailing wage and salary rates determined by Secretary of Labor specified in the Contract Documents and the conditions of employment with respect to certain categories and classifications of employees. The rates of pay set forth under Supplemental General Provision are the minimums to be paid during the life of the Contract. It is therefore the responsibility of Bidders to inform themselves as to local labor conditions, such as the length of work day and work week, overtime compensation, health and welfare contributions, labor supply and prospective changes or adjustments of rates. 6. Foreign Trade Restrictions The contractor and subcontractor, by submission of an offer and /or execution of a contract, certify that it: a. Is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the Unities States Trade Representative *USTR); b. Has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; C. Has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 7. Affirmative Action a. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: i. Timetables 1. Goals for minority participation for each trade: 17.1 % 17 Construction Services Agreement for Grant Funded Projects: 1/1!2013 Packet Page -2421- 9/24/2013 16.G.2. 2. Goals for female participation in each trade: 6.9% 16 Construction Services Agreement for Grant Funded Projects: 1/1/2013 Packet Page -2422- 9/24/2013 16.G.2. COPY CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Everglades Airpark - Parallel Taxiway South to Runway 15 -33 Bid No.: 13 -6044 Full Name of Bidder] Quality Enterprises USA Inc Main Business Address 3894 Mania Drive, Suite 216, Naples, n 34114 -5406 Place of Business same Telephone No. 239- 435 -7200 Fax No. 239- 435 -7202 State Contractor's License # CBCA57231, CUC057398 State of Florida Certificate of Authority Document Number F95000002550 Federal Tax Identification Number 54- 0947002 To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees N this Bid Is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided In no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Purchasing staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 1e Construction services Agreement for Grant Funded Pm]ec1s* 1/112013 Packet Page -2423- 9/24/2013 16.G.2. Revised Bid Schedule 13 -6044 Everglades Airpark - Parallel Taxiway South to Runway 15 -33 Item No. Description Estimated Quantity Unit Unit Price Item Cost M -100.1 Mobilization 1 LS $31,500.00 $31,500.00 P- 101 -5.1 Pavement Removal 350 SY $13.20 $4,620..00 P -145 -2 Geosynthetic Reinforcement 1,700 SY $4.26 $7,242.00 P- 152 -4.1 Unclassified Excavation 2,500 CY $13.20 $33,000.00 P- 152 -4.2 Borrow Excavation 700 CY $16.80 $11,780. P- 1545.1 Subbase Course 1,500 CY $14.40 $21,600. P- 158 -5.2 Siltation Fence 1,800 LF $0.72 $1,296.0 P- 158 -5.3 Hay Bales 100 LF $11.10 $1,110.0 P- 211 -5.1 Limerock Base Course 250 CY $40.80 $10,200.00 P- 331 -5.1 Type S Asphaltic Concrete 170 TON $133.20 $22,644.0 P- 602 -5.1 Bituminous Prime Coat 700 GAL $7.44 $5,208.0 P- 620 -5.1 Runway and Taxiway Painting 1,400 SF $3.41 $4,774.00 D- 701 -5.1 14" x 23" RC Pipe 84 LF $60.00 $5,040.00 D- 751 -5.3 Inlets 2 EA $1,800.00 13,800.0 D- 752 -5.1 Control Structure 1 EA $1,566.00 $1,566.0 D- 752 -5.2 Mitered End Section 1 EA $900.00 $900.0 T- 901 -5.1 Seeding 401 KSF $36.00 $1,440. T- 904 -5.1 Sodding 2,700 SY $3.00 $8,100. T- 908 -5.1 Mulching 4,500 SY $0.25 $1,125. L- 108 -5.1 Trenching for Direct- buried Cable 250 LF $4.80 $1,200.0 L- 108 -5.2 . No. 8 AWG L-824C Cable 300 LF $3.60 $1,080.0 L- 108 -5.3 Bare Counterpoise Wire 250 LF $3.60 $900.00 L- 110 -5.1 Electrical Duct Bank,2 X 4" Concrete E 15 LF $84.00 $1,280.00 L- 135 -7.1 L -858 Airfield Sign, Two panel 1 EA $4,560.00 $4,580.0 L- 135 -7.2 L-858 Airfield Sign, Three panel 2 EA $5,100.001 $10,200.0 M1 EA $0. TOTAL TAXIWAY (SOUTH)i 1 $195,925. This bid schedule removes line item L- 853 -4.1 to meet budget requirements of the FAA -Grant funded project Paste 1 Packet Page -2424- 9/24/2013 16.G.2.1 Item No. Borrow Excavation Description CY 1 Quantity Unit Unit Price Item Cost M-100.1 CY Mobilization $21,600.00 .�•• -f M 1 LS $31,500.00 $31;500.0 P- 101 -5.1 $10,200.00 Pavement Removal Type S Asphaltic Concrete 350 SY $13.20 $4,620.0 P -145 -2 Bituminous Prime Coat Geosynthetic Reinforcement GAL 1,700 SY $4.26 $7,242.0 P -1 NMA 1 SF I Inr1ACSifIPri FYr- wnfinn $4t774.Oq 2500 CY $13.20 $33,000.0 P- 152 -4.2 Borrow Excavation 7001 CY 1 $16.80 $11,760.0. P- 154 -5.1 Subbase Course 1,500 - -- CY $14.40 s.. -.r. $21,600.00 .�•• -f M P- 156 -5.2 Siltation Fence 1,BUU U- ,yu. c P- 156 -5.3 Hay Bales 100 LF $11.10 $1;110. P- 211 -5.1 Limerock Base Course 250 CY $40.80 $10,200.00 P- 331 -5.1 Type S Asphaltic Concrete 170 TON $133.20 $22,644• P- 602 -5.1 Bituminous Prime Coat 700 GAL $7.44 $5,208. P -620 -5.1 Runway and Taxiway Painting 1,400 SF $3:41 $4t774.Oq D- 701 -5.1 14"x 23" RC Pipe 84 LF $60.00 $5,040.0 D- 751 -5.3 Inlets 2 EA $1,800.00 $3,600. D- 752 -5.1 Control Structure 1 EA $1,566.00 $1,566. D- 752 -5.2 Mitered End Section 1 EA $900.00 $900.00 T- 901 -5.1 Seeding 40 KSF $36.00 $1;440. T- 9045.1 Sodding 2,700 SY $3.00 $8;100. T- 908 -5.1 Mulching 4,500 SY $0:25 $1,125.00 L- 108 -5.1 Trenching for Direct- buried Cable 250 LF $4.80 $1,200.0 L- 108 -5.2 No. 8 AWG L-824C Cable 300 LF $3.60 $1,080.01 L- 108 -5.3 Bare Counterpoise Wire 250 LF $3.60 $900.00 L- 110 -5.1 i6ectrical Duct Bank,2 X 4" Concrete E 15 LF $84.00 $1,260.00 L- 135 -7.1 L -858 Airfield Sign, Two panel 1 EA $4,560.00 $4,560.00 L- 135 -7.2 L -.858 Airfield Sign, Three panel 2 EA $5,100.00 $10,200. L453 -4.1 Retroreflective marker Type li 70 EA $168.001 $11,760.0 TOTAL TAXIWAY (SOUTH) $207,685.0 Quality Enterprises USA, Ixic. February 4, 2013 By: Louis J. Gaudio, Vice President Packet Page -2425- 9/24/2013 16.G.2.1 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON- RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and /or material is proposed and listed below and is not approved by Engineer /Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Packet Page -2426- 9/24/2013 16.G.2. LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON - RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed herein are °qualified° (as defined in Ordinance 87 -25 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, including, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non - compliant or non - qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non - compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The.undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. r �1Aa�ar Category >_ 1 f dres. s °Su cont orand.Atls 1. Electrical Precision Approach, LLC - Eatonton, GA 2. Mechanical 3. Plumbing 4. Site Work 5. Identify other Asphalt Paving - Better Roads, Inc. subcontractors Naples, FL that represent more than 10% of price or that affect the critical path of the schedule 6. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 7. identify other 22 Construction Services Agreement for Grant Funded Projects: 111/2013 Packet Page -2427- 9/24/2013 16.G.2. subcontractors that represent more than 10% of price or that affect the critical path of the schedule 8. Identify other subcontractors that represent more than 10% of price orthat affect the critical path of the schedule 9. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 10. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule 23 Construction Services Agreement for Grant Funded Projects: 111/2013 Packet Page -2428- 9/24/2013 16.G.2. STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Proiect and Location Reference 1. Taxiway E Extension Ron Jefferson Naples, Florida City of Naples Airport Authority 239 - 289 -7450 2. Key West International Airport Runway Safety Modifications Peter Horton, Airport Director Rey West, Florida Key West International Airport 305- 809 -5200 3. Parallel Taxiway at Immokalee Regional Airport Andres Gutierrez Immokalee, Florida URS Corporation 954- 478 -4925 4. North Collier Blvd. Improvements Mike Daniel Marco Island, Florida city of Marco Island 239 - 825 -9554 5. 6. 24 construction services Agreement for Grant Funded Projects: 11U2013 Packet Page -2429- 9/24/2013 16.G.2. TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96, Laws of Florida) effective October 1, 1990. The Bidder further identities the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) LF SY 1. 2. 3, 4. 5. Slope LF 84 $ 3.0 $ 252.00 TOTAL $ 252.00 Failure to complete the above may result in the Bid being declared non - responsive. 25 Construction Services Agreement for Grant Funded Projects: 1 /1/2013 Packet Page -2430- 9/24/2013 16.G.2. CO l!" y . AdmfNafi�atiue Services Division IPureet"lg Immigration Law Affldavlt Certification Solicitation: 13 -6044 Everglades Alrpark– Parallel Taxiway south to Runway 15-33 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained In Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Quality Enterprises USA, Inc. Print Name Louis J. Gaudio Title vine PrPCidPnt Signature �— Date 2/4/13 State of Fi nri da County of Collier The foregoing instrument was signed and acknowledged before me this 4th day of February 2013, by Louis J. Gaudio who has produced N/A — Known as Identification. (Print or Ty Name) (Type of Identification and Number) Notary Public Signature ,,,,,tCOH� - Z M1 fX7AL11SSioN A 00 g4068t Marcie L. Cohen . EXPIRES: February 11, 2014 Printed Name of Notary Public a4I eona.dtmmNa.yaw>cunae rers DD 940581 / 2/11/14 Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 26 ConsWc don Services Agreement Revised 1/1/2013 Packet Page -2431- r9la EmplpyerWizad 9/24/2013 16.G.2. -P#ge ) of I Verif FM lity ve EILEN LTTLETON WUT 86 01 1023 A -.1011112010 Log CM Home Company Information W Cases N" Gene View Cases Company Noma: QUALITY ENTERPRISES USo• INC My Profile Eck Company ID Number 234210 profflo i Doing Business As (DBA) Change Password Name: Change Securfly; Questions DUNS Number: My Company I I Physical Location: -Addr ss: F& Company Profile Willng 111 Ate" User Address 1: 208 TINTERN CT Address 1: i Address 2- Address 2: View Existing Usefs 1 city: CHESAPEAKE City: Close Company Account i State: VA State: My Raporls Zip Code: 23320 Zip Coale: i View Reports County: CHESAPEAKE CITY My Resources Additional Information: Vow Essential ReSOUMM Employer Idordift-ation Number. 5M.94 7002 Take Tutorial :1 Total Number of Empioyoog: 100 to 499 Vow Use( Manual 15 Parent Organization: Administrator Contoci Us QUALITY ENTERPRISES USA INC Organization Designation-, Employer Catsqory: Federal Coniractorwhhout FARE Verify Clause Total Points of Contact 3 I U 5 Department *1 "O"'61POO SSCW'ty www 06 IM U S CAIMOMONP 1"d WAMWftian $40wees - WWW U205. 90V ACCONSIbIlly 0010*0 VMWM https:/Ie-verifY.usci&gov/etnp/F,mployerWizard v,--nx Packet Page -2432- 10/19/2010 9/24/2013 16.G.2. Cofer :Cv>vrnty �rirrstiatiiu�`Seridoes DMaia, COLLIER COUNTY SOLICITATIONS SUBSTITUTE W-9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all Information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name OualitT Enterprises USA Inc. (as shown on Income tax return) Business Name (if different from taxpayer name) Address 3894 Mannix Drive, Suite 216 City Naules State Florida Zip _ 34114 -5406 - Telephone 239- 435 -7200 FAX 239- 435 -7202 Email LCA1mT0AnF- 11C0_rfW Order Information Remit I Payment Information Address Same Address City state Zip FAX Email 2. Company Status (check only one) Same City State Zap FAX Email _Individual i Sole Proprietor X Corporation Partnership _Tax Exempt (Federal income tax- exempt entity _ Limited Liability Company under internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification rarded End , C = Corporation, P = Partnershi 3. Taxpayer Identification Number (far tax reporting purposes only) Federal Tax Identification Number (TIN) 54- 0947002 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) _ 4. Sign and Date Form Certification: tinder penalties of peilury, i certify that the information shown on this form is correct to my knowledge. Signature c pate 2/4/13 Louis Gaudio Title Vice President Phone Number 239 - 435 -7200 27 Construction Services Agreement: Revised 1/1/2013 Packet Page -2433- 9/24/2013 16.G.2. Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the. Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder falls to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. in the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, -to definitely ascertain and. quantify. It 'is hereby agreed .that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives -and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate. of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within 5 calendar days from the commencement date 'stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Sixty (60) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Thirty (30) consecutive calendar days after .-� Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Collier Louis J. Gaudio , being first duly swom on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Louis J. Gaudio , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. 26 Construc Wn Services Agreement: Revised 03101/2013 Packet Page -2434- 9/24/2013 16.G.2. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Virginia I which operates under the legal name of Ouality Enterprises USA. Inc. , and the full names of its officers are as follows: President Howard J. Murrell Secretary Stacey L. Murrell Treasurer Manager (b) Co- Partnership The Bidder is a co- partnership consisting of individual partners whose full names are as follows: The co- partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is operating under a trade name, said trade name is Packet Page -2435- and if 2s Construction Services Agreement Revised 03/01/2013 9/24/2013 16.G.2. Complete for information contained in (a) Corporation, (b) Co- Partnership or (c) Individual from previous page. DATED 2/4/13 Quality Enterprises USA, Inc. A Legal entity J. Sghuatz Paul J. Moriarty STATE OF Florida COUNTY OF Collier BY: Louis 1. Ganda o Name of Bidder (Typed) Signature Vice President Title 3894 Mannia Drive, Suite 216 Naples, Florida 34114 -5406 Incorporated in the State of Virginia The foregoing instrument was acknowledged before me this 4th day of February , 2013 by Louis J. Gaudio I as Vice President of Quality rntergrises USA Inc , a Virginia corporation, on behalf of the corporation. He/she is personally known to me or has produced N/A as identification and did (did not) take an oath. My Commission Expires: 2/11/14 °MY RACE L COVEN MY t DD 9181 ��L Bonded TIru Nofny Pulie U ' 2 , NAME (AFFIX OFFICIAL SEAL) - ?R114- d"ILI- (Signature of Notary) Marcie L. Cohen (Legibly Printed) Notary Public, State of Florida Commission No.: DD 940581 Packet Page -2436- 30 Construction Services Agreement Revised 0310112013 9/24/2013 16.G.2. i BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Quality Entwnwis 03&14 Inc. (herein after called the Principal) and Fidelity and Deposit Company of Maryiand (herein called the Surety), a corporation chartered and exlsting under the laws of the State of mwylmw with its principal offices in the city of Baltimore and authorized to do business in the State of Florida are held and firmly bound unto the Board of County Comndamien*M ColOer County, Florida (hereinafter called the Owner), in the full and Just sum of -FW0- Percent- af4km*unt -13id -- dollars ($ S%-or -Bid— ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the. Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and Incidentals necessary to famish, Install, 1 and fully complete the Work on the Project known as t r Everglades Airpark - Parallel Taxiway South to Runway 13 -33 Bid No, 13 -6044 4 NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the f PRINCIPAL shall enter into the required Agreement with the Owner and within ten days J• after the date of a written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the fatal performance of the Agreement and for the prompt payment of Labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds,-and deliver to Owner the required certificates of Insurance, r the PRINCIPAL shall pay to the OBLIGEE I the fixed sum of $ sns;- or-ela noted above as liquidated damages, and not as a penalty, as provided In the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect IN TESTIMONY Thereof, the Prncipai and Surety have caused these presents to be duly signed and seeJed this 4th day of February 12013 31 construc& n Seri ic= A9reernerrt: Rerlxd 03101=13 Packet Page -2437- 9/24/2013 16.G.2. Cuallty Ente USA — Principal BY (Seal) 86wa J. yell. President Fidelity and Deposit Company of Maryiond Surety Tararny A. Ward, Countersigned Local Resident Producing Agent for Fidelity and Deposit Company of Maryland Packet Page -2438- (Seal) 32 Corabudlon Services Agreement Revised 00112013 9/24/2013 16.G.2. EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attornevs -in -Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointments authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INKJR1tNCE` COMPANY the­ COLONIAL AMEWA CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby art* that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held an the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically,reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hacafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. TESTIIvIO 'WHEREOF, I leave b to subscribed my name and affixed the corporate seals of the said Companies, this 1 day of 1 tn rd&t 20 AlTpn% �.. �► Packet Page -2439- W 9/24/2013 16.G.2. BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bid /proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly, identified attachment to this bid /proposal, the offeror certifies that steel and each manufactured product, Is produced in the United States (as defined in the clause Buy American - Steep and Manufactured Products or Buy American - Steel and Manufactured Products For Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors shall refer to Buy American provisions included in Supplemental General Provisions' Exhibit J. PRODUCT: COUNTRY OF ORIGIN: None Quality Enprises USA. Inr. 2/4/13 ter (Date) (Name of Bidder) By: -Louis J. Gaudio Vice President Title: Packet Page -2440- 33 Construction services Agreement: Revised 031012013 9/24/2013 16.G.2. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Section 60- 1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing .requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor has participated in a previous contract subject to the Executive Orders 10925, 11114, or 11246 and has not filed a report due under the applicable filing requirements, no contract or subcontract shall be awarded unless ..such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCC. 2. To effectuate these requirements, the Bidder shall, complete and sign the following statements by checking the appropriate boxes. a . The Bidder ® has ❑ has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11246, or Executive Order 11114. b . The Bidder ® has ❑ has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance report signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. Dated:_ February 4. , 2013 1�1,al i ty ETitarprfaga LISA. Inc. Legal Name of Person, Firm or Corporation By: Louis J. Gaudio Title: Vice President 34 ConsVuctlon SeNices Agreement: Revised 03/OI=3 Packet Page -2441- 9/24/2013 16.G.2. CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder /proposer certifies, by submission of this proposal or acceptance of this contract, 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. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder /offer /contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation of this solicitation/proposal. Quality Enterprises USA Inc. Company Signature of Contractor Louis J. Gaudio 2/4/13 Date Packet Page -2442- Vice President - Title 35 construction Services Agreement Revised 03/0112013 9/24/2013 16.G.2. Co -er catm y ATTACHMENT 10: BID OPPORTUNITY LIST CONTINUED 1. Federal Tax ID Number. 65- 0595477 6. ® DBE 8. Annual Gross Receipts 2. Firm Name: GCE Services. Inc. ❑ Non -DBE ❑ Less than $1 million 3. Phone: 239- 573 -7170 FLIBetween $1 - $5 million 4. Address: 1611 Santa Barbara Riyd. s_t A A DBetween $5 - Cape Coral, FL. 33991$10 million 7. ® Subcontractor ❑Between $10 - $15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: 1995 1. Federal Tax ID Number: 6. D DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non -DBE ❑ Less than $1 million 3. Phone: ❑Between $1 - $5 million 4. Address: DBetween $5 - $10 million 7. ❑ Subcontractor []Between $10 - $15 million ❑ Subconsultant DMore than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non -DBE ❑ Less than $1 million 3. Phone: ❑Between $1 - $5 million 4. Address: []Between $5 - $10 million 36 Construction Services Agreement- Revised 03/01/2013 Packet Page -2443- I to,` 1 /01*1 9/24/2013 16.G.2. -$15 million $15 million 5. Year Firm Established: 7. ❑ Subcontractor ❑ Subconsultant ❑Between $10 []More than I. Federal Tax ID Number: 6. ❑ DBE 8. Annual Gross Receipts 2. Firm Name: ❑ Non -DBE ❑ Less than $1 million 3. Phone: ❑Between $1 - $5 million 4. Address: ❑Between $5 - $10 million 7. ❑ Subcontractor ❑Between $10 - $15 million ❑ Subconsultant ❑More than $15 million 5. Year Firm Established: Packet Page -2444- 37 ConsUwOm Services Agreement: Revised 03/0112013 9/24/2013 16.G.2. DISADVANTAGED BUSINESS ENTERPRISES ASSURANCE To meet the requirements of the U.S. Department of Transportation Regulations Part 23 all bidders will provide evidence of the methods they have used to meet the disadvantaged owned and controlled business goal as published in the Collier County Airport Authority Disadvantaged Business Enterprise Plan and approved by the U.S. Department of Transportation. The goal for utilization of Disadvantaged Business Enterprises for this project shall be 4% of the total dollar value of the general contractor's bid. The bidder shall submit WITH THE PROPOSAL, an assurance stating the percentages of disadvantaged businesses they intend to employ on this project. The bidder shall also submit the following completed forms with this proposal: Schedule of DBE Participation; Letter of Intent to Perform as a DBE Subcontractor THE FOLLOWING STATEMENT MUST BE COMPLETED AND EXECUTED BY ALL BIDDERS: ^ This firm assures that It will utilize no less than 4.7 % Disadvantaged Business Enterprise (DBE) participation for this project. Quality Enterprises USA, Inc. (Name of Bidder) By: Louis J. Gaudio (Signature and Title) Vice President 2/4/13 (Date) 38 ConstruCdon Services Agreement Revised 03/01/2013 Packet Page -2445- 9/24/2013 16.G.2. SCHEDULE OF DBE PARTICIPATION Name of Bidder: Quality Enterprises USA,IncProject No.: 13 -6044 Everglades Airpark - Project: Parallel Taxiway South to Total Bid Amount: $ 207, 685.00 Runway 15 -33 NAME OF DBE TYPEOF WORK SUBCONTRACT SUBCONTRACTOR ADDRESS SUBCONTRACTED VALUE CE Services, Inc. 1611 Santa Sod, Seeding & $ 9,685.00 Barbara Blvd. Erosion Control Cape Coral, FL $ 3991 $ $ $ DBE PARTICIPATION TOTAL VALUE $ 9,685.00 The attainment of DBE participation goals for this contract Wil be measured as a percentage of the total dollar value of the contract. The undersigned will enter into a formal agreement with the DBE Subcontractors identified herein for work listed in this schedule conditioned upon execution of a contract with Collier County. Name of Bidder QualltX .nt 3:p riaes nAA- Tnc_ By: Signature Louis J. Gaudio Title: Vice President Date: 2/4113 Sworn to and subscribed before me, this 4th day of February 2013 7 of Notary �, �. MARCIELCOHM Marcie L. Cohen -WCOWSSON»oo9m1 Printed Name of Notary EXPIRES: Fahivary 11.2014 6onW TM Nowymicund"An My Commission Expires: 2/11/14 39 ConstnLton Services Agreement Revised 03/01/2013 Packet Page -2446- 9/24/2013 16.G.2. LETTER OF INTENT TO PERFORM AS A DBE SUBCONTRACTOR TO: Una7ity 8nteroriade USA, Inc. (Name of General Contractor Proposing) PROJECT NAME I NO. Eyerclades Uraark - Parallel Taxiway south to Runway 15 -33, county Bid No. 13 -6044 The undersigned intends to perform work in connection with the above project as: individual corporation a DBE N joint an MBE partnership venture (Check one) (Check one) The undersigned herby declares and affirms that the firm is a Disadvantage Business Enterprise (DBE) as defined in the contract documents and that document to this fact will be provided upon request. The firm has current DBEIMBENVBE certification from the following agencies: 5as=c The undersigned Is prepared to perform the following described work in connection with the above project. (Specify in detfall,`work Items or parts thereof to be performed) At the following price: $ C I\ � . 4 0 4.7 percent (%) of the dollar value of this subcontract will be further sublet and/or awarded to other then DBE firms. The undersigned agrees to enter into a contracted withyou to perform the above work, if you are awarded the prime contract. Date: MIA 1 -:S Telephone No.: _Q39 S'7 -S 72)-)C) Name of D E Subcontractor., SQkxj 17, Firm Address:_NNo 1 _Sary, kr. h1,1L, R , A Typed Name M" "I Packet Page -2447- 40 co mmcion Swvlces AWeemot Revised 03101/2013 Naples Daily News Naples, FL 34110 9/24/2013 16.G.2. Affidavit of Publication Naples Daily News --------------------------- *- ----------------------------------------------- QUALITY, EN TI M 'k 1'E COHEr i�1ANNIX" 1 REFERENCE 061203 59708723 SES ,USA; %INC _ 216 QUALITY ENTERPRISES State of Florida Counties of Collier and Lee 1 Before the undersigned authority, personally appeared limy- Davidson, says that she serves as they, Inside Sales Supervisor, of the Naples Daily News,' a daily newspaper published at Naples, in Collier County, Florida: distributed in Collier and Lee counties of Florida; that the attached copy of advertising was.published in said newspaper on dates listed. Affiant further says that the said Naples Daily News is a newspaper published at Naples, in said Collier County, Florida, and that the said newspaper has heretofore been continuously day and has been entered as second class mail matter at the post office in Naples, in said Collier County, Florida, for a period of 1 year next preceding the first publication of the attached copy of advertisement; and affiant further says that he has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said newspaper. PUBLISHED ON: 01/18 AD SPACE: 30 LINE FILED ON: 01/18/13 --------------------- - - - - -- Signature of Affiant Sworn to and Subscrib Personally known by a ---------------------- +------------ �--- - - - - -- I Packet Page -2448-_.. CAFKX MY C,OMMMONI 175E MIIM rr..r11A � �r f(1 frj 9/24/2013 16.G.2. CONTRACTORS CERTIFICATION FOR NON- SEGREGATED FACILITIES The federally- assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally- assisted construction contractor certifies that she or he will not maintain or permit his employees to, perform their services at any location under his control where segregated facilities are maintained. The federally - assisted construction contractor agrees that a breach of this certification is a violation of the Equal *Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposes subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Certification — the information above is true and complete to the best of my knowledge and belief. Louis J. Gaudio, Vice President (Name and Title of Signer (Please type) Signature Date INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 54- 0947002 41 Construdon Services Agreement Revised 03/01/2013 Packet Page -2449- 9/24/2013 16.G.2. THIS SHEET MUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Purchasing Department BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, grant forms, descriptive literature, etc, have been included. 5. Any delivery information required is included. 6. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida 8. If required, the amount of Bid bond has been checked, and the Bid bond or cashiers check has been included. 9. Buy American Certificate has been signed and included 10. Equal Employment Opportunity Certification has sign and included 11. Certification regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion has been signed and included 12. Bid Opportunity List 13. Disadvantaged Business Enterprise Assurance has been signed with percent of DBE participation indicated 14. Schedule of DBE participation has been completed, signed and included 15. Letter to Intent to perform as a DBE contractor has been prepared by DBE sub- contractor, signed and included (if participation is claimed) 16. Contractor's Certification for Non - Segregated Facilities has been signed and included 17. Any addenda have been signed and included. 18. The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 19. The mailing envelope must be sealed and marked with: <*Bid Number; <*Project Name; <*Opening Date. 20. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER 42 Construction Services Agreement: Revised 03/0112013 Packet Page -2450- 9/24/2013 16.G.2. 20. The Bid will be mailed or delivered in time to be received no later than the specified opening date and time, otherwise Bid cannot be considered. ALL COURIER - DELIVERED BIDS MUST HAVE THE BID NUMBER AND PROJECT NAME ON THE OUTSIDE OF THE COURIER PACKET Quality Enterprises USA, Inc. Bidder Name Sign Itle Louis J. Gaudio, Vice President Date: 2/4113 43 Construction Services Agreement Revised 03/012013 Packet Page -2451- 9/24/2013 16.G.2. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Quality Enterprises USA, Inc. ( "Contractor") of 3894 Mannix Drive Suite 216, Naples, FL 34114 -5406 a corporation, authorized to do business in the State of Florida, to perform all work ( "Work ") in connection with Everglades Airpark — Parallel Taxiway south to Runway 15 -33, Bid No. 13 -6044 ( "Project "), as said Work is set forth in the Plans and Specifications prepared by Hole Montes, Inc., the Engineer and /or Architect of Record ( "Design Professional ") and other Contract Documents hereafter speed. Owner and Contractor, for the consideration herein set forth, agree as follows: Section 1. Contract Documents. A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work. Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract "). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount "), in accordance with the terms of this Agreement: One Hundred Ninety Five Thousand Nine Hundred Twenty Five Dollars and No Cents [$195,925.00] Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which .are to be paid by Contractor. The Performance and Payment Bonds shall be 44 Construction Services Agreemen Revised 03/01/2013 Packet Page -2452- 9/24/2013 16.G.2. underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner, provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms. treas .ciov /c570 /c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond fumished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Sixty (60) calendar days from the Commencement Date (herein "Contract Time "). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within Thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to. the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, Four Hundred Fifty Eight Dollars and Thirteen Cents ($458.13) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 45 ConstrucOw Services Agreement Revised 03/0112013 Packet Page -2453- (9 9/24/2013 16.G.2. reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods.. When any period of time is referenced by days herein, it shall be computed to exclude the first day 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 shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. 46 construction Services Agreement: Revised 03/0112013 Packet Page -2454- Me 9/24/2013 16.G.2. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section S. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Hole Montes, Inc. and identified as follows: Everglades Airpark — Parallel Taxiway South to Runway 13 -33 as shown on Plan Sheets 1 through 9. Exhibit N: Contractor's List of Key Personnel ITB 13 -6044 Everglades Airpark — Parallel Taxiway South to Runway 15 -33 Section 7. Notices A. All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E -mail or Facsimile, addressed to the following: Robert Tweedie, Airport/Project Manager Everglades Airpark 650 E. C. Airpark Road Everglades City, FL 341239 (239) 642 -7878 47 Construction Services Agreement. Revised 03101/2013 & Packet Page -2455- 9/24/2013 16.G.2. B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E- mail or Facsimile, addressed to the following: Quality Enterprises USA, Inc. 3894 Mannix Drive, Suite 216, Naples, FL 34114 -5404 (239) 435 -7200 Telephone; (239) 435 -7202 Fax Louis J. Gaudio, Vice President C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section B. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assigns. Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a 48 Construction Services Agreement: R&AW 03/01/2013 Packet Page -2456- 9/24/2013 16.G.2. waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Chance Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's Purchasing Policy and accompanying administrative procedures. Section 16. Construction. Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 4s Construction Services Agreement: Revised 03/01/2013 G Packet Page -2457- 9/24/2013 16.G.2. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRST WITNESS Type/Print Name SECOND WITNESS Type /Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved As To Form and Legality: Print Name: Assistant County Attorney CONTRACTOR: Quality Enterprises USA, Inc. By: Type /Print Name and Title OWNER: AIRPORT AUTHORITY OF COUNTY OF COLLIER COUNTY FLORIDA BY: Georgia A. Hiller, Esq., Chairwoman Packet Page -2458- 50 Construction Services Agreement: Revised 03!01!2013 CA EXHIBIT A 1: PUBLIC PAYMENT BOND Everglades Airpark — Parallel Taxiway south to Runway 15 -33 Bond No. Contract No. 13 -6044 KNOW ALL MEN BY THESE PRESENTS: That 9/24/2013 16.G.2. as Principal, and , as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2013 , with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 2013, the name of each party being affixed and these presents duly signed by its under - signed representative, pursuant to authority of its governing body. 51 Construction Services Agreement: Revised 03/01/2013 Packet Page -2459- Signed, sealed and delivered in the presence of: Witnesses as to Principal BY: NAME: ITS: PRINCIPAL 9/24/2013 16.G.2. STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , as of a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature of Notary) (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety. NAME: (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address (Authorized Signature) (Printed Name) 52 Construction Services Agreement: Revised 03/0112013 Packet Page -2460- OR Witnesses 9/24/2013 16.G.2. As Attomey in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 2013, by Surety, on behalf of Surety take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) day of . as _ of He /She is personally known to me OR has produced as identification and who did (did not) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 53 Construction Services Agreement: Revised 03/01/2013 Packet Page -2461- 9/24/2013 16.G.2. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Everglades Airpark — Parallel Taxiway South to Runway 15 -33 Bond No. Contract No. 13 -6044 KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 20 , with Obligee day of for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. 54 Construction Services Agreement Revised 03/01/2013 Packet Page -2462- 9/24/2013 16.G.2. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 20 , the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: PRINCIPAL BY: Witnesses as to Principal NAME: ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by as of , a corporation, on behalf of the corporation. He /she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 55 Construction Services Agreement Revised 03/01/2013 Packet Page -2463- I --N ATTEST: Witnesses as to Surety Witnesses SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) 9/24/2013 16.G.2. STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 2013, by , as Of , a Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 56 Construction services Agreement: Revised 03/01/2013 Packet Page -2464- 9/24/2013 16.G.2. EXHIBIT B: INSURANCE REQUIREMENTS ^ The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from.the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self - insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,, whichever is longer. The Vendor and /or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverageUs purchased or the insurance 57 Construction Services Agreement: Revised 03/0112013 Packet Page -2465- 9/24/2013 16.G.2. n company or companies used. The decision of the County to purchase such insurance coverage,(l shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 58 Construction Services Agreement: Revised 03/01/2013 Packet Page -2466- 9!24/2013 16.G.2. Collier County Florida INSURANCE AND BONDING REQUIREMENTS �rsurance /,Bond Type Required 1. ® Worker's Statutory Limits of ~Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1.000.000 single limit per occurrence 3. ® Commercial General $1,0D0,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability (Occurrence Form) Liability and Property Damage Liability. This shall include Premises and patterned after the current Operations; Independent Contractors; Products and Completed Operations ISO form and Contractual Liability. $1_.000.000 single limit per occurrence 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendorfConsultant or anyone employed or utilized by the ContractorNendodConsultant In the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any Incident arising from the sole negligence of Collier County. 4. ❑ Automobile Liability $1.000.000 Each Occurrence; Bodily Injury & Property Damage, OumedNon- owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per Occurrence • $1,000,000 each claim and in the aggregate • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 59 Construction Services Agreement: Revised 03/01(2013 Packet Page -2467- 9/24/2013 16.G.2. ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost bome by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M, Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Quality Enterprises USA, Inc. Date 214/13 Vendor Signature Print Name Louis J Gaudio, Vice President Insurance Agency Rutherfoord Agent Name APrIh Mner nr HPAt}1Pr r:RrrPtt Telephone Number 757- 456 -0577 60 Construction Services Agreement Revised 03f01/2013 Packet Page -2468- 9/24/2013 16.G.2. State of Florida Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a Virginia corporation authorized to transact business in the State of Florida, qualified on May 25, 1995. The document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2013, that its most recent annual report/uniform business report was filed on January 9, 2013, and its status is active. I fiuther certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seat of the State of Florida at Tallahassee, the Capital, this h Me Nneth day of January, 2013 &,Ovt Wi;�. SecrEtary of Stale Authentication M CC4177151229 To authenticate this certificate visit the following site,enter this ID, and then follow the instructions displayed, hitps:// efdesuabiz .org/certautbver.htmi. Packet Page -2469- 9/24/2013 16.G.2. EXHIBIT C: RELEASE AND AFFIDAVIT FORM COUNTY OF COLLIER ) STATE OF FLORIDA ) Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ( "Contractor") releases and waives for itself and it's subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated 1 2013 for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: President DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by , as of a corporation, on behalf of the corporation7 she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAME: (Legibly Printed) Notary Public, State of Commissioner No.: Packet Page -2470- 61 Construction Services Agreement Revised 03101!2013 9/24/2013 16.G.2. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) (County Department) Collier County Board of County Commissioners (the OWNER) or Collier County Water -Sewer District (the OWNER) FROM Bid No. Project No. Application Date (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Revised Contract Time: Retainage @ 10% thru[insert date] $ Retainage @ _% after [insert date] $ _ Percent Work completed to Date: Percent Contract Time completed to Date Original Contract Price: - $ Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed and stored to Date $ Less Retainage $ Total Earned Less Retainage $ Less previous payment (s) $ AMOUNT DUE THIS APPLICATION: $ Liquidated Damages to be Accrued $ Remaining Contract Balance $ ATTACH SCHEDULE OF VALUES AND ACCOMPANYING DOCUMENTATION TO THIS APPLICATION CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) title to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER); (3) all amounts have been paid for work which previous payments were issued and received from the OWNER and that current payment is now due; and (4) CONTRACTOR has only included amounts in this Application for Payment properly due and owing and CONTRACTOR has not included within the above referenced amount any claims for unauthorized or changed Work that has not been properly approved by Owner in writing and in advance of such Work. By CONTRACTOR: (Contractor's Name) (Signature) DATE: (Type Name & Title) (shall be signed by a duly authorized representative of CONTRACTOR) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is recommended: By Design Professional: (DP's Name) (Signature) DATE: (Type Name & Title) Payment to the CONTRACTOR for the above AMOUNT DUE THIS APPLICATION is approved: By OWNER'S Project Manager. (Signature) DATE: (Type Name and Title) 62 Construction Services Agreement: Revised 03101/2013 Packet Page -2471- /1�011111 9/24/2013 16.G.2. � §� ■ ' §:$ 2 Co � § ] as ! '$ I © j a'z �� ` �� »d ■ E ; ■- o�� : am § ,I Co 9t 7 _2 " Co §$ zZ §' to � I E2 �c 22 �k u Kk a�a OiLu k -10 kE °&O)2 \� \_ /Fz 0.2 , I _� \{ � © f o �& � ©0 }� k �� f ƒ!z 0 ul \i LL a z� �. C() w ° Q vz . ■ ° a -As @ \0 kk � 2 2 �� «F � �£ j § Co �� _ ;I� k0 OF 7 CD §k§ Cm C § C .E Co « }_ § a � $�7 §ƒI o K a . ■ 2 ! x 1 _§ )2$ b Z � Packet age -2472- E §] k § 4 � k k < § � § k � u a c� m a 0 w r� a) c w C 0 U a z x w Packet rage -2473- 9/24/2013 16.G.2. 0 N O 9 N fY C d Q N 8 c 0 w c 0 U 0 � C � IC c m V m 0 ►❑qa I c a I F- > CL c M ,° m ma + m 0 �a i� m m a m � as E c � -z m ° U) 0 w w d O m w R O Packet rage -2473- 9/24/2013 16.G.2. 0 N O 9 N fY C d Q N 8 c 0 w c 0 U CHANGE ORDER CHANGE ORDER NO. TO: Name of Contact: Company Name: Company Address DATE: PROJECT NAME: PROJECT NO.: Under our AGREEMENT dated , 24 9/24/2013 16.G.2. CONTRACT NO. BCC Date: Agenda Item: You hereby are authorized and directed to make the following change(s) in accordance with terms and conditions of the Agreement: type in clearly identified changes if short, otherwise, attach exhibit FOR THE (Additive) (Deductive) Sum of: $_($ ; write out in words. Original Agreement Amount $ Sum of Previous Changes $ This Change Order add or deduct $ Present Agreement Amount $ The time for completion shall be increased or decreased by calendar days due to this Change Order. Accordingly, the Contract Time is now calendar days. The substantial completion date is and the final completion date is . Your acceptance of this Change Order shall constitute a modification to our Agreement and will be performed subject to all the same terms and conditions as contained in our Agreement indicated above, as fully as if the same were repeated in this acceptance. The adjustment, if any, to the Agreement shall constitute a full and final settlement of any and all claims of the Contractor arising out of or related to the change set forth herein, including claims for impact and delay costs. Prepared by: Date: name, Project Manager department name 66 Construction Services Agreement_ Revised 03/0112013 Packet Page -2474- 9/24/2013 16.G.2. Approved By: Date: name, Design Professional (may not apply) firm name Accepted by: Date: fine- principal's signature, name & title firm name Approved by: Date: Department Director, Department Approved by: Division Administrator, Division Date: Approved by: Date: , Procurement Strategist ss Construction Services Agreement: Revised 03/01/2013 _ Packet Page -2475- 9/24/2013 16.G.2. ^ EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. Design Professional's Project No. PROJECT: CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specked parts thereof: To OWNER And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 67 Construction Services Agreement: Revised 03/01/2013 Packet Page -2476- 9/24/2013 16.G.2. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRACTOR The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. ^ Executed by Design Professional on Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title ,20 OWNER accepts this Certificate of Substantial Completion on 20 By: OWNER Type Name and Title 66 Construction Services Agreement: Revised 03/01/2013 Packet Page -2477- 9/24/2013 16.G.2. EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: Date: , 20 Contractor. The following items have been secured by the for the Project known as and have been reviewed and found to comply with the requirements of the Contract Documents. Original Contract Amount: Commencement Date: Final Contract Amount: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1. All Punch List items completed on 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies of Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate of Occupancy No.: issued on (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and Affidavits received from Contractor on: 10. Consent of Surety received on 11. Operating Department personnel notified Project is in operating phase. 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. Other: If any of the above is not applicable, indicate by N /A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor. (Company Name) (Signature) (Typed Name & Title) 69 Construction Services Agreement: Revised 03/01/2013 Packet Page -2478- By Design Professional: By Owner: 9/24/2013 16.G.2. (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 70 Construction Services Agreement Revised 03/01/2013 Packet Page -2479- 9/24/2013 16.G.2. EXHIBIT H: GENERAL TERMS AND CONDITIONS 1. INTENT OF CONTRACT DOCUMENTS. 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall' carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with .respect to the following: those affecting transportation, access, disposal, handling and storage of materials; 71 Construction Services Agreement Revised 03/01/2013 Packet Page -2480- 9/24/2013 16.G.2. availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub - Section 2.2 as the "Utilities ". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractors hall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinadiy found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 72 Construction Services Agreement: Revised 03/01/2013 Packet Page -2481- 9/24/2013 16.G.2. AIIWN 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule "). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. 4. PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 73 Construction Services Agreement: Revised 03/01/2013 Packet Page -2482- 9/24/2013 16.G.2. 4.3 Contractor shall submit all Applications for Payment to Hole Montes, Inc., located at 6200 Whiskey Creek Drive, Fort Myers, FL 33919, (239) 985 -1200 phone and (239) 985 -1258 Fax. . 4.4 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D, 4.5 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re- submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.6 Owner shall retain ten percent (10 %) of the gross amount of each monthly payment request or ten percent (10 %) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held through out the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to 74 Construction Services Agreement: Revised 03/01/2013 Packet Page -2483- 9/24/2013 16.G.2. fifty percent (50 %) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's Purchasing Policy. 4.7 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.8 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub - subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub- subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.9 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set' forth in the approved Project Funding Schedule. 4.10 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 4.11 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after. completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non - payment under the legal doctrine of "lathes" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. 5. PAYMENTS WITHHELD. 75 Construction Services Agreement: Revised 03/01/2013 Packet Page -2484- 9/24/2013 16.G.2. 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non - compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided, however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non - liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Purchasing Department and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise ^ 76 Construction Services Agreement: Revised 03/01/2013 Packet Page -2485- 9/24/2013 16.G.2. 00-N relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone � other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not 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 the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by 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 maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 77 Construction Services Agreement: Revised 03101/2013 Packet Page -2486- 9/24/2013 16.G.2. 7.4 If a specific means, method, technique, sequence or procedure of construction is ^ indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. _ 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, AS- BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub - Contractor's personnel; 8.1.4 The number of Contractor's and Sub - Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 78 Construction Services Agreement: Revised 03/01/2013 Packet Page -2487- 9/24/2013 16.G.2. 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As- Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As- Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later. Owner, or any duly authorized agents or representatives of Owner, shall have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the document retention period noted above; provided, however, such activity shall be conducted only during normal business hours. 9. CONTRACT TIME AND TIME EXTENSIONS. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under 79 Construction Services Agreement: Revised 03101/2013 Packet Page -2488- 9/24/2013 16.G.2. the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty -eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and ^ 80 Construction Services Agreement: Revised 03/01/2013 Packet Page -2489- 9/24/2013 16.G.2. Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10 %) .markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10 %) markup for all overhead and profit for all Subcontractors' and sub - subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5 %) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15 %). All compensation due Contractor and any Subcontractor or sub- subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub - Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such modifications are authorized. 11. CLAIMS AND DISPUTES. 81 Construction Services Agreement: Revised 03/01/2013 Packet Page -2490- 9/24/2013 16.G.2. 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty -eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own �-. forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty -eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty -eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or 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 work and shall properly connect and coordinate its Work with theirs. 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 the Project Manager and the 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. ^ &2 Construction Services Agreement Revised 03/01/2013 Packet Page -2491- 9/24/2013 16.G.2. r1 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13. INDEMNIFICATION AND INSURANCE. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in .-. any applicable laws, ordinances, rules or regulations subsequent to the date this 83 Construction Services Agreement: Revised 03/01/2013 Packet Page -2492- 9/24/2013 16.G.2. Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E- Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. ^ Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E -Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non - responsive. Additionally, vendors shall require all subcontracted vendors to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.gov /E- Verify. It shall be the 84 Construction Services Agreement: Revised 03/0112013 Packet Page -2493- 9/24/2013 16.G.2. vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sew, and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that existing at the time of Contractor's commencement of the Work. 16. ASSIGNMENT. 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17. PERMITS, LICENSES AND TAKES. 17.1 Pursuant to Section 218.80, F.S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. as Construction Services Agreement: Revised 03/01/2013 Packet Page -2494- 9/24/2013 16.G.2. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated ^ with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer ^ period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the ^ 86 Construction Services Agreement: Revised 03/01/2013 Packet Page -2495- 9/24/2013 16.G.2. Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefor or re- letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 87 Construction Services Agreement: Revised 03/01/2013 Packet Page -2496- 9/24/2013 16.G.2. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving ^ Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. 20. COMPLETION. 20.1 When the entire Work (or any portion thereof designated in writing by Owner) is ready for its intended use, Contractor shall notify Project Manager in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of completion. If Owner, after conferring with the Design Professional, does not consider the Work (or designated portion) substantially complete, Project Manager shall notify Contractor in writing giving the reasons therefor. If Owner, after conferring with the Design Professional, considers the Work (or designated portion) substantially complete, Project Manager shall prepare and deliver to Contractor a Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire Work (or designated portion thereof) and include a tentative punch -list of items to be completed or corrected ^ by Contractor before final payment. Owner shall have the right to exclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative punch -list. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly issue a final Certificate for Payment, recommending that, on the basis of their observations and inspections, and the Contractor's certification that the Work has been completed in accordance with the terms and conditions of the Contract Documents, that the entire balance found to be due Contractor is due and payable. Neither the final payment nor the retainage shall become due and payable until Contractor submits: (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. ea Construction Services Agreement: Revised 03/01/2013 Packet Page -2497- 9/24/2013 16.G.2. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or materialmen supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice '~ to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full 89 Construction Services Agreement: Revised 03/01/2013 Packet Page -2498- 9/24/2013 16.G.2. responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re- inspection fees and costs; to the extent such re- inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. ^ 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non, defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all ^ 90 Construction Services Agreement; Revised 03/01/2013 Packet Page -2499- 9/24/2013 16.G.2. necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Amount and /or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. if such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged against Contractor, and a Change 91 Construction Services Agreement: Revised 03/01/2013 Packet Page -2500- 9/24/2013 16.G.2. Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall 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 shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 24. SUPERVISION AND SUPERINTENDENTS. 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control 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 responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.6, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 92 Construction Services Agreement: Revised 03/01/2013 Packet Page -2501- 9/24/2013 16.G.2. ^ 25.2 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. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re- establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Project Manager written notice within forty -eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty -eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27. USE OF PREMISES. 27.1 Contractor shall maintain all 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 lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28. SAFETY. 28.1 Contractor shall be 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: 28.1.1 All employees on or about the project site and other persons and /or organizations who may be affected thereby; 93 Construction Services Agreement: Revised 03/012013 Packet Page -2502- 9/24/2013 16.G.2. 28.1.2 All the Work and materials and equipment to be incorporated therein, ^ whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees "), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; ^ sa Construction Services Agreement: Revised 03101/2013 Packet Page -2503- 9/24/2013 16.G.2. 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre - construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre - construction conference) as may be directed by the Project Manager. 30. VENDOR PERFORMANCE EVALUATION 95 Construction Services Agreement: Revised 03101/2013 Packet Page -2504- 9/24/2013 16.G.2. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon corn p letion/term i nation of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and /or Purchasing Departments, and is available on -line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase "). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, gs Construction Services Agreement: Revised 03/01/2013 Packet Page -2505- 9/24/2013 16.G.2. accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severabiffty, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 87 -25, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract 'or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval 97 Construction Services Agreement: Revised 03/01/2013 Packet Page -2506- 9/24/2013 16.G.2. from Owner. Any and all Subcontractor work to be self - performed by Contractor must ^ be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall. not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub - subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the AO-N. Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub - subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on -site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 98 Construction Services Agreement: Revised 03/01/2013 Packet Page -2507- 33.6.2 In the event of a change in the work, adjustments in the contract sum are limited exclusively changes plus no more than 10% for overhead and profit. 9/24/2013 16.G.2. the Subcontractor's claim for to its actual costs for such 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34. CONSTRUCTION SERVICES 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 34.1.2 34.1.3 34.1.4 34.1.5 34.1.6 34.1.7 34.1.8 34.1.9 34.1.10 34.1.11 34.1.12 34.1.13 34.1.14 34.1.15 34.1.16 34.1.17 34.1.18 34.1.19 34.1.20 34.1.21 34.1.22 34.1.23 34.1.24 Subcontracts and Purchase Orders Subcontractor Licenses Shop Drawing Submittal /Approval Logs Equipment Purchase/Delivery Logs Contract Drawings and Specifications with Addenda Warranties and Guarantees Cost Accounting Records Labor Costs Material Costs Equipment Costs Cost Proposal Request Payment Request Records Meeting Minutes Cost - Estimates Bulletin Quotations Lab Test Reports Insurance Certificates and Bonds Contract Changes Permits Material Purchase Delivery Logs Technical Standards Design Handbooks "As- Built' Marked Prints Operating & Maintenance Instruction 99 Construction Services Agreement: Revised 03/0112013 Packet Page -2508- 9/24/2013 16.G.2. 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 34.1.30 Punch Lists 34.1.31 PMTS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board ", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 36. SECURITY If required, Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 36. VENUE Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be 100 Construction services Agreement: Revised 03/01/2013 Packet Page -2509- 9/24/2013 16.G.2. limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND /UNDERGROUND TANKS An underground 62 -761, Florida Administrative Code (F.A.C.) or aboveground 62 -762, F.A.C. regulated tank requires notification to the `County prior to installation or closure of the tank. The Pollution Control Department (239 -252- 2502), via contract GC -690 with the Florida Department of Environmental Protection (FDEP), is the County (local program) for the purposes of these rules. Regulated tanks require notification to the `county' local program thirty (30) days prior to installation and again forty -eight (48) hours prior to commencement of the installation. Closure activities require a ten (10) day notification and then a forty-eight (48) hour notification prior to commencement. The notification is to allow for scheduling of the inspections pertaining to the installation /closure activities. A series of inspections will be scheduled based upon system design after discussing the project with the contractor /project manager. Specifics on applicability, exemptions, and requirements for regulated pollutant storage tank systems can be found in 62 -761, F.A.C. and 62 -762, F.A.C. or you may contact the Pollution Control Department with your questions. Please note that equipment must be listed on the FDEP approved equipment list and will be verified at inspection along with installation and testing procedures. The approved equipment list is constantly updated and can be found at the FDEP Storage Tank Regulation website along with rules, forms and other applicable information. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well - groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision- making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator 101 Construction Services Agreement: Revised 03/01/2013 Packet Page -2510- 9/24/2013 16.G.2. certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision- making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 102 Construction Services Agreement: Revised 03/0112013 Packet Page -2511- 9/24/2013 16.G.2. ^ EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 1. The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and /or services purchased as a part of this contract. 2. Exhibit 1 -1 FAA General Provisions Sections 10 120 3. Exhibit 1 -2 Federal Requirements for Construction Contracts (Includes Davis Bacon Wage Certification) 103 Construction Services Agreement: Revised 03101/2013 Packet Page -2512- 9/24/2013 16.G.2. 150 /5370 -IOF APRIL 2012 Part 1— General Provisions The following sections contain the General Provisions. Federal Aviation Administration Standard Specifications for specifying construction of airports as found in FAA Advisory Circular 150/5370 -1 OF to be utilized on this project. The contractor is to note the modifications made to the FAA general Provisions. These modifications appear in two forms: StAkeout: Language shown in this manner is to be ignored and is not applicable to the work. Italics. Language shown in this manner is additional language, which is relevant to, and is part of the contract documents for, this specific project. Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right -of -way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10 -04 AIP. The Airport Improvement Program, a grant -in -aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10 -06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. Everglades Airpark Taxiway Extension Packet Page -2513- GP -1 9/24/2013 16.G.2. 150/5370 -10F APRIL, 2012 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10 -14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10 -15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10 -16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10 -17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10 -23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. Everglades Airpark Taxiway Extension Packet Page -2514- GP -2 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 10 -25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10 -29 MATERIALS. Any substance specified for use in the construction of the contract work. 10 -30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the tern "sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10 -33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10 -37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Everglades Airpark Taxiway Extension Packet Page -2515- GP -3 9/24/2013 16.G.2. 150/5370-10F APRIL 2012 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 SPONSOR See definition above of "Owner." 10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10 -43 SUBGRADE. The soil that forms the pavement foundation. 1044 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10 -45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10 -46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing /'N payment or performance bonds that are furnished to the Owner by the Contractor. 10 -47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10 -48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10 -49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. Everglades Airpark Taxiway Extension END OF SECTION 10 Packet Page -2516- GP-4 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 Section 20 Proposal Requirements and Conditions 20 -01 ADVERTISEMENT (Notice to Bidders). 20 -02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. if the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20 -05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work Everglades Airpark Taxiway Extension Packet Page -2517- GP -5 9/24/2013 16.G.2. 150 /5370 -1 OF APRIL. 2012 performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20 -06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20 -08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral., shall be made payable to the Owner. Everglades Airpark Taxiway Extension Packet Page -2518- GP -6 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened- 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. Everglades Airpark Taxiway Extension END OF SECTION 20 Packet Page -2519- GP -7 9/24/2013 16.G.2. 150/5370 -1 OF APRIL 2012 Section 30 Award and Execution of Contract 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30 -02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. No award shall be made until the FAA has concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract. 30 -03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30 -04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30 -05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. Everglades Airpark Taxiway Extension Packet Page -2520- GP -8 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 30 -06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. The contractor, sub- recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sea in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 30 -07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30 -08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. Everglades Airpark Taxiway Extension Packet Page -2521- GP -9 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 Section 40 Scope of Work 40 -01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the AO—IN owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increase or decrease the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. AU supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40 -04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance Everglades Airpark Taxiway Extension Packet Page -2522- GP -10 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work- When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40 -05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire- rescue equipment, or maintenance vehicles at the airport When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40 -06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. Everglades Airpark Taxiway Extension Packet Page -2523- GP -11 9/24/2013 16.G.2. 150 /5370 -1 OF APRIL 2012 The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40 -07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his /her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material. that is acceptable for use in constructing embankment, backfrlls, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. 11 is understood and agreed that the Contractor shall make no claim for delays by reason of hisJher exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40 -08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 Everglades Airpark Taxiway Extension GP -12 Packet Page -2524- 9/24/2013 16.G.2. 150 /5370 - l OF APRIL, 2012 Section 50 Control of Work 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50 -02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be Everglades Airpark Taxiway Extension Packet Page -2525- GP -13 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 complementary and to describe and provide for a complete work In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited standards for testing occur due to the timing of changing, editing, and replacing of standards. In the event the Contractor discovers any apparent discrepancy within standard test methods, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50 -04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her n authorized representative. 50 -05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50 -06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor.. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. Everglades Airpark Taxiway Extension Packet Page -2526- GP -14 9/24/2013 16.G.2. 150/5370 -10F APRIL, 2012 The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100 -foot stations. Drainage Swales slope stakes and flow line blue tops at 50 -foot stations. Subgrade blue tops at 25 -foot stations and 25 -foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station d. Roadways — minimum 3 per station Base Course blue tops at 25 foot stations and 25 -foot offset distance (max.) for the following section locations: a. Runway — minimum 5 per station b. Taxiways — minimum 3 per station c. Holding apron areas — minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 -foot stations b. Between Lifts at 25 -foot stations for the following section locations: (1). Runways — each paving lane width (2). Taxiways — each paving lane width (3). Holding areas — each paving lane width c. After finish paving operations at 50 -foot stations (1). All paved areas — Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 -foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 -foot stations Everglades Airpark Taxiway Extension GP -15 Packet Page -2527- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL 2012 Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASIs, PAPIs, REILs, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25 -foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 in PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (that is, paving lane). Note: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50 -07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50 -08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50 -10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, Everglades Airpark Taxiway Extension Packet Page -2528- GP -16 9/24/2013 16.G.2. 15015370 -1OF APRIL 2012 unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50 -13 FAILURE TO MAINTAIN THE WORK Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50 -14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such ^ Everglades Airpark Taxiway Extension Packet Page -2529- GP -17 9/24/2013 16.G.2. 150/5370 -1 OF APRIL 2012 partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50 -15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50 -16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been n completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. ift r vffifiag, f e life, s f inelading but not iiwAted to eeeaemy egepefat4eR, effista ofmainsen e, > Nat b teaEiwey drainage Ue As f aids, raapaeity of > a f ehmges, An itefaizatiefi a4amages be D ifthe , is adepted; • efthe e8fttfart FOEttlifefaems thM ffmst ehanged prepesal Everglades Airpark Taxiway Extension Packet Page -2530- GP -18 9/24/2013 16.G.2. 150 /5370 - l OF APRIL 2012 a w n4nts-- ei# a f-th , +:, -..e by ...h:,.h.. ,.wafte er-deF ad pting the proposal mum be : .e , o A 90@me--'- A-9-4-he adeptiee of the pf9peW --4-11 IMA408- A-;.;- 4the time fer- eemplelien of the Reftlr-964; &FA Everglades Airpark Taxiway Extension END OF SECTION 50 Packet Page -2531- GP -19 M 'rim -10:7 Y_ Everglades Airpark Taxiway Extension END OF SECTION 50 Packet Page -2531- GP -19 M 'rim Everglades Airpark Taxiway Extension END OF SECTION 50 Packet Page -2531- GP -19 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Section 60 Control of Materials 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery. is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345 -53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. 60 -02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who Everglades Airpark Taxiway Extension GP -20 Packet Page -2532- 9/24/2013 16.G.2. 15015370 -10F APRIL 2012 will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60 -03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. Everglades Airpark Taxiway Extension Packet Page -2533- GP -21 9/24/2013 16.G.2. 150 15370 -10F APREL 2012 N � • N V ki =M122-2295 tMe t32"Utnem, 1. Fie > ) > Fbflgineer- to imp eat the > hi Y d .-. n4 l emer-ing 4 the k 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner - furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner- furnished materials shall be included in the unit price bid for the contract item in which such Owner- furnished material is used. After any Owner - furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner - furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner - furnished materials. Everglades Airpark Taxiway Extension END OF SECTION 60 Packet Page -2534- GP -22 9/24/2013 16.G.2. 150 15370 -10F APRIL 2012 Section 70 Legal Regulations and Responsibility to Public 70 -01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees, and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70 -02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAH) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner (Utility or Other Facility): NONE Location (See Plan Sheet No.): N/A Person to Contact (Name, Title, Address and Phone): N/A Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another goverment agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. Everglades Airpark Taxiway Extension Packet Page -2535- GP -23 n 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70 -07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. 100-N The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70 -08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 in high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40 -05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340 -1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fine -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150 /5370 -2F, Operational Safety on Airports During Construction. Everglades Airpark Taxiway Extension Packet Page -2536- GP -24 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370 -2F. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within. the air operations areas of the airport. 70 -09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70 -10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non - execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's. Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suits, actions, or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Everglades Airpark Taxiway Extension Packet Page -2537- GP -25 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70 -13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Phase or Description: N/A Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150 /5370 -2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70 -14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non- execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. Everglades Airpark Taxiway Extension Packet Page -2538- GP -26 9/24/2013 16.G.2. 150/5370 - l OF APRIL. 2012 If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: Utility Service or Facility: MA It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Everglades Airpark Taxiway Extension Packet Page -2539- GP -27 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 . cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. fA 45-1 Y FAA TT. A GI UI • S AND G A R1 .Ti RUNS ThO i- +...-«......a....:s liefeby -d-49_,1 thM the s with 4he tVII ; ske fAT nwpe f t d makAainiiag all emis6ag FAA d f 1 • • fi b. The Gentreetef she4l aetif�, the above flamed FAA Air-way Fasilkie-s -PA-ins of C—An t sevee R/ r r r b -- .. a � d t.. ehed..le MY Mquired i• ilk sables, a ean"inn of aeoeptenee by the n.,,..e_ T1. G 1p . - s hereby e wised the, FAA A l;eeila r � z.eL.te that ei:fniaetes the need f .. "I plies 70 -16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of- way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70 -18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from Everglades Airpark Taxiway Extension Packet Page -2540- GP -28 9/24/2013 16.G.2. 150/5370 -1OF APRIL, 2012 recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. Everglades Airpark Taxiway Extension END OF SECTION 70 Packet Page -2541- GP -29 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Section 80 Prosecution and Progress 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least [25 ] percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80 -03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS (AOA) of the airport. When the work requires the Contractor to conduct his/her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified Everglades Airpark Taxiway Extension Packet Page -2542- GP -30 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AOA: N/A Contractor shall be required to conform to safety standards contained in AC 150 /5370 -2, Operational Safety on Airports During Construction (See Special Provisions). 80 -04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150 /5370 -2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80 -05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. Everglades Airpark Taxiway Extension Packet Page -2543- GP -31 9/24/2013 16.G.2. 150/ 70-IOF APRIL 2012 When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80 -06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have Everglades Airpark Taxiway Extension Packet Page -2544- GP -32 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be Everglades Airpark Taxiway Extension Packet Page -2545- GP -33 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80 -09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, Everglades Airpark Taxiway Extension Packet Page -2546- GP -34 9/24/2013 16.G.2. 150 /5370 -1 OF APRIL. 2012 neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or [ ] feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within ] feet of an active runway at any time. Everglades Airpark Taxiway Extension END OF SECTION 80 Packet Page -2547- GP -35 9/24/2013 16.G.2. 150 /5370 - l OF APRIL 2012 Section 90 Measurement and Payment 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 sq ft (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of in. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to, the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60 °F (15 °C) or will be corrected to the volume at 60 OF (15 °C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Everglades Airpark Taxiway Extension Packet Page -2548- GP -36 9/24/2013 16.G.2. 150/5370-1 OF APRIL 2012 Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (1,1FBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one -half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50 -pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous convect weighting - accuracy test will be reduced by the percentage of error in excess of one -half of 1 percent. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. Everglades Airpark Taxiway Extension Packet Page -2549- GP -37 n 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90 -02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90 -03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90 -04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. Everglades Airpark Taxiway Extension Packet Page -2550- GP -38 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90 -06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. Everglades Airpark Taxiway Extension Packet Page -2551- GP -39 9/24/2013 16.G.2. 150/5370 -lOF APRIL 2012 When at least 95 percent of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAY ENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. elaifr. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his /her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. Everglades Airpark Taxiway Extension Packet Page -2552- GP-40 9/24/2013 16.G.2. 150 /5370 -1 OF APRIL. , 2012 90 -08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90 -06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90 -09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. Everglades Airpark Taxiway Extension END OF SECTION 90 Packet Page -2553- GP -41 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 Section 100 Contractor Quality Control Program NOT USED Everglades Airpark Taxiway Extension Packet Page -2554- GP -42 Y. ' •. ' • . air _ . .- Everglades Airpark Taxiway Extension Packet Page -2554- GP -42 9/24/2013 16.G.2. 150/5370 - I OF APRIL. 2012 _ r A + al t ASS- + - aptable 40 the M b _ r Everglades Airpark Taxiway Extension Packet Page -2555- GP-43 a al t ASS- EngineeF in b YOUS i yr aptable 40 the Of r r o b b beastfue ,e Everglades Airpark Taxiway Extension Packet Page -2555- GP-43 9/24/2013 16.G.2. 15015370 -1OF APRIL 2012 NOW am. - - - am s iii6fH#Ew eaeb wqF r arstiyili a4 al times VAefe material is being r a a pi-- + c ineer-peratiep + the I /-N Thasnhala 1' O « b c I1 + r a testis ., h the type a f 1 PaeO 1.1 I • ■ • • ■ t, r. Y. 1 1 I �• . i�Y ■ Y_ _ Y. - - - Everglades Airpark Taxiway Extension Packet Page -2556- GP-44 9/24/2013 16.G.2. 150/5370 -10F APRIL, 2012 Cp FFq -• ff - - -- - • ,• ................ . ........... : ON' � � +- - - 315 -rW7""r.4Vff.9 Y. r. Cp FFq -• ff - - -- - • ,• ................ . ........... : ON' � � Y. _ - -- : ON' � � +- - - PO Everglades Airpark Taxiway Extension Packet Page -2557- GP -45 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Y. Y_ Y. _ Y_ 1 1 11 •■■ Y I V ■ � ■ • ■1■ �� . Y � MI Everglades Airpark Taxiway Extension Packet Page -2558- GP-46 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 �. . 1. WPM r. . Everglades Airpark Taxiway Extension GP -47 Packet Page -2559- 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 Section 110 Method of Estimating Percentage of Material within Specification Limits (PWL) NOT USED n. is aeeegterl- a pesi4ion within 4he sublet in aeeer-demee with the feqUiFemeats of the $$oeifieati AR Where. Y. — sample ave= age of a4l sublet values "•. is a Trots �= T.,.7:.:.i...1 .1,1.,E . -A11 Everglades Airpark Taxiway Extension Packet Page -2560- GP-48 . . -Tv . MUM? 1"Wof-M .. n. is aeeegterl- a pesi4ion within 4he sublet in aeeer-demee with the feqUiFemeats of the $$oeifieati AR Where. Y. — sample ave= age of a4l sublet values "•. is a Trots �= T.,.7:.:.i...1 .1,1.,E . -A11 Everglades Airpark Taxiway Extension Packet Page -2560- GP-48 9/24/2013 16.G.2. 15015370 -1 OF APRIL 2012 e. Find the sample stmdard deviation (9.4 by use of the fellevAng femuia! 3A a -e. Q ��A f o — Ai....,.ber- ..1....biet.. single f v Quality 'Use-_, QL - (-X W-`. Oro Im IN . tl� #Here =b and 9 — speeAeafiefi iewef and . .. «,.,e.... limits CCiG1'CQ1CC' by c +e �" Fiag Table 1 separately w: «ma Qt and "', � using s above RL, and p eaet. 49lermee limit. if toe *alues of Q fall be4 ..1. st... n ;he !able a +l a ..+ L :.1 4k* a Wher-e. _'t - - _ _ pefeent within upper- sperifieatien limit Everglades Airpark Taxiway Extension Packet Page -2561- GP -49 9/24/2013 16.G.2. 150/5370 -1 OF APRIL 2012 Section 120 Nuclear Gauges 120 -01 TESTING. When the specifications provide for nuclear gauge acceptance testing of material for Items P -152, P -154, P -208, and P -209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 6938 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with ASTM D 6938. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM standards. When using the nuclear method, ASTM D 6938 shall be used to determine the moisture content of the material. The calibration curve furnished with the nuclear gauges shall be checked in accordance with ASTM standards. The calibration checks shall be made at the beginning of a job and at regular daily intervals. gauge The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 6938 is used. 120 -02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. n The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Specification Tolerance (L) for Density, (percent of laboratory max` imum) Item P -152 90.5 for cohesive material, 95.5 for non - cohesive Item P -154 95.5 Item P -208 97.0 Item P -209 97.0 If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated_ for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120 -03 VERIFICATION TESTING. (For Items P -152 and P -154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture - density in accordance with ASTM D 698 f9F er-efe and (2) comparing the result with the laboratory moisture - density curves for the material being placed. This verification process is commonly referred to as a "one -point Proctor". Everglades Airpark Taxiway Extension Packet Page -2562- GP -50 9/24/2013 16.G.2. 150/5370 -1 OF APRIL, 2012 If the material does not conform to the existing moisture - density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 698 _ pounds or- Faer-e. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. Everglades Airpark Taxiway Extension END OF SECTION 120 Packet Page -2563- GP -51 9/24/2013 16.G.2. APRIL 2012 FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS TABLE OF CONTENTS DESCRIPTION Civil Rights Act of 1964 Airport & Airway Improvement Act of 1982 Lobbying & Influencing Federal Employees Access To Records & Reports Rights To Inventions Breach of Contract Terms . DBE Required Statements Trade Restriction Clause Certification Regarding Debarment/Ineligibility & Voluntary Exclusion n Veteran's Reference Termination of Contract Clean Air & Water Pollution Control Energy Conservation Requirements Davis Bacon Requirements Contract Workhours and Safety Standards Act Requirements Equal Employment Opportunity Requirement For Affirmative Action Certification of Nonsegregated Facilities Standard Federal Equal Employment Opportunity Construction Contract Specifications Buy American Requirements Wage Rates Equal Employment Opportunity Poster Davis -Bacon Act Poster r� FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS Packet Page -2564- 9/24/2013 16.G.2. FEDERAL REQUIREMENTS FOR CONSTRUCTION CONTRACTS 5.100,000 AND OVER CIVIL RIGHTS ACT OF 1964, TITLE VI — CONTRACTOR CONTRACTUAL REQUIREMENTS 49 CFR PART 21 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "c ontractorl agrees as follows: 1.1 Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DoT') Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 1.2 Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 1.3 Solicitations for Subcontracts, Including Procurements of Materials and Equiprwnt. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractors obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 1.4 Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 1.5 Sanctions for Noncompliance. In the event of the contractors noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. FEDERAL CONTRACT REQUIREMENTS Packet Page -2565- Page 1 of 23 9/24/2013 16.13.2. 1.6 Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA 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 supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 320 - GENERAL CIVIL RIGHTS PROVISIONS, TITLE 494T7123 The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionsire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 49 CFR PART 20 (1) No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard FomrLLL, "Disclosure of Lobby Activities," in accordance with its instructions. FEDERAL CONTRACT REQUIREMENTS Packet Page -2566- Page 2 of 23 9/24/2013 16.G.2. ACCESS TO RECORDS AND REPORTS 49 CFR PART 18.36(1) The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. RIGHTS TO INVENTIONS 49 CFR PART 18.36(1)(8) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. BREACH OF CONTRACT TERMS 49 CFR PART 18.36 Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. DBE REQURIED STATEMENTS— 49 CFR PART 26 (11/19101) Policy: It is the policy of the Department of Transportation (DOT) that Disadvantaged Business Enterprises (DBE's) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26, apply to this agreement. DBE Obligation. The recipient or its contractor agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for FEDERAL CONTRACT REQUIREMENTS Page 3 of 23 Packet Page -2567- 9/24/2013 16.G.2. and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT - assisted contracts. . Contract Assurance (526.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out. applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a' material bread of this contract; which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment 1-426.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Owner. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Owner. This clause applies to both DBE and non -DBE subcontractors. Contract Goals: (Note the following statements should only be used If the recipient does not expect to meet the overall goal through race - neutral means AND the contract has subcontracting, possibilities): The bidder shall subcontract 4 percent of the dollar value of the total amount of a DOT-assisted contract to qualified DBE subcontractors. At the time of the bid, the bidder shall submit: 1. The names, addresses of DBE firms that will participate in the contract; 2. A description of work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm; 4. Written and signed document of commitment to use the DBE subcontractor whose participation is submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment. 6. If the bidder fails to meet the contract goal, evidence of good faith efforts, as described below shall be submitted. A bidder who fails to meet these requirements, and who cannot show good faith effort will be considered non - responsive. Good Faith Effort: The following actions, by the bidder, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive, but should be used as a guide in determining good faith effort. 1. Attendance at pre -bid meetings scheduled to inform DBE's of the project. 2. Advertisement in general circulation, trade association and minority focus media concerning subcontracting opportunities. 3. Written notice to DBE's allowing sufficient time for reply. 4. Follow up on initial solicitation. FEDERAL CONTRACT REQUIREMENTS Packet Page -2568- Page 4 of 23 9/24/2013 16.G.2. 5. Selection of portions of the work likely to be performed by DBE's. 6. Provide interested DBE's adequate information for bidding_ 7. Negotiation with interested DBBE's. 8. Assist interested DBE's with bonding, insurance or credit. 9. Use of minority contractors' groups and minority business assistance offices. TRADE RESTRICTION CLAUSE 49 CFR PART 30.13 The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. fines published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Goverment. 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 provision. The knowledge and information FEDERAL CONTRACT REQUIREMENTS Page 5 of 23 Packet Page -2569- �� 9/24/2013 16.13.2. of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CERTIFICATION REGARDING DEBAREMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 48 CFR PART 29 The bidder /offer or certifies, by submission of this proposal or acceptance of this contract, 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. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer or /contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. VETERAN'S PREFERENCE TITLE 49 U.S.C.47112(c) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates.. TERMINATION OF CONTRACT 49 CFR PART 18.36(1)(2) a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractors obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such rase, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. FEDERAL CONTRACT REQUIREMENTS Packet Page -2570- Page 6 of 23 9/24/2013 16.G.2. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. CLEAN AIR AND WATER POLLUTION CONTROL 49CFR PART 18.36(i)(12) Contractors and subcontractors agree: a That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $ 100,000 the aforementioned criteria and requirements. ENERGY CONSERVATION REQUIREMENTS 49 CFR Part 18.36(iX13) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94 -163) FEDERAL CONTRACT REQUIREMENTS Packet Page -2571- Page 7 of 23 DAVIS BACON REQUIREMENTS, 29 CFR PART 5.5 Updated 2M412012 1. Minimum Wages 9/24/2013 16.G.2. (1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employees payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(1) of this section) and the Davis -Bacon poster " -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not fisted in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following -crtteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification_and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, FEDERAL CONTRACT REQUIREMENTS Packet Page -2572- Page 8 of 23 9/24/2013 16.G.2. Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated forfringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, YAP issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate)-determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona-fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan_ or program. 2 Withholding. The .Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3, Payrolls and basic records. FEDERAL CONTRACT REQUIREMENTS Packet Page -2573- Page 9 of 23 9/24/2013 16.G.2. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(8) of the Davis - Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of tabor has found under 29 CFR 5.5(a)(1)('rv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved. programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the, (write in name of appropriate federal agency). if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is. available for this purpose from the Wage and Hour Division Web site at http.,IAvww.dol.govles&WtxWbnnsMh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the (write in name 'of appropriate federal agency) if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency), the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part FEDERAL CONTRACT REQUIREMENTS Page 10 of 23 Packet Page -2574- 9/24/2013 16.G.2. 5, and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the ciassiiication of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(1) of this section available for inspection, copying or.transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration,. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job she in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work FEDERAL CONTRACT REQUIREMENTS Page 11 of 23 Packet Page -2575- 9/24/2013 16.G.2. actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to joumeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. if the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Nour.Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and joumeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30, 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by FEDERAL CONTRACT REQUIREMENTS Page 12 of 23 Packet Page -2576- 9/24/2013 16.G.2. reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these dauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7, Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as prided in 29 CFR 5.12. 8. Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the Procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the-contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (9) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's fine is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(ax1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5.5 FEDERAL CONTRACT REQUIREMENTS Page 13 of 23 Packet Page - 2577 - 9/24/2013 16.G.2. 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such taborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above_ 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any. other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which_ is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. EQUAL EMPLOYMENT OPPORTUNITY - 41 CFR PART 60- 1.4(b) 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 FEDERAL CONTRACT REQUIREMENTS Packet Page -2578- Page 14 of 23 9/24/2013 16.G.2. 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.soiicitations 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 s/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, as amended, 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 procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the n Secretary of Labor, or as otherwise provided by law. 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 provision, 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. FEDERAL CONTRACT REQUIREMENTS Packet Page -2579- Page 15 of 23 9/24/2013 16.G.2. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2 I. The Offeror's.or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract 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 all construction work in the covered area, are as foilows: Timetables Goats for minority participation for each trade Goals for female participation in each trade (Vol. 45 Federal Register pg. 65984 1013180) (6.9 %) 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 non - federally irwived 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, speck 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 shall 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. 3. The contractor shall provide written notification to the Director, OFGCP, 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 subcontract; and the geographical area in which the subcontract is to be perfomved. 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]. FEDERAL CONTRACT REQUIREMENTS Packet Page -2580- Page 16 of 23 9/24!2013 16.G.2. CERTIFICATION OF NONSEGREGATED FACILITIES - 41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non - segregated Facilities shall be submitted prior to the award of a federally - assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally- assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non- Segr"ated Facilities 1. A Certification of Non - segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. The federally- assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally- assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally- assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. FEDERAL CONTRACT REQUIREMENTS Page 17 of 23 Packet Page -2581- r 9/24/2013 16.G.2. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR Part 60.4.3 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 (OFCCP), U.S. 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 Employers Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (alt persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) 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 6014.5) 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 accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall 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 contractors or subcontractor's failure to take good f ith,efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the speck affirmative action standards provided in paragraphs 18.7a through 18.7p 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 FEDERAL CONTRACT REQUIREMENTS Packet Page -2582- Page 18 of 23 9/24/2013 16.G.2. it has employees in the covered area. Covered construction contractors performing construction work in a geographical area 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 19246 or the regulations promulgated pursuant thereto. 6. In order for the non- working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to empty the apprentices and trainees at the completion of their training, subject to the evaiiebiiity of employment opportunities. Trainees shall 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 affimrative 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 onsite 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. 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 therefore 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 female 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 FEDERAL CONTRACT REQUIREMENTS Packet Page -2583- Page 19 of 23 9/24/2013 16.G.2. 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 spec 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 terns with onsite supervisory personnel such a 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 extemally 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. i. Direct 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 workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. 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 FEDERAL CONTRACT REQUIREMENTS Page 20 of 23 I Packet Page -2584- 9/24/2013 16.G.2. 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 non - segregated except that separate or single uset 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 contractors EEO policies and affirmative action obligations. B. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, maybe asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p 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 contractors and failure of such a group to fulfill an obligation shall not be a defense for the contractors noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide n equ p 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, if the particuiar 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 subcontracl 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 cant' out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications: shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 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 FEDERAL CONTRACT REQUIREMENTS Page 21 of 23 Packet Page -2585- 9/24/2013 16.G.2. 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 number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, heiper, 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) FEDERAL CONTRACT REQUIREMENTS Packet Page - 2586 - Page 22 of 23 9/24/2013 16.G.2. BUY AMERICAN REQUIREMENTS NOTICE TO BIDDERS BUY AFRICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION-CONTRACTORS (JAN 1991) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: I. Steel and manufactured-products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b)(1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components mean those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. n (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those - (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (b) that the U.S. Department of :' ransportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (c) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) FEDERAL CONTRACT REQUIREMENTS EXHIBIT J Packet Page -2587- Page 23 of 23 9/24/2013 16.G.2. General Decision Number: FL130211 08/09/2013 FL211 Superseded General Decision Number: FL20120211 State: Florida Construction Type: Highway County: Collier County in Florida. HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/04/2013 1 05/17/2013 2 08/09/2013 * ELECO349 -008 09/01/2012 Rates Fringes ELECTRICIAN Electrical contracts over $2,000,000 ..................5 30.11 9.56 Electrical contracts under 52,000,000 ..................$ ----------------------------------------------------- 27.15 9.18 SUFL2009 -207 08/05/2009 ----------- Rates Fringes CARPENTER ........................$ 15.30 2.54 CEMENT MASON /CONCRETE FINISHER ... $ 12.30 0.00 HIGHWAY /PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 11.97 2.23 HIGHWAY /PARKING LOT STRIPING: Painter .........................$ 13.31 0.00 IRONWORKER, REINFORCING .......... $ 14.50 1.37 IRONWORKER, STRUCTURAL ........... $ 16.75. 3.88 LABORER: Asphalt Shoveler ....... $ 10.70 0.00 LABORER: Common or General ...... $ 10.19 1.55 LABORER: Flagger .................$ 12.75 0.00 LABORER: Grace Checker .......... $ 10.50 0.55 LABORER: Landscape & Irrigation .......................$ 8.77 0.00 LABORER: Luteman ................$ r� 10.32 0.00 LABORER: Mason Tender - Cement /Concrete ..................$ 12.00 1.80 http:// www. wdol. gov /wdol/scafiles/davisDacone/rj, Pafe -i .av6gv =2 9/5/2013 9/24/2013 16.G.2. LABORER: Pipelayer ..............$ 11.63 2.65 LABORER: Power Tool Operator (Hand Held Drills /Saws, Jackhammer and Power Saws Only ) ............................$ 11.23 1.96 OPERATOR:, Asphalt Paver ......... $ 11.52 0.00 OPERATOR: Asphalt Plant ......... $ 12.20 0.00 OPERATOR: Asphalt Spreader ...... $ 10.76 0.00 OPERATOR: Auger .................$ 19.40 0.44 OPERATOR: Backhoe Loader Combo ............................$ 15.33 C.97 OPERATOR: Backhoe /Excavator ..... $ 15.5C 2.28 OPERATOR: Boom ..................$ 16.61 0.00 OPERATOR: Bulldozer .............$ 13.71 1.55 OPERATOR: Crane .................$ 19.94 1.37 OPERATOR: Distributor ........... $ 11.47 0.00 OPERATOR: Drill .................$ 13.00 1.59 OPERATOR: Grader/Blade .......... $ 14.32 0.00 OPERATOR: Loader ................$ 12.83 1.29 OPERATOR: Mechanic ..............$ 16.31 1.37 OPERATOR: Milling Machine ....... $ 11.92 0.00 OPERATOR: Oiler .................$ 11.92 1.9_ OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... S 12.42 ME OPERATOR: Piledriver ............ $ 15.59 4,00 OPERATOR: Roller ................$ 11.14 C.00 OPERATOR: Scraper ...............$ 10.70 1.60 OPERATOR: Screed ................$ 1C.82 C.CC OPERATOR: Tractor ...............$ 12.78 C.00 OPERATOR: Trencher ..............$ 13.4 1 0.49 PAINTER: Spray and Steel ........ $ 16.62 0.00 TRUCK DRIVER, Includes 10 Yard Haul Away, A- Frame, htlp:// www. wdol .gov /wdoUscafiles /davisbacon/VLL i .avnv =2 9/5/2013 9/24/2013 16.G.2. Dump, Water Truck ................$ 12.50 0.00 TRUCK DRIVER: Dump Truck. .......$ 10.05 0.00 TRUCK DRIVER: Lowboy Truck ...... $ 14.05 0.00 TRUCK DRIVER: Material Truck .... $ 12.76 9.80 TRUCK DRIVER: Tractor Haul Truck ............................$ 10.64 0.00 TRUCK DRIVER: Water Truck ....... $ 10.50 0.00 TRUCK DRIVER: Distributor, Dump, ---------------------------------------------------------- Lowboy and Tandem .......... $ 11.30 2.26 - - - - -- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------- - - - - -- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non- union. Union identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows -indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. http://www.wdol.gov/wdol/scafiles/davisbacon/rj,.z-i 9/5/2013 9124/2013 16.G.2. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non - union. data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This'can be: • an existing published wage determination • a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution. Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor http:// www. wdol. gov /wdol/scafiles/davisoacon/riaM .avo1v =2 9/5/2013 9/24/2013 16.G.2. 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http:// www. wdol. gov /wdol/scafiles/davisaacoivrLa�e .uvFv =2 9/5/2013 9/24/2013 16.G.2. General Decision Number: FL130211 08/09/2013 FL211 Superseded General Decision Number: FL20120211 State: Florida Construction Type: Highway County: Collier County in Florida. HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/04/2013 1 05/17/2013 2 08/09/2013 * ELEC0349 -008 09/01/2012 Rates Fringes ELECTRICIAN Electrical contracts over $2,000,000 ..................$ 30.11 9.56 Electrical contracts under $2,000,000 ..................$ 27.15 9.18 --------------------------------------------------------- SUFL2009 -207 08/05/2009 Rates Fringes CARPENTER ........................$ 15.30 2.54 CEMENT MASON /CONCRETE FINISHER ... $ 12.30 0.00 HIGHWAY /PARKING LOT STRIPING: Operator (Striping Machine) ..... $ 11.97 2.23 HIGHWAY /PARKING LOT STRIPING: Painter ...... . ........ . ...... ...S 13.31 0.00 IRONWORKER, REINFORCING .......... S 14.50 1.37 IRONWORKER, STRUCTURAL ........... $ 16.75 3.88 LABORER: Asphalt Shoveler ....... $ 10.70 0.00 LABORER: Common or General ...... $ 10.19 1.55 LABORER: Flagger ................$ 12.75 0.00 LABORER: Grade Checker .......... $ 10.50 0.55 LABORER: Landscape & Irrigation .......................$ 8.77 0.00 LABORER: Luteman ................$ 10.32 0.00 LABORER: Mason Tender - Cement /Concrete ..................$ 12.00 1.80 http:// www. wdol. gov /wdol/scaflies /davisbacon/rLZi 1.avu%v =2 9/5/2013 9/24/2013 16.G.2. LABORER: Pipelayer ..............$ 11.63 2.65 LABORER: Power Tool Operator (Hand Held Drills /Saws, Jackhammer and Power Saws Only ) ............................$ 11.23 1.96 OPERATOR: Asphalt Paver ......... $ 11.52 0.00 OPERATOR: Asphalt Plant ......... $ 12.20 0.00 OPERATOR: Asphalt Spreader ...... $ 10.76 0.00 OPERATOR: Auger .................$ 19.40 0.44 OPERATOR: Backhoe Loader Combo ............................$ 15.33 0.97 OPERATOR: Backhoe /Excavator ..... $ 15.50 2.28 OPERATOR: Boom ..................$ 16.61 0.00 OPERATOR: Bulldozer .............$ 13.71 1.55 OPERATOR: Crane .................$ 19.94 1.37 OPERATOR: Distributor ........... $ 11.47 0.00 OPERATOR: Drill .................$ 13.00 1.59 OPERATOR: Grader/Blade .......... $ 14.32 0.00 OPERATOR: Loader ................$ 12.83 1.29 OPERATOR: Mechanic ..............$ 16.31 1.37 OPERATOR: Milling Machine ....... $ 11.92 0.00 OPERATOR: Oiler .................$ 11.92 1.91 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 12.42 0.86 OPERATOR: Piledriver ............ $ 15.59 4.00 OPERATOR: Roller ................$ 11.14 0.00 OPERATOR: Scraper ...............$ 10.70 7.60 OPERATOR: Screed ................$ 10.82 0.00 OPERATOR: Tractor ...............$ 12.78 0.00 OPERATOR: Trencher ..............$ 13.41 0.49 PAINTER: Spray and Steel ........$ 16.62 0.00 TRUCK DRIVER, Includes 10 Yard Haul Away, A- Frame, Packet r, ii.av v -2 9/5/2013 9/24/2013 16.G.2. Dump, Water Truck ................$ 12.50 0.00 TRUCK DRIVER: Dump Truck ........ $ 10.05 0.00 TRUCK DRIVER: Lowboy Truck ...... $ 14.05 0.00 TRUCK DRIVER: Material Truck .... $ 12.76 9.80 TRUCK DRIVER: Tractor Haul Truck ............................$ 10.64 0.00 TRUCK DRIVER: Water Truck ....... $ 10.50 0.00 TRUCK DRIVER: Distributor, Dump, ---------------------------------------------------------------- Lowboy and Tandem .......... $ 11.30 2.26 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "51.1" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUMC198 -005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. http://www.wdol.gov/wdoUscafiles/davisPacket =2 9/5/2013 9/24/2013 16.G.2. 0000/9999: weighted union wage rates will be published annually each January. Nor. -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and nor. -union data. Example: SULA2004 -OC7 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications. and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contac= is not satisfactory, then the process described in 2. and 3.) should be followed. With regard tc any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, I.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Waae and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor http:// www. wdol. gov /wdol/scafiles /davisbacoivrLZI i.avn.6v --2 9/5/2013 9/24/2013 16.G.2. 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Deoartment of Labor 200 Constitution: Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION h4://viww.wdol.gov/wdol/scafiles/davisDacon/ri,-i .u5v v =2 9/5/2013 • r1 0 I!=, �W W= W 9/24/2013 16.G.2. O R C ., v m °' .3 as � •� � c '� � :.� ° � � c y .c be IX 6. v Q c 0°0 o o .O r Lu O' C7 v1 C� .� y d' U _ R •u lu CD 6. R J � ^i v o L R 5 m 'o . 0ao o y ny C' r C �Q y ' m U Z y s O y ^ O o c v F v 0 '° C iti •` O •°-. y R d •'p _O ^a Z w L. U C o o U = b +�'- ~ o° o R C 0 rF C-c5 ,���� ^yam I c.�a.5y�°a = d'Ss�° -fl boo o p E y a� cu Rae •� � .5 . � o a c as � j U � � �t�E m o c �y'�e ayO o Cu to ey •� W Lzi 0, W > ° ,-y, �;y� o °_; �•« O v ° o a a�U cw, °�"" p E5.5 C ca.� a`. R-O Y E�o o EdC v'� R 40 3 yw c G m R I O ^ W W OW ❑ q C: y o 'o �, E >, °' �, 'm o co w o o ,o avi N o 0 C �• p° O .�. y: •� ,� o, � y G y R V*° o_ c E O yv a e��e W y ii R :s.. F �.'.� O. R R G%' yy i. J a.' C 61 CC D y :� C%i y E �..� i W y O ^O .C1 G y H U r .� .i^ C O H !a QG .ti W .7y " C y~j t0 o CsH�ao.C._EE(u aa U C o •= o :c y o ;,x -' muv'v `CR3 •L a y iG • . .. jo . a �i 4%` . y •� ° ' y LLI > ) . u1. 'oaa 3 3. -5 O p 'C7, •�. � .l��tl E. � 0. C u � y •C G .0 c4 'C � � � p a •cC .� �" � .?+ 0 o ca C. E.�E -o m.5 m N m` y v �'❑ a m R - o i yr -o i � �Eo '= a° =c RE.4°_ o� o Cr to CO 0 w a z ^o n K c o o in u E a ` .; E C7 a y C V "O m p v U ti '-°0.y cc Cz CC Q°` c c a .� `� av"Q o a w v WQ cc X U p .� v •Oq O C G O >+ V •� O O 0 to < 1 v a E v m R � � = W o m o u c � rd i ? _O o o C E C E4 cEr rz ca C 0 y GJ R c0 O R 41 0J a ¢� E E•a�.5 v �.�� o Q era .� y a� Xw,3•�,��v. W Cw'aooa �F'aa�m3 ='�c� W��c.c 4) O o y c o R 3 F- =y .S .. "p a m C R O o v V v Q v ��^ � C? R0. .o 9L E a' 1 .8 O 0. O C"'.7 R R .0 Q R R L. 0— ca ..+ .a V 06 x Packet Page -2598- G,9 L d t,7 i O H CA d U t0 i C A 0 fl. W y O y C (G G ° O O S, ,U p Co C r• U `o ,q cd C >�d� cn'a �� rnCa eU> �.a � a w•i � u � G C.�'C7 m:r? G�y W r O c +- vv o> LU, a O C a v • p r'7 ^ -,It U C �LTr. Cl v 6� •-' 41 L '% Z' ,00 � ,C ,y+ p b0 M O O Ca A •� eC C ,U R7 C � ena � C Q � 'O C c b a o �.� a o v_ U U �' �G4u C13 7 p 0 O U U C +� C 9L. Co cc .- 6. bC a �e o bU ^U E c'C LL En 'O N C y �J c4 >•40 U� DO.� .O CO0 M v U E 0 C v yZ. O rzq a >, o qo�� tz u 14 Q F� 4� c a cCV m Cc § d a a ss U a•`�'� o L 'Z7 C O'�o� 6J 0.N 'b Q 1. .� 1 .Eo c E C6 tY •� c: C 6. ca ° c c«; u y (U > .� ..O U U c� O o ,x O G O= " cC U > v ❑ U vptC i > O a° c y o °n °; n ►, O y Q. m °.,' Co It c W IA v v to a y U:d �.� a 5.� a� O Q'E w Co v v . .�bowafi C � ¢{v-oa Z r eo C C m 0 C W� fs Cr Z o is to C G a v y 11 cc a p W 1 C° Co to m p ^�o - O ^P, , > N x v_a O ti W� c � LAJ Q: t O ~ U 'C U E U c z = cc Ov° a eUe D W Gw Ci Cr d CJ A G W v Q w O r y U-.; SO C6 -0 C U eet LU tt N p In 14 (z Li U ti� ,° .0 s. O L3..- -C m a U A JE trw o w ztn.S o L o,0 cc cca Packet Page -2599- 9/24/2013 16.G.2. G ° O O U w 2 E `a > a E o a is •o cc 0 m:r? = v} C C u W Cz rii G 4 •C U ai � � er; � c d •� ea 41 27' ._ m sCi C r m A m C U) U C, ho _ C13 � aL° :3 Ln � Z U C v W p LL u��G=. v ..... v � .O M v U E O U al C v c zoo F� CU aF "'m Ch Ch C CCs •� > �/] L v .� aai as 6a v to 1 .Eo c E C6 tY •� c: ca ° c c«; u y CL yr c c v a 5 a O C O U O O�J w cUC ►� Wes¢ 0 �' -,a.5 o z •� E"d CO U "' GL-J to a' efl C O c•S ocE C; �,•�.... � as° oovo„oa O 0 O'E DC j C S in W u •� C'� 5 >'> u v, QV uvi ra u o O v fi ,c w W 9/24/2013 16.G.2. EMPLOYEE RIGHTS UNDER THE DAVIS -BACON ACT FOR LABORERS AND MECHANICS EMPLOYED ON FEDERAL OR FEDERALLY ASSISTED CONSTRUCTION PROJECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PREVAILING You must be paid not less than the wage rate listed in the Davis -Bacon WAGES Wage Decision posted with this Notice for the work you perform. OVERTIME You must be paid not less than one and one -half times your basic rate of pay for all hours worked over 40 in a work week. There are few exceptions. ENFORCEMENT Contract payments can be withheld to ensure workers receive wages and overtime pay due, and liquidated damages may apply if overtime pay requirements are not met. Davis -Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years. A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution, fines and /or imprisonment. APPRENTICES Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. PROPER PAY If you do not receive proper pay, or require further information on the applicable wages, contact the Contracting Officer listed below: or contact the U.S. Department of Labor's Wage and Hour Division. U.S. Department of tabor I Emoiovment Standards Administration I Wage and Hour Division Packet Page -2600- WH,3't„rnpri 2008) 9/24/2013 16.G.2. EXHIBIT J: TECHNICAL SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.neVbid/ • Exhibit J Technical Specifications 104 Construction Services Agreement: Revised 03/01/2013 Packet Page -2601- 9/24/2013 16.G.2. APRIL 2012 TECHNICAL SPECIFICATIONS The following sections contain the Technical Specifications. Federal Aviation Administration Standard Specifications for specifying construction of airports (marked with * )as found in FAA Advisory Circular 150/5370 -1OF to be utilized on this project. The contractor is to note the modifications made to the FAA technical specifications. These modifications appear in two forms: StAkeeuti Language shown in this manner is to be ignored and is not applicable to the work. Italics. Language shown in this manner is additional language, which is relevant to, and is part of the contract documents for, this specific project. TABLE OF CONTENTS No. of Paces ITEM NO. DESCRIPTION Item M -100 Mobilization 4 Item P -101 Surface Preparation * 4 Item P -145 Geosynthetic Reinforcement 4 Item P -152 Excavation and Embankment * 8 Item P -154 Subbase Course * 6 Item P -156 Temporary Air & Water Pollution, Soil Erosion, & Siltation Control * 4 Item P -211 Limerock Base Course 6 Item P -331 Type S -I Asphaltic Concrete Pavement 2 Item P -602 Bituminous Prime Coat * 4 Item P -610 Structural Portland Cement Concrete * 8 Item P -620 Runway and Taxiway Painting * 8 Item D -701 Pipe for Storm Drains and Culverts * 6 Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes * 6 Item D -752 Concrete Culverts, Headwalls, & Miscellaneous Drainage Structures * 4 Item T -901 Seeding * 6 Item T -904 Sodding * 4 Item T -908 Mulching * 4 Item L -108 Underground Power Cable for Airports * 12 Item L -110 Airport Underground Electrical Duct Banks & Conduits * 8 Item L -135 Airfield Signs 4 Item L -853 n Retroreflective Markers 2 Everglades Airpark Taxiway Extension TOC -1 Packet Page -2602- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL 2012 ITEM M -100 MOBILIZATION DESCRIPTION 100 -1 GENERAL The Work specified in this section consists of the preparatory work and operations in mobilizing for beginning work on the project including, but not limited to, those operations necessary for the movement of personnel, transport of equipment, safety and security measures, temporary work equipment, supplies, and incidentals to the project site, and for the establishment of temporary offices, and as required by these Specifications, the special provisions and local laws and regulations. Any costs associated with the removal of equipment, temporary offices, signage, access gages, all toilet facilities and incidentals at the end of the project are to be included in this Item. The Contractor shall also purchase a hand held radio and two (2) taxiway closure markers for this project that will become the property of the Owner at the time of fmal payment. The cost of bonds, transport of equipment, loading /unloading costs, required insurance, and any other pre - construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included in this section. This item will also include placement and removal of Owner furnished runway closure, the furnishing and installation of barricades, flagging, and flashers by the Contractor, and implementation of Construction Safety Phasing Plan. MATERIALS 100 -2.1 GENERAL Such works as required that are not to be a part of the completed Contract shall be as determined by the Contractor, except that they shall conform to any pertinent local laws, regulations, and/or codes. 100 -2.2 HAND HELD RADIOS The Contractor shall furnish one (1) hand held radio to monitor the Air Traffic Unicom Frequency of 122.9 MHz. The radios shall be ICOM Brand, Model IC A6 or approved equal. The radios will be turned over to the Owner upon final payment for work done under this Contract. Each radio shall have a spare battery pack, a 12 volt battery charging device and a 120 volt battery charging device. The Contractor shall instruct that the radio operators, to be trained in proper procedures by the Owner, are to maintain a listening watch on the Ground Frequency at all times when the Contractor has work forces inside the aircraft movement area of the Everglades Airpark. The radio operator is to visually monitor and control the movement of men, materials and equipment on the airport. The Contractor shall have the radio operator near the work areas at all times, without exception. The radio operator shall visually monitor aircraft movements. The Contractor shall not be responsible for aircraft guidance. The Contractor shall not directly contact any aircraft except in extreme cases. There will be no separate measurement or payment for training, procuring or use of these radios. Everglades Airpark Taxiway Extension Item M -100 Mobilization M- 100 -1. Packet Page -2603- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 100 -2.3 TAXIWAY CLOSURE MARKERS The Contractor shall furnish two (2) sets of water ballasted taxiway closure markers as shown on the plans. The markers shall be as manufactured by Sherwin Industries, Inc. or approved equal. The Contractor shall have the markers for use during the project and will deliver said markers to Owner at end of project. The Contractor is to furnish and maintain construction barricades and markers as shown on the plans as directed by the Engineer. CONSTRUCTION METHODS 100 -3.1 GENERAL Such work as is done in providing the facilities and service under this item shall be done in a safe and workmanlike manner and shall conform to any pertinent local or local laws, regulations, or code. Good housekeeping, to include trash removal and site clean up, shall be consistent with safety and shall be maintained for the full duration of the project. Contractor is responsible for the clean up of any spillage onto operations surfaces. All taxiway, runway and apron pavement areas shall be kept clean of any construction debris or tracked materials from the construction sites. This clean up shall be immediate and shall require verification of effectiveness by the Engineer. The Contractor shall be required to perform investigative work on site and will be required to contact local utility companies in order to move the project successfully ahead. This coordination is an expectation of this item of work. The Contractor will be required to have personnel attend training in airport safety communication and normal aircraft movements on the airport as presented by CCAA. There will be Contractor employee movement training specific to this airport that will be part of this item of work. Everglades Airpark Taxiway Extension Item M -100 Mobilization Packet Page -2604- M -100 -2 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL 2012 METHOD OF MEASUREMENT 100 -4.1 Measurement will be made at the lump sum price bid for this item. BASIS OF PAYMENT 100 -5.1 The lump sum price bid for Mobilization will include the furnishing and maintaining of any plant, services or other facilities noted under "Description" to the extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this item and this Contract. The Contractor's Mobilization payment shall be made as follows: Fifty percent (50 %) of the amount bid for these total lump sum items shall be payable to the Contractor whenever the Contractor shall have installed and completed twenty -five percent (25 %) of the work of the contact. 100 -5.2 For the purpose of this item, twenty -five percent (25 %) of the work shall be considered completed when the total of payments earned, as reflected by estimates of work done, not including the amount bid for this item, shall exceed twenty -five percent (25 %) of the total amount of the Contractor's bid, including Bid Alternates, for this contract. 100 -5.3 The remaining fifty percent (50 %) of this item shall be payable to the Contractor distributed in each pay estimate based on percentage of project complete after fifty (50 %) of the monetary value of the work has been completed. For example, ten percent (10 %) of the remaining fifty percent (50 1/6) of Mobilization will be paid when sixty percent (60 %) of the project monetary value is complete, etc. 100 -5.4 Payment shall be made under: Item M -100.1 Mobilization —per lump sum. END OF ITEM M -100 Everglades Airpark Taxiway Extension Item M -100 Mobilization M -100 -3 Packet Page -2605- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item M -100 Mobilization Packet Page -2606- M -100 -4 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Item P -101 Surface Preparation DESCRIPTION 101 -1.1 This item shall consist of preparation of existing pavement surfaces for overlay, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101 -2.1 All equipment shall be specified hereinafter or as approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101 -3.1 REMOVAL OF EXISTING PAVEMENT a. Concrete: Not Used er- sawing thfough the semplete depth A-f Vhe 51-eh- I A imide the per-im-e-Wr 4--the ffln-al re-mevffil I-imits Of BaieWs. if line Miliag is used, the distanse boween halos shall ae! e3eeeed the di—AMOMA-F A--ft—h&- hole. The shall be l:..e dr ills.- e ut the 4:.11 depth e f the p e..+ G : inside the mz al lifaits. RN p ....4 is te be wasted r ' . e pipelines, @Wii2� b. Asphaltic Concrete: Asphaltic concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed in such a manner that the joint for each layer of pavement replacement is offset 1 ft from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size as designated by the airport owner. 101 -3.2 PREPARATION OF JOINTS AND CRACKS. Not Used aggpegate sh" eemis4 4 liffiesteae, veleanie ash, sand. er. ether- matefial di'v will ewpp tA favw Everglades Airpark Taxiway Extension Error! Reference source not found. 101 Surface Preparation P -101- 1 Packet Page -2607- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 Sieve Sime pereent pass iRg NA 4 499 1e 8 90 i0 Ne. 16 63-90 Ne. 38 48-68 Ne. so X3-43 14. Wo 33-30 No. m 48-29 101 -3.4 CONCRETE SPALL OR FAILED ASPHALTIC CONCRETE PAVEMENT REPAIR. Not Used . die FeuereteFavement Repair. The fi :lad . shell -.e ,.e ed as ei fi.a par-a9faPli -'4184_11 &i1ed ! f ! f Everglades Airpark Taxiway Extension Error! Reference source not found.101 Surface Preparation Packet Page -2608- P -101- 2 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 101 -3.5 COLD PLANING. Not Used r- r - - METHOD OF MEASUREMENT 101 -4.1 MEASUREMENT. a. General: if there is no quantity shown in the bidding schedule, the work covered by this section shall be considered as a subsidiary obligation of the Contractor covered under the other contract items. Only accepted work will be measured. b. Pavement Removal: The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. e: Joint and G. ek Repairi art_ ..:. ,,c... * f r a k shall be the linee feet YV��-. Everglades Airpark Taxiway Extension Error! Reference source not found. 101 Surface Preparation Packet Page -2609- P-101- 3 9/24/2013 16.G.2. n 150/5370 -1OF APRIL 2012 (2) The unit of measure for failed asphaltic concrete pavement shall be as follow: (a) Asphaltic concrete sq yd (b) Base course sq yd (c) Subbase course square yd (d) Subgrade sq yd f. Cold Planning: The unit of measure for cold planning shall be the number of square yards. The average depth of the cold planning shall be determined by the Engineer and the Contractor prior to accomplishment of the work. When surface correction is required, if the initial cut doesn't correct the condition, the Contractor shall re -plane the area and will be paid only once for the total depth of planning. The quantity shall be divided into the following categories: BASIS OF PAYMENT 101 -5.1 PAYMENT. Payment shall be made at contract unit price for the unit of measurement as specified hereinbefore. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P- 101 -5.1 Pavement Removal — per square yard (square meter) END OF ITEM P -101 Everglades Airpark Taxiway Extension Error! Reference source not found.] 01 Surface Preparation Packet Page -2610- P -101- 4 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 ITEM P -145 GEOSYNTHETIC REINFORCEMENT 145 -1 Description. This Section specifies the construction requirements for geosynthetics used in geosynthetic reinforced foundations constructed on soft in -situ soils. Furnish and place geosynthetics and any associated facing material or drainage blankets. 145 -2 Responsibility. Construct the geosynthetic reinforced feature, including materials, method, and installation based on information provided in the Contract Documents and the geosynthetic supplier's recommendations. Provide shop drawings depicting the details and distribution of the selected geosynthetics which are required to meet the design shown in the plans. 145 -3 Materials. 145 -3.1 Geosynthetic Materials: The geosynthetic reinforcement material shall be woven geotextile Geotex 4x4 as manufactured by Propex or approved equal. Deliver geosynthetic materials (including facing and drainage elements) to the job site in unopened shipping packages labeled with the supplier's name and product name. During shipping and storage, protect the geosynthetic from physical damage, debris and from temperatures greater than 140 °F [60 °C]. Follow the supplier's recommendations regarding protection from direct sunlight. At the time of installation, the Engineer will reject the material if it has defects, tears, punctures, flaws, deterioration, or other damage. However, if approved by the Engineer, the Contractor may repair torn or punctured sections by placing a patch over the damaged area. Replace or repair any rejected geosynthetic at no additional expense to the Owner. 145 -3.2 Backfill Materials: Use only free draining backfill material in the reinforced volume as shown in the plans meeting the requirements of P -154 Subbase Course. 145 -4 Construction. 145 -4.1 General: Obtain from the geosynthetic supplier, technical instructions, guidance in preconstruction activities, and on -site technical assistance during construction. Submit a copy of any instructions provided by the supplier to the Engineer prior to beginning installation. 1454.2 Reinforced Foundations Constructed on Soft In -Situ Soils: 145 -4.2.1 Preparation: For some applications involving reinforcement of soft insitu soils, the Engineer may require that some of the in -situ soils removed prior to placing the fabric. The removal of unsuitable material shall be performed in accordance with Ttem P -152. 1454.2.2 Geosynthetic Placement: Position and orient the geosynthetics over prepared surfaces. Place a geotextile filter of a type recommended by the designer of the geosynthetic system under the reinforcement geosynthetic. Cut and overlap geosynthetics as necessary to accommodate curves. Overlap or join ends and sides of adjacent Everglades Airpark Taxiway Extension Item P -145 Geosynthetic Reinforcement P -145 -1 Packet Page -2611- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 geosynthetic courses as shown on the plans. Make any overlaps in geosynthetics in the same direction that covering embankment will be spread. Take care to ensure that the geosynthetic sections do not separate at overlaps during construction. Pull the geosynthetic material tight by hand to a tension that removes all slack- Do not make any splices or seams in the primary direction of tensile strength in the geosynthetic without approval of the Engineer. When splices in the primary direction are approved, make splices full width of the geosynthetic strip by using a similar material with similar strength. Use a splice mechanism that allows a minimum of 95% load transfer from piece to piece of geosynthetic. Make only one splice per length of geosynthetic. Do not place splices within 6 feet [2 m] of the slope face, within 6 feet [2 m] below top of slope, or horizontally adjacent to another splice. Place only that amount of geosynthetic material, including facing and drainage material, which will be covered in a single day's production. Do not operate equipment directly on the geosynthetics. Operate equipment such that no turning movements occur on the areas where geosynthetic is in place with less than 12 inches [300 mm] of fill cover. Fill and compact ruts of more than 3 inches [75 mm] in depth as they develop. 145 -4.2.3 Backfill Placement: Maintain uniform moisture content of the backfill material prior to and during compaction throughout each layer of material. Use backfill material having placement moisture content within 2% on the dry side of optimum. Do not place wet backfill with moisture content greater than optimum in the fill. Spread �-. backfill material over the geosynthetic in the direction of geosynthetic overlaps. Do not stockpile backfill materials on the installed geosynthetics. Avoid construction procedures or equipment which, in the opinion of the Engineer, causes excessive mudwaving. Compact the backfill using either smooth wheel or rubber tire rollers. Do not use sheepsfoot, grid rollers, or other types of equipment employing a foot. At the end of each day's operation, slope the backfill surface in order to permit runoff of rainwater away from the slope face, or provide some other positive drainage. Place and compact the backfill material in accordance with Item P -152 to obtain a density in each soil layer of at least 95% of the maximum density as determined by ASTM -698. 145.4.2.4 Repairs: Replace geosynthetic reinforcement damaged during or after installation at no expense to the Department. Repair geosynthetics damaged during or after installation only after the supplier establishes that the interior and exterior stability is not affected and after obtaining the Engineer's approval. Make such repairs as follows: Remove all backfill material from the damaged area of the reinforcement geosynthetic plus an additional 4 feet [1.2 m] in all directions beyond the limits of damage. Place a patch consisting of the same material as the reinforcement geosynthetic over the damaged area. Overlap the undamaged reinforcement geosynthetic with the patch a minimum of 3 feet [1 m] in all directions. Then replace and compact backfill material in accordance with 145- 4.2.3. Everglades Airpark Taxiway Extension Item P -145 Geosynthetic Reinforcement Packet Page -2612- P -145 -2 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 145.5 Method of Measurement. 145 -5.1 Geosynthetic Reinforced Foundations over Soft Soils: The quantity to be paid for will be the plan area, in square yards [square meters], of the embankment in -situ soils to be reinforced as shown on the plans. 145-6 Basis of Payment. 145 -6.1 Geosynthetic Reinforced Foundations over Soft Soils: Price and payment will be full compensation for all work, materials, and services specified in this Section, including geosynthetic materials, installation and required submittals. The cost and placement of all backfill will be included in the pay quantity for P -154 Subbase Course, as applicable. 145 -7.3 Payment Items: Payment will be made under: Item No. 145 -2- Geosynthetic Reinforced Foundations over Soft Soils - per square yard. END OF ITEM P -145 Everglades Airpark Taxiway Extension Item P -145 Geosynthetic Reinforcement P -145 -3 Packet Page -2613- NON FAA SPEC ITEM Intentionally Left Blank Everglades Airpark Taxiway Extension Item P -145 Geosynthetic Reinforcement Packet Page -2614- 9/24/2013 16.G.2. APRIL, 2012 P -145 -4 9/24/2013 16.G.2. 150/5370 -IOF APRIL 2012 Item P -152 Excavation and Embankment DESCRIPTION 152 -1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152 -1.2 CLASSIFICATION. All material excavated shall be classified as defined below: a. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature, which is not otherwise classified and paid for under the following items. 152 -1.3 Unsuitable Excavation. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, may be used on the embankment slope. CONSTRUCTION METHODS 152 -2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area n shall be completely cleared and grubbed in accordance with Item P -151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 in (100 mm), in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under - drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his/her own expense, satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152 -2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of embankment, subgrade, or for other purposes shown on the plans. All unsuitable material shall be disposed of as shown on the plans. Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2615- P-152-1 9/24/2013 16.G.2. n 150/5370-1 OF APRIL 2012 When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work a. Selective Grading. When selective grading is indicated on the plans, the more suitable material as designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment for rehandling as specified in paragraph 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turfing shall be excavated to a minimum depth of 12 in (300 mm), or to the depth specified by the Engineer, below the subgrade. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at locations shown on the plans. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation. The excavated area shall be refilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary refilling will constitute a part of the embankment. Where rock cuts are made and refilled with selected material, any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his/her decision shall be final. All overbreak shall be graded or removed by the Contractor and disposed of as directed; however, payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, for example, the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. e. Compaction Requirements. The subgrade under areas to be paved shall be compacted to a depth of 6 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM 698. The material to be compacted shall be within +,/- 2 percent of optimum moisture content before rolled to obtain the prescribed compaction (except for expansive soils). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Stones or rock fragments larger than 4 in (100 mm) in their greatest dimension will not be permitted in the top 6 in (150 mm) of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line of finished grade of slope. All cut- and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2616- P -152- 2 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 No blasting will be permitted on this project. These r-eeWds shall be made available te the gngineeF en a mentlily basis @F in tabolshed fem at ethe tifn@s as r-equked-. 152 -2.3 BORROW EXCAVATION. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Go All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152 -2.4 DRAINAGE EXCAVATION Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet, for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152 -2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 cm) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 in (150 mm). This area shall then be compacted as indicated in Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2617- P -152- 3 r. These r-eeWds shall be made available te the gngineeF en a mentlily basis @F in tabolshed fem at ethe tifn@s as r-equked-. 152 -2.3 BORROW EXCAVATION. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The Go All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. 152 -2.4 DRAINAGE EXCAVATION Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet, for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills; unsuitable material shall be placed in waste areas or as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross section and shall keep them free of debris or obstructions until the project is accepted. 152 -2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed to a height of 4 feet (120 cm) or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 in (150 mm). This area shall then be compacted as indicated in Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2617- P -152- 3 9/24/2013 16.G.2. /'**, 150/5370 -10F APRIL 2012 paragraph 2.6. When the height of fill is greater than 4 feet (120 cm), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. No direct payment shall be made for the work performed under this section. The gmbbiftg and e quantity of excavation removed will be paid for under the respective items of work. 152 -2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive horizontal layers of not more than 8 in (200 mm) in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/ -2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1000 cubic yard. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content in order to achieve the correct embankment density. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM 698. Under all areas to be paved, the embankments shall be compacted to a depth of 6 inches and to a density of not less than 100 percent of the maximum density as determined by ASTM 698. On all areas outside of the pavement areas, no compaction will be required on the top 4 in (100 mm). The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 2167. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all titres, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2618- P -152 -4 9/24/2013 16.G.2. 15015370 -1OF APRIL 2012 ^ In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be. incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 in (100 mm) in their greatest dimensions will not be allowed in the top 6 in (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing.or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet (120 cm) below the finished subgrade. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152 -2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially n completed the full width shall be conditioned by removing any soft or other unstable material that will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, biading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He /she shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152 -2.8 HAUL All hauling will be considered a necessary and incidental part of the work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152 -2.9 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 ft (4.8 m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 in (12 mm), or shall not be more than 0.05 ft (0.015 m) from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting by sprinkling and rolling. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 ft (0.03 m) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2619- P -152- 5 9/24/2013 16.G.2. 150/5370 -1OF APRIL. 2012 152 -2.10 TOPSOIL When topsoil is specified or required as shown on the plans or under Item T -905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T -905. If at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within [2001 feet of runway pavement or [100] feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in item T -905. No direct payment will be made for topsoil as such under Item P -152. The quantity removed and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." MAN METHOD OF MEASUREMENT 152 -3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152 -3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in its final er-igieal position at the project site beFF@ -A, p . faeasafed in the steekpiled pesition as seen as the mmefial has been steekpiled. 152 -3.4 For payment specified by the cubic vard (cubic meter), measurement for all excavation or embankment shall be computed by the average end area method. The end area is that bound by the original ground line established by field cross sections and the final theoretical pay line established by excavation or embankment cross sections shown on the plans, subject to verification by the Engineer. After completion of all excavation or embankment operations and prior to the placing of base or subbase material, the final excavation or embankment shall be verified by the Engineer by means of field cross sections taken randomly at intervals not exceeding 500 linear feet (150 meters). Final field cross sections shall be employed if the following changes have been made: a. Plan width of embankments or excavations are changed by more than plus or minus 1.0 ft (0.3 meter); or b. Plan elevations of embankments or excavations are changed by more than plus or minus 0.5 ft (0.15 meter). Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment Packet Page -2620- P -152- 6 9/24/2013 16.G.2. 150/5370 -1 OF APRIL, 2012 BASIS OF PAYMENT 152 -4.1 For "Unclassified excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152 -4.5 For "Borrow Excavation" payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 152 -4.1 Unclassified Excavation -per cubic yard (cubic meter) Item P- 152 -4.5 Borrow Excavation -per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM D 698 Test for Moisture-Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5 -pound (2.49 kg) Rammer and 12 in (305 mm) Drop ASTM D 1556 Test for Density of Soil In Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Balloon Method. ASTM D 6938 In -Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods END OF ITEM P -152 Everglades Airpark Taxiway Extension Item P -152 Excavation and Embankment P -152- 7 Packet Page -2621- 9/24/2013 16.G.2. 101—*-, 150 /5370 -1OF APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiwav Extension Item P -152 Excavation and Embankment Packet Page -2622- P -152- 8 9/24/2013 16.G.2. 150 /5370 /10F APRIL 2012 ^ Item P -154 Subbase Course DESCRIPTION 154 -1.1 This item shall consist of a subbase course composed of granular materials constructed on a prepared subgrade or underlying course in accordance with these specifications, and in conformity with the dimensions and typical cross section shown on the plans. MATERIALS 154 -2.1 MATERIALS. The subbase material shall consist of hard durable particles or fragments of granular aggregates. This material will be mixed or blended with fine sand, clay, stone dust, or other similar binding or filler materials produced from approved sources. This mixture must be uniform and shall comply with the requirements of these specifications as to gradation, soil constants, and shall be capable of being compacted into a dense and stable subbase. The material shall be free from vegetable matter, lumps or excessive amounts of clay, and other objectionable or foreign substances. Pit -run material may be used, provided the material meets the requirements specified. Table 1 Gradation Requirements Sieve designation (square openings) as per ASTM C 136 and ASTM D 422 Percentage by weight passing sieves 3 in (75.0 mm) 100 No. 10 (2.0 mm) 20 -100 No. 40 (0.450 mm) 5-60 No. 200 (0.075 mm) 0 -8 The portion of the material passing the No. 40 (0.450 nun) sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D 4318. The maximum amount of material finer than 0.02 mm in diameter shall be less than 3 %. The subbase material shall have a minimum LBR value of 40. Everglades Airpark Taxiway Extension Item P -154 Subbase Course Packet Page -2623- P -154 -1 9/24/2013 16.G.2. 150 /5370/10F APRIL 2012 CONSTRUCTION METHODS 154 -3.1 GENERAL. The subbase course shall be placed where designated on the plans or as directed by the Engineer. The material shall be shaped and thoroughly compacted within the tolerances specified. Granular subbases which, due to grain sizes or shapes, are not sufficiently stable to support without movement the construction equipment, shall be mechanically stabilized to the depth necessary to provide such stability as directed by the Engineer. The mechanical stabilization shall principally include the addition of a fine - grained medium to bind the particles of the subbase material sufficiently to furnish a bearing strength, so that the course will not deform under the traffic of the construction equipment. The addition of the binding medium to the subbase material shall not increase the soil constants of that material above the limits specified. 154 -3.2 OPERATION IN PITS. All work involved in clearing and stripping pits and handling unsuitable material encountered shall be performed by the Contractor at his/her own expense. The subbase material shall be obtained from pits or sources that have been approved. The material in the pits shall be excavated and handled in such manner that a uniform and satisfactory product can be secured. 154-33 PREPARING UNDERLYING COURSE. Before any subbase material is placed, the underlying course shall be prepared and conditioned as specified. The course shall be checked and accepted by the Engineer before placing and spreading operations are started. To protect the subgrade and to ensure proper drainage, the spreading of the subbase shall begin along the centerline of the pavement on a crowned section or on the high side of pavements with a one -way slope. 154 -3.4 MATERIALS ACCEPTANCE IN EXISTING CONDITION. When the entire subbase material is secured in a uniform and satisfactory condition and contains approximately the required moisture, such approved material may be moved directly to the spreading equipment for placing. The ^ material may be obtained from gravel pits, stockpiles, or may be produced from a crushing and screening plant with the proper blending. The materials from these sources shall meet the requirements for gradation, quality, and consistency. It is the intent of this section of the specifications to secure materials that will not require further mixing. The moisture content of the material shall be approximately that required to obtain maximum density. Any minor deficiency or excess of moisture may be corrected by surface sprinkling or by aeration. In such instances, some mixing or manipulation may be required, immediately preceding the rolling, to obtain the required moisture content. The final operation shall be blading or dragging, if necessary, to obtain a smooth uniform surface true to line and grade. 154 -35 PLANT MIXING. When materials from several sources are to be blended and mixed, the subbase material shall be processed in a central or travel mixing plant. The subbase material, together with any blended material, shall be thoroughly mixed with the required amount of water. After the mixing is complete, the material shall be transported to and spread on the underlying course without undue loss of the moisture content. meffin—s of > dises, hwFews, mtffy 614efs, Everglades Airpark Taxiway Extension Item P -154 Subbase Course P -154 -2 Packet Page -2624- 9/24/2013 16.G.2. 150/5370/10F APRIL. 2012 been eempleted, the ataterial shall be spFead in a ufAfetm layer- wWeh, when raefapasted, will fneet the Z thiskness, __ 154 -3.6 GENERAL METHODS FOR PLACING. The subbase course shall be constructed in layers. Any layer shall be not less than 3 in (75 mm) nor more than 8 in (200 mm) of compacted thickness. The subbase material shall be deposited and spread evenly to a uniform thickness and width. The material, as spread, shall be of uniform gradation with no pockets of fine or coarse materials. The subbase, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 sq yd (1700 sq m) in advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material shall be placed in snow or on a soft, muddy, or frozen course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, shoulder, or foreign material in the subbase course mixture. 154 -3.7 FINISHING AND COMPACTING. After spreading or mixing, the subbase material shall be thoroughly compacted by rolling and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the rate of placing and spreading of the subbase course. The field density of the compacted material shall be at least 100 percent of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The laboratory specimens shall be compacted and tested in accordance with ASTM D 698. The in -place field density shall be determined in accordance with ASTM D 1556 or ASTM D 6938. The moisture content of the material at the start of compaction shall not be below nor more than 2 percentage points above the optimum moisture content. When nuclear density gauges are to be used for density determination, testing shall be in accordance with Section 120 and ASTM D 6938. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the subbase. When the rolling develops irregularities that exceed 1/2 in (12 mm) when tested with a 16 ft (4.8 m) straightedge, the irregular surface shall be loosened and then refilled with the same kind of material as that used in constructing the course and again rolled as required above. Along places inaccessible to rollers, the subbase material shall be tamped thoroughly with mechanical or hand tampers. Sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. Water shall not be added in such a manner or quantity that free water will reach the underlying layer and cause it to become soft. 154 -3.8 SURFACE TEST. After the course is completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown; any portion found to lack the required smoothness or to fail in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy re obtained. The finished surface shall not vary more than 1/2 in (12 mm) when tested with a 16 ft (4.8 m) straightedge applied parallel with, and at right angles to, the centerline. Everglades Airpark Taxiway Extension Item P -154 Subbase Course Packet Page -2625- P -154 -3 9/24/2013 16.G.2. 150/5370/10F APRIL. 2012 154 -3.9 THICKNESS. The thickness of the completed subbase course shall be determined by bests er ssiWe -Boles survey taken at intervals so each test shall represent no more than 500 sq yd (420 sq in). When the deficiency in thickness is more than 1/2 in (12 mm), the Contractor shall correct such areas by scarifying, adding satisfactory mixture, rolling, sprinkling, reshaping, and finishing in accordance with these specifications. The Contractor shall replace at his/her expense the subbase material where borings are taken for test purposes. 154 -3.10 PROTECTION. Work on subbase course shall not be conducted during freezing temperature nor when the subgrade is wet. When the subbase material contains frozen material or when the underlying course is frozen, the construction shall be stopped. 154 -3.11 MAINTENANCE. Following the final shaping of the material, the subbase shall be maintained throughout its entire length by the use of standard motor graders and rollers until, in the judgment of the Engineer, the subbase meets all requirements and is acceptable for the construction of the next course. METHOD OF MEASUREMENT 154 -4.1 The yardage of subbase course to be paid for shall be the number of cubic yards (cubic meters) of subbase course material placed, compacted, and accepted in the completed course. The quantity of subbase course material shall be measured in final position based upon depth tests or cores taken as directed by the Engineer, or at the rate of I depth test for each 500 sq yd (420 sq m) of subbase course, or by means of average end areas on the complete work computed from elevations to the nearest 0.01 ft (3 mm). On individual depth measurements, thicknesses more than 1/2 in (12 mm) in excess of that shown on the plans shall be considered as the specified thickness plus 1/2 in (12 mm) in computing the yardage for payment. Subbase materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 154 -5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for subbase course. This price shall be full compensation for furnishing all materials; for all preparation, hauling, and placing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under; Item P- 154 -5.1 Subbase Course -per cubic yard (cubic meter) TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 Particle Size Analysis of Soils ASTM D 698 Moisture- Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12 in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified Effort Everglades Airpark Taxiway Extension Item P -154 Subbase Course P -154 -4 Packet Page -2626- 9/24/2013 16.G.2. 150/5370/10F APRIL 2012 ASTM D 6938 In -Place Density and Water Content of Soil and Soil- Aggregate by Nuclear Methods ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils END OF ITEM P -154 Everglades Airpark Taxiway Extension Item P -154 Subbase Course P -154 -5 Packet Page -2627- 9/24/2013 16.G.2. 1.50/5370/1 OF APRIL. 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item P -154 Subbase Course Packet Page -2628- P -154 -6 9/24/2013 16.G.2. 150/5370 -1OF APRIL, 2012 Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION 156 -1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Contractor shall aa%ere to the Construction Pollution Plan included in the permit used by the South Florida Water Management District. MATERIALS 156 -2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover shall be a quick - growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. 156 -2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156 -2.3 Pei4i!izer- shag be a + E Fd eemmereia4 a a swap eeftfefffi . all y d t and stMe regulntio as aad to � a staF .,.. s of the w t f nix i A h t C i—s4 a SILTATION FENCE (TYPEA ORB). The siltation fence shall consist of woven, polypropylene geotextile fabric that is inert to biological degradation and naturally encountered chemicals, alkalies, and acid. 156 -2.4 SLOPE DRAINS. Slepe dFai, may be , .,..,.Fueled of pipe, fiw,,,..aals nabbio n, mand neffl,. , . HAYBALES. The hav bales are to be composed of hay, straw, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156 -2.5 OTHER. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. Everglades Airpark Taxiway Extension Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P -156 -1 Packet Page -2629- 9/24/2013 16.G.2. 150 /5370 -10F APRIL, 2012 CONSTRUCTION REQUIREMENTS 156 -3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156 -3.2 SCHEDULE. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156 -3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156 -3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations, will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control ^ measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately thereafter if the project conditions permit; otherwise, temporary erosion control measures may be required between successive construction stages. The Engineer will limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified. In the event that temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be performed by the Contractor at his/her own expense. The Engineer may increase or decrease the area of erodible earth material to be exposed at one time as determined by analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, and such crossings will adversely affect the sediment levels, temporary structures should be provided. ^ Everglades Airpark Taxiway Extension Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P -156 -2 Packet Page -2630- 150/5370 -1OF 9/24/2013 16.G.2. APRIL, 2012 Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156 -4.1 Temporary erosion and pollution control work required which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls will be performed as scheduled or ordered by the Engineer. Completed and accepted work will be measured as follows: a. Temporary seeding and mulching will be measured by the square yard (square meter). b. Temporary slepe &6ns siltation fence and hay bales will be measured by the linear foot (meter). c. TefnpefaFy benehes, dikes, dams, and sediment basif6 will be faeasumd by t4le Gubie ywd (Gubie elevmiens-. d. All f Ailiziag will be ... .,. ....d by the n__ No separate measurement or payment will be made for implementation of the Construction Pollution Prevention Plan but shall be incidental to the project. 156 -4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the items to which they apply. BASIS OF PAYMENT 156 -5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156 -4.1 will be paid for under: Item P- 156 -5.1 Temporary seeding and mulching -per square yard (square meter) Item P- 156 -5.2 Temporary slege4Fains- siltation fence -per linear foot (meter) Item P- 156 -5.3 Tempos bnehes dikes, `' d sediment b hav bales -per linear foot (erbie meter) r., n 156 6.4 4�eFtili - t nkg) Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90 -05. END OF ITEM P -156 Everglades Airpark Taxiway Extension Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P -156 -3 Packet Page -2631- 9/24/2013 16.G.2. 150 /5370 -10F APRIL, 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P -156 -4 Packet Page -2632- 9/24/2013 16.G.2. 150/5370 -10F APRIL, 2012 Everglades Airpark Taxiway Extension Item P -156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P -156 -5 Packet Page -2633- NON FAA SPEC ITEM ITEM P -211 LIMEROCK BASE COURSE DESCRIPTION 9/24/2013 16.G.2. APRIL, 2012 211 -1.1 SCOPE. This item shall consist of a base course composed of limerock constructed on the prepared underlying course in accordance with these specifications and shall conform to the dimensions and typical cross section shown on the plans and with the lines and grades established by the Engineer. MATERIALS 211 -2.1 MATERIALS. The limerock base course material shall consist of fossiliferous limestone of uniform quality. Limerock material shall not contain cherty or other extremely hard pieces, or lumps, balls or pockets of sand or clay size material in sufficient quantity as to be detrimental to the proper bonding, finishing, or strength of the limerock base course. The material shall be capable of being compacted into a dense and well- bonded base. Sources of supply of limerock material shall be approved by the Florida Department of Transportation and the material shall be produced in accordance with the requirements set out in the Florida Department of Transportation Standard Operating Procedure For Evaluation, Approval and Control of Mineral Aggregate Sources - Limerock, Cemented Coquina and Shell Base Materials. The minimum percentage of carbonates of calcium and magnesium in the limerock material shall be 70. The maximum percentage of water - sensitive clay mineral shall be 3. Determination of water sensitive clay content shall be at the discretion of the Engineer. The liquid limit of limerock material shall not exceed 35 and the material shall be non - plastic. At least 97 percent, by weight, of the material shall pass a 3 1/2 inch (87.5 mm) sieve and the material shall be graded uniformly down to dust. The maximum individual dimension shall not exceed 6 inches (15 cm). The fines shall consist entirely of dust of fracture. All crushing or breaking -up which is necessary in order to meet these gradation requirements shall be done before the limerock material is placed in the base course. Limerock material shall have an average Limerock Bearing Ratio (LBR) value of not less than 100. The average LBR value of material produced at a particular source shall be determined in accordance with an approved quality control procedure. Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course Packet Page -2634- P -211 -1 NON FAA SPEC ITEM CONSTRUCTION METHODS 9/24/2013 16.G.2. APRIL, 2012 211 -3.1 SOURCES OF SUPPLY. All work involved in cleaning and stripping pits, including the handling of unsuitable material shall be performed by the Contractor at his own expense. The limerock shall be obtained from FDOT approved sources. The pits shall be operated in such a manner that a clean and uniform material will be secured. 211 -3.2 EQUIPMENT. All equipment necessary for the proper construction of this work shall be on the project, in first -class working condition, and approved by the Engineer before construction is permitted to start. 211 -3.3 PREPARING UNDERLYING COURSE. Before any rock base course material is placed, the underlying course shall be prepared and conditioned as specified. The course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. Grade control between the edges of the pavement shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the underlying course and to insure proper drainage the spreading of the limerock shall n begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one -way slope. 211 -3.4 PLACING AND SPREADING. All base course material shall be placed on the prepared underlying course and compacted in layers to the thickness shown on the plans. The depositing and spreading of the material on the prepared course or on a completed layer shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer, accepting the scarifying and rerolling of the surface which shall apply to only the top layer. The rock shall be transported to locations where it is to be used over rock previously placed and dumped at the end of the preceding spread. It shall then be spread uniformly with shovels, forks, or approved mechanical spreaders especially constructed for this purpose. In no case shall rock be dumped directly onto the underlying course. Transporting over the underlying course will not be permitted, except as directed, in which case it must be protected by planking if rutting occurs. During the dumping and spreading operations, the rock shall be brought to the proper moisture Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course Packet Page -2635- P -211 -2 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 content to obtain maximum density. If water is added, it shall be uniformly mixed to the full depth of the course by discing. All segregated areas of fine or coarse rock shall be removed and replaced with well - graded rock, and approved by the Engineer. Limerock shall not be spread when the subgrade is in an unsuitable condition. The limerock base course shall be constructed in a layer not less than 4 inches (10 cm) nor more than 6 inches (15 cm) of compacted thickness. The base course shall be constructed in lanes or strips parallel with the centerline of the paved area. During the placing operation, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the limerock. 211 -3.5 ROLLING. Immediately following final spreading operations, the material shall be compacted to full width with approved compaction equipment. Rolling shall progress gradually from the sides to the center of the land under construction, or from one side toward previously placed material, and shall continue until the surface has been rolled and compacted. Rolling shall continue until the base material has been compacted to not less than 100% of maximum density as determined by ASTM D 1557 using ASTM D 1556 to determine density in the field. Prior to and during compaction, water in the amounts required shall be uniformly applied to maintain satisfactory moisture content to obtain maximum density. Sufficient rollers of the designated types shall be furnished to adequately handle the compaction of the material that has been placed and spread. Blading and rolling shall be done alternately as required or directed to obtain a smooth, even surface and until the entire depth of base is compacted into a dense, unyielding mass. Rerolling of previous day's spread shall be done as directed. When the shoulder backfill material has been placed, the shoulder shall be thoroughly rolled and compacted. Limerock base course shall be accepted for density on a lot basis. A lot will consist of one day's production where it is not expected to exceed 2400 square yards (2000 square meters). A lot will consist of one -half day's production where a day's production is expected to consist ofbetween 2400 and 4800 square yards (2000 and 4000 square meters). Each lot shall be divided into two equal sublots. One test shall be made for each sublot. Sampling locations will be determined by the Engineer on a random basis in accordance with statistical procedures contained in ASTM D 3665. Each lot will be accepted for density when the field density is at least 100 percent of the maximum density of laboratory specimens prepared from samples of the base course material delivered to the job site. The specimens shall be compacted and tested in accordance with ASTM D 1557. The in- place field density shall be determined in accordance with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course Packet Page -2636- P -211 -3 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 additional random tests made. This procedure shall be followed until the specified density is reached. Along curbs, headers, and all areas inaccessible to the roller, the base course material shall be tamped thoroughly with mechanical or hand tampers. 211 -3.6 FINISHING BASE COURSE. After the watering and rolling of the base course, the entire surface shall be scarified to a depth of at least 3 inches (7.5 cm) and shaped to the exact crown and cross section with a blade grader. The scarified material shall be rewatered and thoroughly rolled. Rolling shall continue until the base is bonded and compacted into a dense, unyielding mass, true to grade and cross section. The scarifying and rolling of the surface of the base shall follow the initial rolling of the limerock by not more than 4 days. When the limerock base is constructed in two layers, the scarifying of the surface shall be to a depth of 2 inches (5 cm). If, in the opinion of the Engineer, the surface of the base is glazed or cemented to the extent that the prime coat could not penetrate properly, and after determining that the condition of the base meets all requirements, he will direct that the surface of the base be hard -planed with a blade grader and broomed immediately prior to the application of the prime coat. This hard - planing shall be done in such a manner that only the glazed or cemented surface is removed, leaving a granular or porous condition that will allow free penetration of the prime material. The material planed from the base shall be removed from the base area. If at any time the underlying material becomes churned up and mixed with the base course material, the Contractor shall, without additional compensation, dig out and remove the mixture, reshape and compact the underlying course, replace the materials removed with clean rock which shall be watered and rolled until satisfactorily compacted. Where cracks, checks, or failures appear in the base, either before or after priming and before the surface course is laid, the Contractor shall remove such cracks, checks, or failures by rescarifying, reshaping, watering, rolling, and adding limerock where necessary- 211-3.7 SURFACE TESTS. After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 1/4 inch (6.35 nun) from a 15 -foot (4.6 m) straightedge when applied to the surface parallel with, and at right angles to, the centerline. In testing surface of the harder limerocks, measurement of clearances from the straightedge shall not include small holes caused by individual pieces being pulled out by the grader. Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course Packet Page -2637- P -211 -4 rmftl 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 211 -3.8 THICKNESS. The thickness of the base course shall be determined by depth tests or elevations taken at intervals in such a manner that each test shall represent 300 square yards (250 square meters), or it shall be as otherwise directed by the Engineer. The depth tests shall be made by test holes through the base at least 3 inches (7.5 cm) in diameter. Where the base deficiency is more than 1/2 inch (1.3 cm), the Contractor shall correct such areas by scarifying and adding rock. The base shall be scarified, rock added, and tapered a distance of 100 feet (30.5 m) in each direction from the edge of the deficient area for each inch of rock added. The affected area shall then be watered, bladed, rolled, and brought to a satisfactory state of compaction, required thickness, and cross section. The thickness of the base in the affected area shall be remeasured by depth tests or elevations. The operations of scarifying, adding rock, and rerolling shall continue until the base thickness is within the 1/2 -inch (1.3 cm) tolerance of base thickness. The final base thickness of the reconditioned area shall be used to determine the average job thickness. The average job thickness shall be the average of the depth measurement as above outlined and shall be within 1/4 inch (6.35 mm) of the thickness shown on the typical cross section. On individual depth measurements, thicknesses more than 1/2 inch (1.3 cm) in excess of that shown on the plans shall be considered as specified thickness plus 1/2 inch (1.3 cm) in computing the average job thickness. The Contractor shall replace, at his expense, the limerock removed from test holes. 211 -3.9 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures or when the subgrade is wet. When the aggregate contains frozen materials or the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his own expense. 211 -3.10 MAINTENANCE. Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. if cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course Packet Page -2638- P -211 -5 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 METHOD OF MEASUREMENT 2114.1 MEASUREMENT. The yardage (meters) of limerock base course to be paid for shall be the number of cubic yards (cubic meters) of base material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be measured in final position, based upon depth tests taken as directed by the Engineer, at the rate of 1 depth test for each 300 square vards (250 square meters) of base course, or by means of average end areas on the complete work computed from elevations to the nearest 0.01 foot (0.003 m). On individual depth measurements, thicknesses more than 1/2 inch (1.3 cm) in excess of that shown on the plans shall be considered as the specified thickness plus 1/2 inch (1.3 cm) in computing the yardage for payment. BASIS OF PAYMENT 211 -5.1 PAYMENT. Payment shall be made at the contract unit price per cubic yard (cubic meter) for limerock base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. The cost of removing cracks and checks including the labor and material for repriming, and the additional limerock necessary for crack elimination, will not be paid for separately but shall be included in the contract price per cubic yard (cubic meter) for limerock base course. 10—N Payment will be made under: Item P- 211 -5.1 Limerock base course -- per cubic yard (cubic meter) TESTING AND MATERIAL REQUIREMENTS ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate FM 5 -515 Limerock Bearing Ratio ASTM D 1556 Density of Soil in Place by the Sand -Cone Method ASTM D 1557 Moisture - Density Relations of Soils and Soil - Aggregate Mixtures ASTM D 2167 Density of Soil in Place by the Rubber - Balloon Method Using I0 lb (4.5 Kg) Rammer and 18 in (457 mm) Drop ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils Everglades Airpark Taxiway Extension Item P -211 Limerock Base Course P -211 -6 Packet Page -2639- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 ITEM P -331 TYPE S ASPHALTIC CONCRETE PAVEMENTS DESCRIPTION 331 -1.1 SCOPE. This item shall consist of the construction of Type S Asphaltic Concrete (Type S- I and S -III) as specified by the contract. Type S asphaltic concrete shall be in accordance with Section 331 of The Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2000 Edition together with its associated Specifications for Plant Methods and Equipment (Section 320), General Construction Requirements (Section 330), Bituminous Materials (Section 916), and Aggregates (Section 901) are incorporated by reference and amended as follows: a) The words "Airport Sponsor" be substituted for all references to the Department of Transportation including the words "State," "DOT ", "Department ", "District ", etc. in all sections, and b) The following requirements are to be added to paragraph 330 -11.2. 330 - 11.2.1 Joint Cut -Back: Longitudinal joints which are irregular, damaged, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any --� fresh mixture against the joint. 330 - 11.2.2 Joint Density: The lot size shall be the total length of longitudinal joints constructed by a lot of material as defined in paragraph 330 - 10.3.3. The lot shall be divided into five equal sublots. One density determination of finished, compacted materials shall be made at random locations from each sublot. Acceptance of each lot of in -place pavement for joint density shall be based on Table 330 -3, independent of the mat density. (Note: In any individual lot, mat density tests will not be averaged with joint density tests and in the case where a lot can be assessed deductions for both mat and joint density, only the lowest percent will apply.) 331 -2.1 MATERIALS. Asphaltic Concrete Type S shall be in accordance with FDOT Specifications Section 331 -2 through 331 -5 and Division II specific references are as follows: 1. Asphaltic Cement Viscosity Grad AC -20 or AC -30 Section 916 -1 2. Mineral Filler Section 917 3. Course Aggregate, Stone, Slag, or Crushed Ground Section 901 4. Fine Aggregate Section 902 Everglades Airpark Taxiway Extension Item P -331 Type S Asphaltic Concrete Pavements Packet Page -2640- P -331 -1 NON FAA SPEC ITEM CONSTRUCTION METHODS 9/24/2013 16.G.2. APRIL, 2012 331 -3.1 CONSTRUCTION METHOD. Construction shall be performed in accordance with FDOT Specifications Section 320, 330, and 331 with amendments as noted above under Item 331 -1.1 METHOD OF MEASUREMENT 331 -4.1 MEASUREMENT. Asphaltic Concrete Type S -1 shall be measured in accordance with FDOT specifications Section 331 -6 for pavement to be paid for by the ton. BASIS OF PAYMENT 331 -5.1 PAYMENT. Payment shall be made at the contract unit price per ton for Asphaltic Concrete in accordance with FDOT Specifications Section 331 -6.5. Payment will be made under: Item P- 331 -5.1 Type -S Asphaltic Concrete per ton. END OF ITEM P -331 Everglades Airpark Taxiway Extension Item P -331 Type S Asphaltic Concrete Pavements Packet Page -2641- P -331 -2 9/24/2013 16.G.2. n 150/5370/1017 APRIL 2012 Item P -602 Bituminous Prime Coat DESCRIPTION 602 -1.1 This item shall consist of an application, of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602 -2.1 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1. The Engineer shall designate the specific material to be used. Table 1 Bituminous Material Type and Grade Specification Application Temperatures' Deg. F Deg. C Emulsified Asphalt SS -1, SS-1h ASTM D 977 70 -160 20 -70 MS -2, BF'MS -1 ASTM D 977 70 -160 20 -70 CSS -1, CSS -1h ASTM D 2397 70 -160 20 -70 CMS -2 ASTM D 2397 70 -160 20 -70 Cutback Asphalt RC -30 ASTM D 2028 80+ 30+ RC -70 ASTM D 2028 120+ 50+ RC -250 ASTM D 2028 165+ 75+ t The maximum temperature for cutback asphalt shall be that at which fagging occurs. CONSTRUCTION METHODS 602 -3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60 °F (15 °C), and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602 -3.2 EQUIPMENT. The equipment used by the Contractor shall include a self - powered pressure bituminous material distributor and equipment for heating bituminous material. The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gauges, volume- measuring devices or a calibrated tank, and a thermometer for measuring Everglades Airpark Taxiway Extension Item P -602 Bituminous Prime Coat Packet Page -2642- P -602 -1 9/24/2013 16.G.2. 150 /5370 /1017 APRIL 2012 temperatures of tank contents. The distributor shall be self-powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. If the distributor is not equipped with an operable quick shut off valve, the prime operations shall be started and stopped on building power. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the owner. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 602 -3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept-with a power broom to remove all loose dirt and other objectionable material. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard (1.20 to 2.40 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime coat until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602 -3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall n require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall contain all the data required by the applicable specification. If the Contractor applies the prime material prior to receipt of the tests reports, payment for the material shall be withheld until they are received. If the material does not pass the specifications it shall be replaced at the contractor's expense. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. 602 -3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work Everglades Airpark Taxiway Extension Item P -602 Bituminous Prime Coat Packet Page -2643- P -602 -2 9/24/2013 16.G.2. 150 /5370 /10F APRIL, 2012 METHOD OF MEASUREMENT 602 -4.1 The bituminous material for prime coat shall be measured by the gallon (liters . Volume shall be corrected to the volume at 60 °F (15 °C) in accordance with ASTM D 1250 for cutback asphalt, and Table IV -3 of The Asphalt Institute's Manual MS -6 for emulsified asphalt. BASIS OF PAYMENT 602 -5.1 Payment shall be made at the contract unit price per gallon (liter) for bituminous prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P- 602 -5.1 Bituminous Prime Coat -per gallon (liter) TESTING REQUIREMENTS ASTM D 1250 Petroleum Measurement Tables Asphalt Institute Asphalt Pocketbook of Useful Information (Temperature- Volume Corrections Manual MS -6 Table for Emulsified Asphalts) IV -3 MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt ASTM D 2028 Cutback Asphalt (Rapid Curing Type) ASTM D 2397 Cationic Emulsified Asphalt Everglades Airpark Taxiway Extension Item P -602 Bituminous Prime Coat END OF ITEM P -602 Packet Page -2644- P -602 -3 9/24/2013 16.G.2. 150/5370/1 OF APRIL. 2012 Everglades Airpark Taxiway Extension Item P -602 Bituminous Prime Coat Intentionally Left Blank Packet Page -2645- P -602 -4 9/24/2013 16.G.2. 150/5370/10F APRIL 2012 Item P-610 Structural Portland Cement Concrete DESCRIPTION 610 -1.1 This item shall consist of [plain] [reinforced] structural Portland Cement Concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610 -2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. i a .,o) F A CT� ! i 2cn f a . . n i n f , 2Q a,. 2n a.! . a.., «. . .hs as if the eikpansion efany s eemse ef fiae, s > , tested. thO rF8re_1;P_d_ ffiatefj& test 6 )ater- them 0.1994 at 28 days, the aWagates;.A.414 ReA 610 -2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -1 Packet Page -2646- 9/24/2013 16.G.2. 150/5370/10F APRIL 2012 610-23 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: Table 1. Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 2" 1 -1/2" 1" 314" 1/2" 3/8" No.4 No. 4 to 3/4 in. (4.75 -19.0 mm) No. 50 (0.30 mm) 10 -30 100 90 -100 20 -55 0 -10 No. 4 to 1 in. (4.75 -25.0 mm) 100 90 -100 25-60 0 -10 No. 4 to 14/2 in. (4.75 -38.1 mm) 100 95 -100 35 -70 10-30 1 0 -5 Table 2. Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 in (9.5 mm) 100 No. 4 (4.75 mm) 95 -100 No. 16 (1.18 mm) 45 -80 No. 30 (0.60 mm) 25 -55 No. 50 (0.30 mm) 10 -30 No. 100 (0.15 mm) 2 -10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610 -2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610 -2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 - Type I or ASTM C 595 - Type IP The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610 -2.5 WATER The water used in concrete shall be free from sewage, oil, acid, strong alkalis, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610 -2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete Packet Page -2647- P -610 -2 9/24/2013 16.G.2. /'N, 150/5370/10F APRIL, 2012 Pozzolanic admixtures shall be flyash or raw or calcined natural pozzolans meeting the requirements of ASTM C61 , PMMA. Glass F eF N fl),ash for- ese in Faitigating alkah siliee Feselivity shall have a Gaisium 096de (Gag) Air- entraining admixtures shall meet the requirements of ASTM C 260. Air - entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water - reducing, set - controlling admixtures shall meet the requirements of ASTM C 494, Type A, water - reducing or Type D, water- reducing and retarding. Water - reducing admixtures shall be added at the mixer separately from air - entraining admixtures in accordance with the manufacturer's printed instructions. 610 -2.7 PREMOLDED JOINT MATERIAL. Not Used. 610 -2.8 JOINT FILLER. Not Used. 610 -2.9 STEEL REINFORCEMENT. Reinforcing shall consist of Welded Steel Wire Fabric conforming to the requirements of ASTM A 185or Welded Deformed Steel Fabric ASTM A 497. 610 -2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete F ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane - Forming Compounds for Curing Concrete ASTM C 309, Type 2 CONSTRUCTION METHODS 610 -3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610 -3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 in (10 cm) as determined by ASTM C 143. 610 -3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610 -3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be Everglades Airpark Taxiway Extension Item P-610 Structural Portland Cement Concrete Packet Page -2648- P -610 -3 9/24/2013 16.G.2. 150 /5370 /10F APRIL 2012 measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610 -3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610 -3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610 -3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 IF (4 °C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a,temperature not less than 50 IF (10 °C) nor more than 100 IF (38 °C). The Contractor shall be. held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610 -3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, n quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non - staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610 -3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610 -3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610 -3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as-practical after mixing and in no case later than 1 hour after water has been added to the Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -4 Packet Page -2649- 9/24/2013 16.G.2. n 150 /5370 /10F APRIL 2012 mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 ft (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into comers and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610 -3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made.for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610 -3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such ^ dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610 -3.14 DEFECTIVE WORK Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610 -3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand - cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610 -3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water - absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being ^ exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until Everglades Airpark Taxiway Extension Item P-610 Structural Portland Cement Concrete P -610 -5 Packet Page -2650- 9/24/2013 16.G.2. 150 /5370/10F APRIL 2012 I.-IN. removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610 -3.17 DRAINS OR DUCTS. Drainage.pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so. that it will not be displaced or moved during the placing of the concrete. 610 -3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 OF (4 °C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 OF and 100 OF (10 °C and 38 °C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type I nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cemerrL After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework,. heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50 OF (10 °C) until at least 60% of the designed strength has been attained. 610 -3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done'only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT AND PAYMENT - - Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -6 Packet Page -2651- , t, I be a , r .L t r 4"ing 99th- _ e N > deduatien 0 yardage minfefrsing steel effibeddW " sheFA% SR the plans, eeraple4e in plased and aseepted. The unit weigM used &F defafmod ba—psishall h-'. - - Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -6 Packet Page -2651- 9/24/2013 16.G.2. n 150/5370/10F APR1L.2012 No separate measurement or payment shall be made for structural Portland Cement Concrete but shall be incidental of concrete structures included in the project. Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -7 Packet Page -2652- 9/24/2013 16.G.2. 150/5370/10F APRIL 2012 Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -8 Packet Page -2653- TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and ASTM C 150 Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -8 Packet Page -2653- MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mars for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air - Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane - Forming Compounds for Curing Concrete Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -8 Packet Page -2653- 9/24/2013 16.G.2. 150I537011017 APRIL 2012 ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non - extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AA SHTO. T 26 Quality of Water to be Used in Concrete END OF ITEM P -610 Everglades Airpark Taxiway Extension Item P -610 Structural Portland Cement Concrete P -610 -9 Packet Page -2654- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 Item P-620 Runway and Taxiway Painting DESCRIPTION 620 -1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620 -2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620 -2.2 PAINT. Paint shall be waterborne in accordance with the requirements of paragraph 620 -2.2a. Paint shall be furnished in Yellow - 33538 or 33655 and Black – 37038 in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P- 1952E, Type I. .� �7_hrl±'o�fG* = gaiiit Sh" �.e ... .. @H 99 P .....eW t�'Pe . r L fellewingi. ter^ ' ... Everglades Airpark Taxiway Extension I—" Error! Reference source not found.620 Runway & Taxiway Painting P -620- 1 Packet Page -2655- \. W*01TINS fail WNY. - �. • r_ Everglades Airpark Taxiway Extension I—" Error! Reference source not found.620 Runway & Taxiway Painting P -620- 1 Packet Page -2655- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL, 2012 • _ Mv IiL 1 _ . Y. IT UWAS • _ Mv IiL 1 _ • _ Mv IiL 1 Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P-620-12 Packet Page -2656- 9/24/2013 16.G.2. Packet Page -2657- • • Packet Page -2657- 9/24/2013 16.G.2. 1 50/5370 -1OF APRIL 2012 Y_ . _ . _ _ V Su3e Gmdetim , 4; Passing, 446 US Mesh tm 44 400 0 244 & —i0QgG 44 4400 8 —3 S0e n9 7v7 —100% 46 1 4458 2 - 2.346 75 994 9 41 449`00 9 639 27. 7244 20 978 ` e 63 729 90' 37 39 6W 6; - -;;4 23 89 959 '-3'-3'YO 9tl 3Ag 9; jQQq �7�4 Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 4 Packet Page -2658- 1. Y• � - OWN. _ _ .. Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 4 Packet Page -2658- 1. Y• � - Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 4 Packet Page -2658- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL. 2012 620 -2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification. TT- B- I 325D, Type I, gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Everglades Airpark Taxiway Extension Error! Reference source not found-620 Runway & Taxiway Painting P-620- 5 Packet Page -2659- Y. 1 Y. . + r. In 620 -2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification. TT- B- I 325D, Type I, gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Everglades Airpark Taxiway Extension Error! Reference source not found-620 Runway & Taxiway Painting P-620- 5 Packet Page -2659- - S Y. 620 -2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Federal Specification. TT- B- I 325D, Type I, gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Everglades Airpark Taxiway Extension Error! Reference source not found-620 Runway & Taxiway Painting P-620- 5 Packet Page -2659- 9/24/2013 16.G.2. /0—N., 150/5370 -1OF APRIL, 2012 nAed C.. T..Lt- t ...A w7..as �7,�� used. d c..- T..LIe 1 -...7 Note Rio lNote. 'Rio YAt'43Oed 1 At 1.1med See TWe 1 and Nime. CONSTRUCTION METHODS 620 -3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 °F (7 °C) and rising and the pavement surface temperature is at least 5 °F (2.7 °C) above the dew point. Markings shall not be applied when the pavement temperature is greater than 120 °F (49 °C). 620 -3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand- painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type or airiess -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross - sections and clear -cut edges without running or spattering and without over spray. 620 -3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond ^ between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials without damage to the pavement surface. 620 -3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620 -3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 in (12 mm) in 50 R (15 m) and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 in (910 mm) or less ±1 /2 in (12 mm) greater than 36 in to 6 ft (9 10 mm to 1.85 m) t 1 in (25 mm) greater than 6 ft to 60 ft (1.85 m to 18.3 m) f 2 in (51 mm) greater than 60 ft (18.3 m) 3 in (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of five days shall elapse between placement of a bituminous surface course or seal coat and application of the paint. �. Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P-620- 6 Packet Page -2660- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 � Table 1 Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620 -3.6 APPLICATION -- PREFORMED AIRPORT PAVEMENT MARKINGS. Not Used 11—IN pf:epelled Faebile hemer. with an effeetive he"fig width 0� Be 19ss than 16 ft (4.98 M) I ^ be4ween suppeiting wheels ef ne less dmn 18 A (5.49 En). 4:he h----'A-F F-AIRA-t er—Ait thefmal fedjatien�. a". Enerking mw d4al the dirt in -rte (5.09 �) d_ ,i__ The matefial mus4 be able te be applied at ambisat 0 0 . r 620 -3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620 -4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting performed in accordance with the specifications and accepted by the Engineer. Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 7 Packet Page -2661- Paint Glass Beads, Type I, Gradation A Paint Type Sq ft per gallon, W /gaL Pounds per gallon of paint- lbJgal. (Sq ms per liter, m2/1) (Km per liter of paint -kg/1) Waterborne 115 fO /gal. max /1) 7 lb. /gal. min (2.8 m2 (0.85 kg/1) Waterborne 90 tf /gal' max (2.2 men) A Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620 -3.6 APPLICATION -- PREFORMED AIRPORT PAVEMENT MARKINGS. Not Used 11—IN pf:epelled Faebile hemer. with an effeetive he"fig width 0� Be 19ss than 16 ft (4.98 M) I ^ be4ween suppeiting wheels ef ne less dmn 18 A (5.49 En). 4:he h----'A-F F-AIRA-t er—Ait thefmal fedjatien�. a". Enerking mw d4al the dirt in -rte (5.09 �) d_ ,i__ The matefial mus4 be able te be applied at ambisat 0 0 . r 620 -3.7 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by- products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620 -4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet (square meters) of painting performed in accordance with the specifications and accepted by the Engineer. Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 7 Packet Page -2661- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL 2012 BASIS OF PAYMENT 624 -5.1 Payment shall be made at the respective contract price per square foot (square meter) for runway and taxiway painting and including reflective media This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P- 620 -5.1 -1 Runway and Taxiway Painting per square foot (square meter) TESTING REQUIREMENTS ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 146 Chemical Analysis of Glass Sand ASTM C 371 Wire -Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM D 711 No- Pick -Up Time of Traffic Paint ASTM D 968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1213 -54 (1975) Test Method for Crushing Resistance of Glass Spheres MATERIAL REQUIREMENTS Code of Federal Regulations 29 CFR Part 1910.1200 — Hazard Communications FED SPEC TT- B -1325D Beads (Glass Spheres) Retroreflective AASHTO M 247 Glass Beads Used in Traffic Paints FED SPEC TT- P -1952E Paint, Traffic and Airfield Marking, Waterborne FED STD 595 Colors used in Government Procurement END OF ITEM P -620 Everglades Airpark Taxiway Extension Error! Reference source not found.620 Runway & Taxiway Painting P -620- 8 Packet Page -2662- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 Part 9 — Drainage Item D -701 Pipe for Storm Drains and Culverts DESCRIPTION 701 -1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701 -2.1 Materials shall meet the requirements shown on the plans and specified below. Pipes shall be Class III. 701 -2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. ASTM C 76 Reinforced Concrete Pipe ASTM C 507 Reinforced Concrete Elliptical Pipe 701 -2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C 94. 701 -2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C 443. Rubber for PVC, - - - -- - . rr_ �zcv. Y ,��■f�.L��a!llS7tii7�F�SR�T`�Ti •• . .- • - - ' - - - . - - - - •- - - - - - - - 1 lag Y • - - Everglades Airpark Taxiway Extension Item D-701 Pipe for Storm Drains and Culverts D -701- 1 Packet Page -2663- 9/24/2013 16.G.2. 150/5370 -1OF APRIL, 2012 CONSTRUCTION METHODS 701 -3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 in (l 50 mm) on each side. The trench walls shall be approximately vertical. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 12 in (300 mm) or Y2 in (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three- quarters of the nominal diameter of the pipe. The width of the excavation shall be at least 1 ft (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below grade shall be back-filled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 in (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes that are placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701 -3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shalt consist of a bed of granular material having a thickness of at least 6 in (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or selected sandy soil, all of which passes a 3/8 in (9 mm) sieve and not more than tO percent of which passes a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. -iAl 94&1! be pr-eN44ed as Everglades Airpark Taxiway Extension Item D -701 Pipe for Stone Drains and Culverts Packet Page -2664- D-701- 2 iw.. Him low i 51 2" i 2" 6224 Ails 974 Everglades Airpark Taxiway Extension Item D -701 Pipe for Stone Drains and Culverts Packet Page -2664- D-701- 2 9/24/2013 16.G.2. 150/5370 -1OF APRIL, 2012 e. _PVC mad Polyethylene Pipe. Pef PVC and polyethylene pipe, Oie bedding matezial qhali Qmv;ig ta eear-se sands and gFevels with a mw&aum pailiele size of 9,14 in (19 emu). Fef pipe 40110d �Mdff Pa aff 05, RO ffieFe theA 19 peff-30-At F-0-9 4--A- F—HateFial shall pass the Ne. 200 (0.05 min) sieve. FOF ail Odie efees, Re meFe theft 90 POFOOPA efthe famefial sheAl pass the Ne. 200 (0.075 mfn) sieve. The bedding shEA4 have a tWekaess ef at least 6 in (150 mm) below 4he beRefa efthe pipe and wasad up aretmd the pipe fe a depth afnet less than 50 per-eent ef4he pipe's ver-tieal etitside diam@4er-. 701 -33 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe mark within five degrees of a vertical plane through the longitudinal axis of the pipe. 701 -3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before mortar or grout is applied. PVC and f!4yethyllene Pipe. joints for- PVC and Pelyethyleae pipe sh" eenfefm te the rnniure�e •; of AOT11A Tl2^f7^1 .,,1,.. , : +e- +:..1.+: ..+S ..A T849s f -PVh &Rd O,.l....+t...l...... 7 pelyWayleae pipe e'er tO-the- Fequifem + of A, A QT1T(1 11A ^f[ � DTTr 701 -3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil, granular material selected from the excavation or a source of the Contractor's choosing. It shall not contain frozen lumps, stones that would be retained on a 2 in (50.0 mm) sieve, chunks of highly plastic clay, or other objectionable material. No less than 95 Percent of a granular backfill material shall pass through a 1/2 in (12 mm) sieve, and no less than 95 percent of it shall be retained on a No. 4 (4.75 nun) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 in (150 mm) on both sides of the pipe and shall be brought up 1 ft (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Care shall be exercised to thoroughly compact the backfill material under the haunches of the pipe. Material shall be brought up evenly on both sides of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 in (150 mm) and shall be brought up evenly on both sides of the pipe to 1 ft (30 cm) above Everglades Airpark Taxiway Extension Item D -701 Pipe for Storm Drains and Culverts D -701- 3 Packet Page -2665- 9/24/2013 16.G.2. 150 15370 -10F APRIL 2012 the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 ft (3.5 m), whichever is less. iketi at iesst 12 ia (300 mm) ei-er. the tep of the pipe. The baek&4 matefial shall meet the mquimmei4s e PRFRgffio 701 A 30 All backfill shall be compacted to the density required under Item P -152. METHOD OF MEASUREMENT 701 -4.1 The length of pipe shall be measured in linear feet (meters) of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. BASIS OF PAYMENT 701 -5.1 Payment will be made at the contract unit price per linear foot (meter) for each kind of pipe of the type and size designated; at the contract unit price per cubic yard (cubic meter) of concrete for pipe cradles; and at the contract unit price per cubic yard (cubic meter) for rock excavation. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item 701 -5.1 14 x 23 ERCP per linear foot (meter) MATERIAL REQUIREMENTS ASTM C 14 Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C 94 Ready Mixed Concrete ASTM C 144 Aggregate for Masonry Mortar ASTM C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets Everglades Airpark Taxiway Extension Item D -701 Pipe for Storm Drains and Culverts D -701- 4 Packet Page -2666- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 ASTM C 507 Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C 1433 Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers ASTM D 1056 Flexible Cellular Materials- Sponge or Expanded Rubber AASHTO M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets END ITEM D -701 Everglades Airpark Taxiway Extension Item D -701 Pipe for Storm Drains and Culverts Packet Page -2667- D-701- 5 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item D -701 Pipe for Storm Drains and Culverts D -701- 6 Packet Page -2668- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes DESCRIPTION 751 -1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 751 -2.1 BRICK The brick shall conform to the requirements of ASTM C 32, Grade SM. 751 -2.2 MORTAR Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C 144. 751 -2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P -610. 751 -2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C 478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 in (90 cm) nor more than 48 in (120 cm). 751 -2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of AASHTO M 36. 751 -2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A 48, Class 30B and 35B b. ASTM A 47 C. ASTM A 27 d. ASTM A 283, Grade D C. ASTM A 536 f. ASTM A 897 Gray iron castings Malleable iron castings Steel castings Structural steel for grates and frames Ductile iron castings Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 751 -2.7 STEPS. Not Used steel. The 948ps shall be the size, leng4b; and s&Ve shown 9a the plafts and there sWpF; $hAt WO Wit 984veffiPed shall be given paint, when dkvc4ed: Everglades Airpark Taxiway Extension ^ Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 1 Packet Page -2669- 9/24/2013 16.G.2. /"*-1 150 /5370 -1OF APRIL 2012 CONSTRUCTION METHODS 751 -3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as staked by the Engineer. The excavation shall be of- sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751 -3.2 BRICK STRUCTURES. Not Used Everglades Airpark Taxiway Extension Item D-751 Manholes, Catch Basins, Inlets and inspection Holes D -751- 2 Packet Page -2670- will flAs b- Laying Briek- ISAMkghall hia ctlma A-A theiFea0b, before la�,ift se thalth@�' .4-1-1 wet , Everglades Airpark Taxiway Extension Item D-751 Manholes, Catch Basins, Inlets and inspection Holes D -751- 2 Packet Page -2670- 9/24/2013 16.G.2. t50 /5370 -1OF APREL 2012 751 -3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P -610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751 -3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed .slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 in (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. 751 -3.5 CORRUGATED METAL STRUCTURES. Not Used . be designed se 4hat e:4Le- a we4e eleL of 4 7 eellw may L u L a L• L L f J standmd metal " Steps - ladder -s sL. l L.. 4 *a L,.a . .•Le...-. . the plam. 6 - Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 3 Packet Page -2671- UTli1=_ - etherWise jeWs "_�ill d6 Feinting. Fase joints shall iai'(ar8FlV as the 1 f the 1. be ..4 less than 44 (6 ) 4b. W2 (11 fain) •a a be neatly sa%ek; using the weather-jeim= All jeiaw shall be finished When '1 lift a L 11 L r r � J 6 BF the heles f results, 751 -3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P -610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751 -3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed .slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 in (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. 751 -3.5 CORRUGATED METAL STRUCTURES. Not Used . be designed se 4hat e:4Le- a we4e eleL of 4 7 eellw may L u L a L• L L f J standmd metal " Steps - ladder -s sL. l L.. 4 *a L,.a . .•Le...-. . the plam. 6 - Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 3 Packet Page -2671- _ - _ 751 -3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements specified in Item P -610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751 -3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed .slab foundations and shall conform to the dimensions and locations shown on the plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 in (300 mm). When a metal ladder replaces the steps, it shall be securely fastened into position. 751 -3.5 CORRUGATED METAL STRUCTURES. Not Used . be designed se 4hat e:4Le- a we4e eleL of 4 7 eellw may L u L a L• L L f J standmd metal " Steps - ladder -s sL. l L.. 4 *a L,.a . .•Le...-. . the plam. 6 - Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 3 Packet Page -2671- 9/24/2013 16.G.2. n 150/5370 -1OF APRIL 2012 751 -3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off Rush with the wall on the inside surface, unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. 751 -3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed and approved by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 751 -3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 in (200 mm) in loose depth, and compacted to the density required in Item P -152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfdl or the methods used in placing it.. Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 4 Packet Page -2672- .. - Mp 751 -3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 in (200 mm) in loose depth, and compacted to the density required in Item P -152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. b. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfdl or the methods used in placing it.. Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 4 Packet Page -2672- 9/24/2013 16.G.2. 150/5370-10F APRIL 2012 c. Backfill shall not be measured for direct payment. Performance of this work shall be considered on obligation of the Contractor covered under the contract unit price for the structure involved. 751 -3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 7514.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit. BASIS OF PAYMENT 751 -5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will be paid for at the contract unit price per each in place when completed. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor equipment, tools and incidentals necessary to complete the structure. Payment will be made under: 140M D 7s! map.481eq Pe T- D 791 9.2 Gateh Basins t CR- eaeh Item D- 751 -5.3 Inlets -per each lw D 7c, c MATERIAL REQUIREMENT ASTM A 27 Steel Castings, Carbon, for General Application ASTM A 47 Ferritic Malleable Iron Castings ASTM A 48 Gray Iron Castings ASTM A 123 Zinc Coating (Hot -Dip) on iron and Steel Hardware ASTM A 283 Low and Intermediate Tensile Strength Carbon Steel Plates, Shapes, and Bars ASTM A 536 Ductile Iron Castings Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 5 Packet Page -2673- 9/24/2013 16.G.2. 1*1—N, 150/5370 -1OF APRIL, 2012 ASTM A 897 Austempered Ductile Iron Castings ASTM C 32 Sewer and Manhole Brick (Made from Clay or Shale) ASTM C 144 Aggregate for Masonry Mortar ASTM C 150 Portland Cement ASTM C 478 Precast Reinforced Concrete Manhole Sections AASHTO M 36 Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains END OF ITEM D -751 Everglades Airpark Taxiway Extension Item D -751 Manholes, Catch Basins, Inlets and Inspection Holes D -751- 6 Packet Page -2674- 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 Item D -752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures DESCRIPTION 752 -1.1 This item shall consist of [plain] [reinforced] concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752 -2.1 CONCRETE. Plain and reinforced concrete shall meet the requirements of Item P -610. CONSTRUCTION METHODS 752 -3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer to that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. Everglades Airpark Taxiway Extension Item D -752 Concrete Culverts, Headwalls, & Misc. Drainage Structures D -752 -I Packet Page -2675- 9/24/2013 16.G.2. n 15.0 /5370 -IOF APRIL 2012 752 -3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 in (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90 percent of the maximum density for cohesive soils and 95 percent of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D 698. The field density shall be determined in accordance with ASTM D 1556. b. No backfilling shall be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. c. Fill placed around concrete culverts shall be deposited on both sides at the same time and to approximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. d. Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752 -3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752 -3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor ^ shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752 -4.1 The quantity of unclassified excavation for structures shall be measured and paid for under Item ter_ rye! �! r., �i��ree�-,T er. E�sn�r�rRrrerr ls�eers�er- ��..r_�e- rzr.�+�n�� .000 0 752.4.2 The quantity of drainage structure to be paid for shall be the number of each structure in place and accepted. pie qtjffi#4t�, effeinfefeing 840el t9 be paid feF Shall be the pal rjijFjtAd ^ Sim- Everglades Airpark Taxiway. Extension Item D -752 Concrete Culverts, Headwalls, & Misc. Drainage Structures D -752 -2 Packet Page -2676- 9/24/2013 16.G.2. 150/537040F APRIL 2012 BASIS OF PAYMENT 752 -5.1 Payment will be made at the contract unit price per each for drainage for structures.; at-the These prices shall be full compensation for furnishing all materials and for all preparation, eiieacation, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Item D- 752 -5.1 Control Structure —per each Item D- 752 -5.2 Mitered End Section — per each TESTING REQUIREMENTS ASTM D 698 Moisture- Density Relations of Soils and Soil- Aggregate Mixtures Using 5.5 lb (2.49 kg) Rammer and 12 in (305 mm) Drop ASTM D 1556 Density of Soil in Place by the Sand -Cone Method END OF ITEM D -752 Everglades Airpark Taxiway Extension Item D -752 Concrete Culverts, Headwalls, & Misc. Drainage Structures D -752 -3 Packet Page -2677- 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item D -752 Concrete Culverts, Headwalls, & Misc. Drainage Structures D -752 -4 Packet Page -2678- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL, 2012 Part 10 - Turfing Item T -901 Seeding DESCRIPTION 901 -1.1 This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. 13GIV 030cl 901 -2.1 SEED The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ -S -181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: tie- Fiagineef- Millet seed shall not be used. 1 -2.2 LIME. Not Used. , and shail be gmuad to sush fiReness theA 9044 w4l pass thfeagh a No. 20 mash sieve __' 59% YAP pgqq te the G6Q 901 -2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water - soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2679- T -901 -1 Minimum Seed Minimum Rate of Application Seed Purity (Percent) Germination lb. /acre (Percent) (or W1,000 S.F.) Pensacola Bahia 95 80 80 Bermuda (hulled) 95 85 10 Bermuda (unhulled) 95 85 10 Annual Rye 95 90 30 tie- Fiagineef- Millet seed shall not be used. 1 -2.2 LIME. Not Used. , and shail be gmuad to sush fiReness theA 9044 w4l pass thfeagh a No. 20 mash sieve __' 59% YAP pgqq te the G6Q 901 -2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water - soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2679- T -901 -1 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 of Fed. Spec. A -A -1909 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free - flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely- ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be commercial fertilizer and shall be spread at the rate of 4 pounds per 1,000 square feet 901 -2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2680- T -901 -2 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 CONSTRUCTION METHODS 901 -3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 in (50 mm) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass - covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 in (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 in (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and -hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of and the soil then scarified or otherwise loosened to a depth not less than 5 in (125 mm). Clods shall be broken and the top 3 in (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901 -3.2 DRY APPLICATION METHOD. a. Liming. Not Used b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901 -2.3. e. Seeding. Grass seed shall be sown at the rate specified in paragraph 901 -2.1 immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901 -33 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 lb / sq in (690 kPa). The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2681- T -901 -3 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 passages and pipe lines shall be capable of providing clearance for 5/8 in (15 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick - acting, three -way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the. amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 ft (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long -range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick- release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 ft (15 m) in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (3 80 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (3 80 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer ^ may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 in (8 cm), after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high - pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2682- T -901 -4 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 1­' 901 -3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3 percent of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901 -4.1 The quantity of seeding to be paid for shall be the number of units 1,000 sq ft (sq m) measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901 -5.1 Payment shall be made at the contract unit price per 1,000 sq ft (sq m) or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item 901 -5.1 Seeding -per 1,000 sq ft (sq m) MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials FED SPEC A -A -1909 Fertilizer Everglades Airpark Taxiway Extension Item T -901 Seeding END OF ITEM T -901 Packet Page -2683- T -901 -5 9/24/2013 16.G.2. 150/5370 - l OF APRIL 2012 ^ Intentionally Left Blank. Everglades Airpark Taxiway Extension Item T -901 Seeding Packet Page -2684- T -901 -6 9/24/2013 16.G.2. 150 /5370 -1 OF APRIL. 2012 r Item T -904 Sodding DESCRIPTION 904 -1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS "4-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing Bahia grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 in (150 mm) in height shall be mowed to a height of 3 in (75 mm) or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. 904 -2.2 LIME. Not Used. shi—all eeffi;f4pm u; 4A maiRimmmu; (;f gal :2 :2 904 -2.3 FERTILIZER. Not Used . 904 -2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904 -2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall conform to the requirements of 901 -2.4. CONSTRUCTION METHODS 904 -3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904 -3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 in (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass - covered areas. If any damage by erosion Everglades Airpark Taxiway Extension Item T -904 Sodding Packet Page -2685- T -904 -1 9/24/2013 16.G.2. 101—*N 150/5370 -1OF APRIL. 2012 or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 9043.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 in (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 in (250 mm), and in lengths.of not less than 18 in (45 cm), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved ^ only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904 -3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 in (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately 1 in (25 mm) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than 1 vertical to 2 -1/2 horizontal and in v- shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 in (300 mm) in length and have a cross- sectional area of not less than 3/4 sq in (18 sq mm). The pegs shall be driven flush with the surface of the sod. Everglades Airpark Taxiway Extension Item T -904 Sodding Packet Page -2686- T -904 -2 shall then he e we dw less 41wa them i st d e spFead at a wih pr-e-vide ffet F N49ions. by These materials 9MI be irteeFpefoed ime the seil 4e a depth ef net less them 2 k1+660 faffl) s Mking, ifi M151 MWAVAI > s FeStS, 9043.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 in (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 in (250 mm), and in lengths.of not less than 18 in (45 cm), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved ^ only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904 -3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 in (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately 1 in (25 mm) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than 1 vertical to 2 -1/2 horizontal and in v- shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 in (300 mm) in length and have a cross- sectional area of not less than 3/4 sq in (18 sq mm). The pegs shall be driven flush with the surface of the sod. Everglades Airpark Taxiway Extension Item T -904 Sodding Packet Page -2686- T -904 -2 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 .--� 904 -3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904 -3.7 ESTABLISHING TURF. a. General The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904 -3.8 REPAIRING. When the surface has become bullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re- establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in 904 -3.5. METHOD OF MEASUREMENT 904 -4.1 This item shall be measured on the basis of the area in square yards (square meters) of the surface covered with sod and accepted. BASIS OF PAYMENT 904 -5.1 This item will be paid for on the basis of the contract unit price per square yard (square meter) for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T- 904 -5.1 Sodding -per square yard (square meter) Everglades Airpark Taxiway Extension Item T -904 Sodding END OF ITEM T -904 Packet Page -2687- T -904 -3 9/24/2013 16.G.2. 10-11, 150 15370 -10F APRIL 2012 ^ Everglades Airpark Taxiway Extension Item T -904 Sodding Packet Page -2688- T -904 -4 9/24/2013 16.G.2. 150 /5370 -1OF APRIL 2012 11-11, Intentionally Left Blank Everglades Airpark Taxiway Extension Item T -904 Sodding Packet Page -2689- T -904 -5 9/24/2013 16.G.2. All-N.' 15015370 -1OF APRIL, 2012 Item T -908 Mulching DESCRIPTION 908 -1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the Engineer. MATERIALS 908 -2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species that would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. n b. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. c. Hay Mulch Containing Seed. Not Used Ray malah "I be tHat'aFe- bay Geau&ing viable seed ef The y h-andled Se pr-esepm the R.. + d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. SS 1 ofri oT 908 -2.2 INSPECTION. Within 5 days after acceptance of the bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on the site that do not meet these standards shall be rejected. CONSTRUCTION METHODS 908 -3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Everglades Airpark Taxiway Extension Item T -908 Mulching T -908 -1 Packet Page -2690- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre (1800 - 2700 kg per acre) to provide a loose depth of not less than 1 -1/2 in (37 cm) nor more than 3 in (75 mm). Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 in (150 mm) or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 in (25 mm) nor more than 2 in (50 mm). 908 -3.2 SECURING MULCH, The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, wire mesh, asphalt binder, or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his/her operations. If the "peg and string" method is used, the mulch shall be secured by the use of stakes or wire pins driven into the ground on 5 ft (150 m) centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. 908 -3.3 CARE AND REPAIR. a. The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the satisfaction of the Engineer, no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra. work. Crime ` "asphalt . r ffly" Faethed is s ..,. "..lehed f w ii be a it asphalt ti. a c mate -:.,t ..,. !hat the autfees h a unifwm appeaFme@ Tbe binder- h ll be •r b applied the muleh at the rate ef appm*imately 8.9 galleas (32 l4s) per- s , An approved spfa�y nezzie AW! be used. The nezzle shall be epefoed at a distanee ofnet less dim 4-feet the bkumiaeus material. Everglades Airpark Taxiway Extension Item T -908 Mulching Packet Page -2691- T -908 -2 9/24/2013 16.G.2. 150/5370 -1 OF APRIL; 2012 METHOD OF MEASUREMENT 908-4.1 Mulching shall be measured in square yards (square meters) on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908 -5.1 Payment will be made at the contract unit price per square yard (square meter) for mulching. The price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T- 908 -5.1 Mulching -per square yard (square meter) MATERIAL REQUIREMENTS A844-4 D 977 Emulsified Agph&14 Everglades Airpark Taxiway Extension Item T -908 Mulching END OF ITEM T -908 Packet Page -2692- T -908 -3 - - rmwtzra j1• a - METHOD OF MEASUREMENT 908-4.1 Mulching shall be measured in square yards (square meters) on the basis of the actual surface area acceptably mulched. BASIS OF PAYMENT 908 -5.1 Payment will be made at the contract unit price per square yard (square meter) for mulching. The price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T- 908 -5.1 Mulching -per square yard (square meter) MATERIAL REQUIREMENTS A844-4 D 977 Emulsified Agph&14 Everglades Airpark Taxiway Extension Item T -908 Mulching END OF ITEM T -908 Packet Page -2692- T -908 -3 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item T -908 Mulching Packet Page -2693- T -908 -4 9/24/2013 16.G.2. n 150/5370 -10F APRIL 2012 Item L -108 Underground Power Cable for Airports DESCRIPTION 108 -1.1 This item shall consist of furnishing and installing power cables direct buried and furnishing and/or installing power cables within conduit or duct banks in accordance with these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or famishing or installation of any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks are covered under item L -110 "Airport Underground Electrical Duct Banks and Conduits." EQUIPMENT AND MATERIALS 108 -2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345 -53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non - pertinent data Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -1 Packet Page -2694- 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. L All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain an insulation resistance of 50 megohms minima, (1000 V megger) with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108 -2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345 -7, Specification for L -824 Underground Electrical Cable for Airport Lighting Circuits. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L -824 and/or Federal Specification J -C -30 and shall be type THWN -2. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. 108 -2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG solid for counterpoise and or No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be bare copper wire P 39.. n Ground rods shall be copper. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8 -feet (240 cm) long nor less than 5/8 in (15 mm) in diameter. 108 -2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82 -13, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. El 135, or equivalent, is used for potting the splice is acceptable. b. The Field- attached Plug -in Splice. Figure 3 of AC 150/5345 -26, Specification for L -823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The Factory- Molded Plug -in Splice. Specification for L -823 Connectors, Factory- Molded to Individual Conductors, is acceptable. Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -2 Packet Page -2695- IrprMN an Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -2 Packet Page -2695- 9/24/2013 16.G.2. n 150/5370 -1OF APRIL 2012 " ifitS 408i@ft9d equivalent, In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L -823/L -824 splices and terminations shall be made in accordance with the manufacturer's recommendations and listings. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except the base can ground clamp connector shall be used for attachment to the base can. All exothermic connections shall be made in accordance with the manufacturer's recommendations and listings. 108 -2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108 -2.6 CONCRETE. Concrete for cable markers shall conform to Specification Item P -610, "Structural Portland Cement Concrete." 108 -2.7 FLOWABLE BACKFILL. Not Used. is ff 108 -2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non- corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 108 -2.9 TAPE. Electrical tapes shall be Scotch Electrical Tapes — number Scotch 88 (1 -1/2" wide) and Scotch 130C linerless rubber splicing tape (2" wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108 -2.10 ELECTRICAL COATING. ScotchkoteTM shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108 -2.11 EXISTING CIRCUITS. Whenever the scope of work requires, connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed in accordance with this item and prior to any activity affecting the respective circuit. The Contractor shall record the results on forms acceptable to the engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L -823 connectors, L430 transformers and L -824 cable, if necessary, shall be bome by the Contractor. All test results shall be submitted in the Operation and Maintenance (O &M) Manual. CONSTRUCTION METHODS 108 -3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -3 Packet Page -2696- 9/24/2013 16.G.2. 150/5370 -10F APRIL. 2012 Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown on the plans. Provide not less than 3 feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least 1 ft vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. 108 -3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current - carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable ^ first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with Item L -110, "Airport Underground Electrical Duct Banks and Conduit." The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits /ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall be governed by cable manufacturer's recommendations. A non - hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. G. emu_ emsew shall sHbmit pulling tensien 4 , elues te the sogineef. prior. 4&.ww esWe insta4afiea. if feqeirzed by t4ie Engineei:, pulling tensimq vAlmm for- eable pulls shall be mefikaFW by a dyffaffieffletff ifl Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -4 Packet Page -2697- 9/24/2013 16.G.2. _*_%� 150/5370 -1OF APRIL. 2012 b by the Gentmeter. at the C=ea#eetef's eikpease. The manufacturer's minimum bend radius or the NEC requirements whichever is more restrictive shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. ' Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108 -3.3 INSTALLATION OF DIRECT- BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 in vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L -823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, handholes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 in in size. The cable circuit identification shall match the circuits noted on the construction plans. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 in below finished grade, except as follows: (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 in unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 in unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay items as part of Item L -108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L- 108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 in. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 in below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -5 Packet Page -2698- 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 aggregate particles that would be retained on a 1/4 in sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P -152. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall insure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 in deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 in sieve. This layer shall not be compacted. The second layer shall be 5 in deep, loose measurement, and shall contain no particles that would be retained on a 1 in sieve. The remaining 3`1 and subsequent layers of backfill shall not exceed 8 in of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 in maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of in accordance with the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct- buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6 in above the direct -buried cable or the counterpoise wire if present. A 4 -6 in wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 in minimum below finished fie- Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -6 Packet Page -2699- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 be eq 1� to - ..1+..11 meet ♦ re s..% of 14@m- D 3421. D s ti -I D Y 108 -3.4 CABLE MARKERS FOR DIRECT- BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4 -6 in (100 - 150 mm) thick, extending approximately 1 in (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (60 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 in (100 mm) high and 3 in (75 mm) wide, with width of stroke 1/2 in (12 mm) and 1/4 in (6 mm) deep. The location of each underground cable connection, except at lighting units, or isolation transformers, or power adapters shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108 -3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field- attacbed Plug -in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one -half lapped, extending at least 1 -1/2 in (37 mm) on each side of the joint. c. Factory - Molded Plug -in Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one -half lapped, extending at least 1- 1 /2 in (37 mm) on each side of the joint. Apply high - voltage rubber tape one -half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point Throughout the rest of the splice less tension should Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -7 Packet Page -2700- ORM Apply high - voltage rubber tape one -half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point Throughout the rest of the splice less tension should Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -7 Packet Page -2700- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 be used. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1 -1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 in (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl pressure - sensitive tape one -half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat - shrink application shall be clean and free of contaminates prior to application. 108 -3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 in above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall be installed at least 8 in below the top of subgrade in paved areas or 10 in below finished grade in un -paved areas. This dimension may be less than 4 in where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit. The counterpoise wire shall be routed around to each light fixture base, mounting stake, or junction/access structures. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 ft (150 m) apart around the entire circuit. 111—N The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on the plans and in the specifications. If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: (1) A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures. (2) Install an insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base and to all metal surfaces at junction/access structures. This equipment ground conductor shall also be exothermically welded to ground rods installed not more than 500 feet (150 m) apart around the circuit. a. Counterpoise Installation Above Multiple Conduits and Duct Banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete cone of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. b. Counterpoise Installation at Existing Duct Banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L -108 -8 Packet Page -2701- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL. 2012 ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108 -3.7 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold - galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL -P- 21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. c. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M "Scotchkote," or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108 -3.8 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item ^ being tested. For phased projects, the tests must be completed by phase and results meeting the specifications below must be maintained by the Contractor throughout the entire project as well as during the ensuing warranty period. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. b. That all affected circuits (existing and new) are free from unspecified grounds. c. That the insulation resistance to ground of all new non - grounded series circuits or cable segments is not less than 50 megohms. d. That the insulation resistance to ground of all non - grounded conductors of new multiple circuits or circuit segments is not less than 50 megohms. e. That all affected circuits (existing and new) are properly connected in accordance with applicable ^ wiring diagrams. Everglades Airpark Taxiway Extension Item L -i 08 Underground Power Cable for Airports L -108 -9 Packet Page -2702- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 L That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. g. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall -of- potential ground impedance test shall be used, as described by ANSI/IEEE Standard 81, to verify this requirement. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved `repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 1084.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. The cost of all excavation, backfill, dewatering and restoration regardless of the type of material encountered shall be included in the unit price bid for the work. 1084.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet (meters) of cable or counterpoise wire installed in trenches, duct bank or conduit, including ground rods and grounding connectors, and trench marking tape ready for operation; and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. "Cable and counterpoise slack is considered incidental to this item and is included in the contractor's unit price. No separate measurement or payment will be made for cable or counterpoise slack." BASIS OF PAYMENT 108 -5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct - buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: Item L- 108 -5.1 Trenching for direct -buried cable -per linear foot (meter) Item L- 108 -5.2 No. 8 AWG L -824C Cable, installed in trench, duct bank or conduit -per liner foot (meter) Item L- 108 -5.3 Bare Counterpoise Wire, installed in trench, duct bank or conduit, including ground rods and ground connectors -per linear foot (meter) Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports L- 108 -10 Packet Page -2703- 9/24/2013 16.G.2. 15015370 -10F APRIL 2012 MATERIAL REQUIREMENTS AC 150/5345 -7 Specification for L -824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345 -26 Specification for L -823 Plug and Receptacle Cable Connectors FED SPEC J -C -30 Cable and Wire, Electrical Power, Fixed Installation (cancelled; replaced by A- A -59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC A -A- Insulation Tape, Electrical, Pressure - Sensitive Adhesive, Plastic 55809 ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL- S- 23586C Sealing Compound, Electrical, Silicone Rubber NN Building Industry Consulting Service International (BICST) ANSIIIEEE Std 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L -108 Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports Packet Page -2704- L- 108 -11 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item L -108 Underground Power Cable for Airports Packet Page -2705- L- 108 -12 9/24/2013 16.G.2. /0-111 150 /5370 -1OF APRIL, 2012 Item L -110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110 -1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete) installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110 -2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non - pertinent data. Submittals for components of electrical equipment and systems shall identify -the equipment-for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmission of submittals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -1 Packet Page -2706- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 ^ e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110 -2.2 STEEL CONDUIT. Not Used. Rigid galvanized steel aeaduk and &6ags shell he hes di"ed , 61 A 9, and 124.2 110 -23 PLASTIC CONDUIT, Plastic conduit and fittings -shall conform to the requirements of Fed. Spec. W - -C -1094, Underwriters Laboratories Standards UL -651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I— Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II— Schedule 40 PVC suitable for either above ground or underground use. The type of adhesive shall be as recommended by the conduit/fitting manufacturer. 110 -2.4 SPLIT CONDUIT. Split conduit shall be pre- manufactured for the intended purpose and shall be made of steel or plastic. 110 -2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. 110 -2.6 CONCRETE. Concrete shall conform to Item P -610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate with a minimum 28 day compressive strength of 3,000 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110 -2.7 FLOWABLE BACKFILL Not Used 110 -2.8 DETECTABLE WARNING TAPE Plastic, detectable, color as noted magnetic tape shall be polyethylene film with a metallized foil core and shall be 4 - 6 in (75 - 150 mm) wide. Detectable tape is incidental to the respective bid item. Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -2 Packet Page -2707- 9/24/2013 16.G.2. � 150 /5370 -1OF APRIL 2012 CONSTRUCTION METHODS 110 -3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 in (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 in (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 in below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 in below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct - buried or part of a duct bank. An iron -shod mandrel, not more than ' /. in (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits /ducts and clean base can, manhole, pull boxes, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans, manhole, pull boxes, etc. and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc. is incidental to the pay item of the item �. being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. For pulling the permanent wiring, each individual conduit, whether the conduit is direct - buried or part of a duct bank, shall be provided with a 200 pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminate from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet. Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. �-� Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -3 Packet Page -2708- 9/24/2013 16.G.2. 150/5370 -1 OF APRIL, 2012 When rock is encountered, the rock shall be removed to a depth of at least 3 in below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 in sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P -152. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located six in above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one - quarter turn twist to set the joint tightly. Where more than one. conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P -152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L -110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L -110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L- 110 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P -152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall insure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred (2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110 -3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 in (45 cm) below the bottom of the base or stabilized base. Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -4 Packet Page -2709- 9/24/2013 16.G.2. 110"', 150/5370 -1OF APRIL 2012 course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 in (45 cm) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 in (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 1- 1/2 in (37 mm) apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 3 in apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 in (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 in to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 ft intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5 ft (150 cm) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4 - 6 in (75 —150 mm) wide tape 8 in (200 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110 -3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-conduit lines shall be not less than 6 in (150 mm) nor more than 12 in (300 mm) wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 in (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 in (6 mm) sieve. The bedding material shall be tamped until firm. Flowabie backfill may alternatively used. n Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -5 Packet Page -2710- 9/24/2013 16.G.2. 150/5370 -10F APRIL 2012 Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least IS in (45 cm) below the finished grade. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 2 in (50 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 in (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall spaced not less than 3 in (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 in (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 in to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 ft intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110 -3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 cm) square and 4 - 6 in (100 - 150 mm) thick extending approximately 1 in (25 mm) above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the Engineer. The letters shall be 4 in (100 mm) high and 3 in (75 mm) wide with width of stroke %s in (12 mm) and '/4 in (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110 -3.5 BACKFILLING FOR CONDUITS. For conduits, 8 in (200 cm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P -152 "Excavation and Embankment" except that material used for back fill shall be select material not larger than 4 in in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back, filling operations. The trench -shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110 -3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item P -152 "Excavation and Embankment" except that the material used for backfill shall be select material not larger than 4 in in diameter. In addition to the Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -110 -6 Packet Page -2711- 9/24/2013 16.G.2. 150 /5370 -10F APRIL 2012 requirements of P -152, where duct banks are installed under pavement, one moistureldensity test per lift shall be made for each 250 linear feet of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. METHOD OF MEASUREMENT 110 -4.1 Underground conduits and duct banks shall be measured by the linear feet (meter) of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated, resolution, , all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110 -5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. Payment will be made under: Item L- 110 -5.1 Electrical Duct Bank, 2x4 inch Concrete Encased -per linear foot (meter) Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits L -I 10 -7 Packet Page -2712- 9/24/2013 16.G.2. 150/5370 -1OF APRIL 2012 MATERIAL REQUIREMENTS Fed. Spec. W -C -1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC) Underwriters Laboratories Rigid Metal Conduit Standard 6 Underwriters Laboratories Fittings for Cable and Conduit Standard 514B Underwriters Laboratories Intermediate Metal Conduit Standard 1242 Underwriters Laboratories Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Standard 651 Underwriters Laboratories Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete Standard 651A encasement) END OF ITEM L -110 Everglades Airpark Taxiway Extension Item L -110 Airport Underground Electrical Duct Banks & Conduits Packet Page -2713- L -110 -8 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 ITEM 1-135 AIRFIELD SIGNS DESCRIPTION 135 -1.1 This item shall consist of unlighted airfield guidance signs furnished and installed in accordance with these specifications and the locations, dimensions, and details shown on the Construction Drawings, and in accordance with the manufacturer's recommendations and applicable codes and standards. This item shall include the procurement of all signs, and associated materials, and the installation of the signs, mounting legs, foundation, hardware and all incidentals necessary to install the signs to the satisfaction of the Engineer. This item shall also include all excavation and subgrade preparation necessary for the installation of the sign. Signs of the following types are included: Type L -858R Mandatory Instruction sign --white legend on a red background. SUBMTTALS 135 -2.1 GENERAL. Before any materials are ordered, the Contractor shall furnish the Engineer a list of materials and equipment he plans to incorporate in the Work. This list shall include the name of each item, the Federal Aviation Administration specification number, the manufacturer's name, the manufacturer's catalog number, and the size and type of each sign reference to the contract documents indicating intended use of each item. Shop drawings shall also be submitted identifying installation requirements. Shop drawings ^ shall include scale drawings of each sign panel and showing all legend information. After the list and shop drawings have been reviewed by the Engineer, the Contractor shall assemble the equipment and materials at a single location on -site, and request inspection by the Engineer. None of the equipment or materials may be installed until such an inspection has been completed. 135 -2.2 APPROVAL a. Signs and related materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in the latest edition of Advisory Circular 150/5345 -53C, Approved Airport Equipment. b. All other equipment and material covered by other referenced specifications shall be subjected to acceptance through manufacturer's certification of compliance with the applicable specification. Everglades Airpark Taxiway Extension .-� Item L -135 Airfield Signs L -135 -1 Packet Page -2714- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 MATERIAL DELIVERY SCHEDULE AND REQUIREMENTS 135 -3.1 All signs and associated materials for the project shall be procured under this contract in accordance with the material delivery directed by the Engineer. The following material distinction is made to designate the material to be delivered: Mounting Hardware -- Mounting hardware shall include detailed installation shop drawings as prepared by the sign supplier and reviewed by the Engineer. Sign -- Sign shall include the actual sign to be installed, breakable couplings, and all other incidentals necessary to provide a complete and operable sign. EQUIPMENT AND MATERIALS 135 -4.1 AIRFIELD SIGNS. Airfield signs shall conform to the details shown on the plans and the following Advisory Circulars. AC 150/5340 -18F Standards for Airport Sign System AC 15015345 -53C Approved Airport Equipment AC 150/5345 -44J Specifications for Taxiway and Runway Signs Signs for the project shall be L- 858 -size 1, style 4, class 1, and mode 1. 135 -41 CONCRETE Concrete for sign base shall conform to specification P -61.0. CONSTRUCTION METHODS 135 -5.1 SIGN INSTALLATION. Signs shall be installed as shown on plans and in accordance with manufacturer's recommendations. Sign units shall be a modular type with uniform spacing of the supports. The unit shall be provided with tethers (2 per sign) to prevent dislocation of the sign if blown down or knocked down by wind blast or other impact force. Actual locations of the signs shall be staked out prior to placement. Stakeout is to be reviewed by Engineer prior to installation of the sign. METHOD OF MEASUREMENT 135 -6.1 The quantity of signs to be paid for under this item shall be the number of signs, per each, produced and delivered to the site, installed, complete and accepted and including foundation pads, per each. BASIS OF PAYMENT 135 -7.1 Payment will be made at the contract unit price for each complete sign, with new foundation pad.. These prices shall be full compensation for furnishing all materials and for all preparation, delivering and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Everglades Airpark Taxiway Extension Item L -135 Airfield Signs Packet Page -2715- L -135 -2 n 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 Payment will be made under: Item L- 135 -7.1 L -858 Airfield Sign, two panel -- per each Item L- 135 -7.2 L -858 Airfield Sign, Three panel — per each MATERIAL REQUIREMENTS AC 150/5345 -44J Specifications for Taxiway and Runway Signs (current edition) AC 150 - 5340 -18F Standards for Airport Sign Systems (current edition) AC 150- 5340 -10A Standards for Specifying Construction of Airports (current edition) MILITARY STANDARD MIL - STD -810 Environmental Test Methods Everglades Airpark Taxiway Extension Item L -135 Airfield Signs END OF ITEM L -135 Packet Page -2716- L -135 -3 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 Intentionally Left Blank Everglades Airpark Taxiway Extension Item L -135 Airfield Signs L -135 -4 ^ Packet Page -2717- 9/24/2013 16.G.2. NON FAA SPEC ITEM APRIL, 2012 ITEM L-853 RETROREFLECTIVE MARKERS DESCRIPTION 853 -1.1 This item shall consist of the installation of new retroreflective markers along the pavement edges of the apron. These markers are to be installed at the locations and in accordance with the dimensions, design and details shown on the plans. 853 -1.1 Additional details pertaining to the specific system covered in this item are contained in the advisory circulars listed below: AC 150/5345 -39D, Runway and Taxiway Retroreflective Markers, Type II, Style 1, Elevated Marker for Taxiway Edge Marking, 18" high, blue in color. 853 -2.1 GENERAL EQUIPMENT AND MATERIALS a. Airport lighting equipment and materials covered by FAA specifications shall have the prior ^ approval of the Federal Aviation Administration, Airport Service, Washington, D.C. 10591, and shall be listed in Advisory Circular 150/5345 -53C (Latest Edition), Approved Airport Lighting Equipment. b. All other equipment and materials covered by other referenced specifications shall be subjected to acceptance through the manufacturer's certification of compliance with the applicable specifications. c . Lists of equipment and materials required for a particular system are contained in the applicable advisory circulars. 853 -2.2 RETROREFLECTIVE MARKERS a. Inspect each retroreflective marker to determine that it is installed correctly, at the proper height, in line with the other markers, level and properly oriented. b. Check all markers for alignment. C. Check equipment covered by Federal Aviation Administration specifications to determine if the manufacturers have supplied approved equipment. The equipment is also checked for general conformance with requirements. Everglades Airpark Taxiway Extension Item L -853 Retroreflective Markers L -853 -1 Packet Page -2718- NON FAA SPEC ITEM METHOD OF MEASUREMENT 9/24/2013 16.G.2. APRIL, 2012 853 -3.1 The quantity of retroreflective markers to be measured for payment shall be the number of markers installed as a complete unit, complete in place and accepted by the Engineer. BASIS OF PAYMENT 853 -4 Payment will be made at the contract unit price per each Retroreflective Marker installed in place and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly and incidentals necessary to complete this item. Payment will be made under: Item L- 853 -4.1 Retroreflective Marker Type H -- per each Everglades Airpark Taxiway Extension Item L -853 Retroreflective Markers END OF ITEM L -853 Packet Page -2719- "53 -2 9/24/2013 16.G.2. EXHIBIT K: PERMITS Refer to information posted at: htta: / /bid.collieraov.net/bid/ • Exhibit K -1 Army Core of Engineers Permit - Issued 06 -18 -09 • Exhibit K -2 SFWMD - Permit 11 01375 -S 051509 105 Construction Services Agreement: Revised 03101/2013 Packet Page -2720- 9/24/2013 16.G.2. DEPARTMENT OF THE ARMY 1 JACKSONVLLE DUCT CORPS OF ENGINEERS I= ROYAL PALM SQUARE BLVD., SURE 310 FORT wnRS, FLORIDA 33919 118}7 TO ATnWnCMCF JUN 18 2005 Fort Myers Section SAJ- 1999- 01095(IP -MJD) Theresa Cook Collier County Airport Authority 2003 Mainsail Drive Naples, FL 34112 Dear Ms. Cook: The U.S. Army Corps of Engineers (Corps) is pleased to enclose the Department of the Army permit, which should be available at the construction site. Work may begin immediately but the Corps must be notified of: a. The date of commencement of the work, b. The dates of work suspensions and resumptions of work, if suspended over a week, and c. The date of final completion. This information should be mailed to the Enforcement Section of the Regulatory Division of the Jacksonville District at 1520 Royal Palm Square Blvd., Suite 310, Fort Myers, Florida-33919. The Enforcement Section is also responsible for inspections to determine whether Permittees have strictly adhered to permit conditions. IT IS NOT LAWFUL TO DEVIATE FROM THE APPROVED PLANS ENCLOSED. Sincerely, ' CC -"M David S. Robbie Chief, Regulatory Divis n Packet Page -2721- Enclosures Copies Furnished: FWS, Vero Beach NMFS, St. Petersburg CESAJ -RD -PE Packet Page -2722- 9/24/2013 16.G.2. 9/24/2013 16.G.2. DEPARTMENT OF THE ARMY PERMIT Permittee: COLLIER COUNTY AIRPORT AUTHORITY 2005 Mainsail Drive Naples, FL 34114 Posit No: SAJ- 1999 - 1095- (IP -MJD) Issuing Office: U.S. &M engineer District, Jacksonville NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terms and conditions specified below. Project Description: Discharge fill into 0.52 acre of saltwater marsh at the eastern end of the project site to construct a parallel taxiway adjacent to the existing runway. The work described above is to be completed in accordance with the I pages of drawings [and 4 attachments] affixed at the end of. this permit instrument. Project Location: West of County Road 29, south of Lantana Street, in Section 23, Township 53 South, Range 29 East, Collier County, Florida Directions tc site: From U.S. 41 take S.R. 29 south to Everglades City. S.R. 29 becomes Copeland Avenue. Latitude i Longitude: Latitude: 25.5045 North Longitude: 81.2316 West Permit Conditions Packet Page -2723- 10-N. PERMIT NUMBER: SAJ PERMITTEE: Collier PAGE 2 of 13 General Conditions: 1999 -01095 (IP -MJD) County Airport Authority 1. The time limit for completing the wor on June 18, 2014. If you find that you r � complete the authorized activity, submit your extension to this office for consideration at before the above date is reached. 9/24/2013 16.G.2. k authorized ends need more time to request for a time least one month 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit, you must obtain the signature and the mailing address of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. Packet Page -2724- PERMIT NUMBER: SAJ PERMITTEE: Collier PAGE 3 of 13 Special Conditions: 1999 -01095 (IP -MJD) County Airport Authority 9/24/2013 16.G.2. 1. Reporting Address: All reports, documentation and correspondence required by the conditions of this permit shall be submitted to the following address: U.S. Army Corps of Engineers, Regulatory Division, Enforcement Section, 1520 Royal Palm Square Blvd., Suite 310, Fort Myers Florida 33919. The Permittee shall reference this permit number, SAJ- 1999- 1095(IP- MJD), on all submittals. 2. Commencement Notification: Within 10 days from the date of initiating the authorized work, the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3. Wetland Avoidance/Minimization Areas: The Permittee shall avoid the remaining 5.87 acre(s) of onsite wetlands, (Attachment 1 as detailed on Drawings 5 through 7 of 7). These natural wetland areas were avoided as part of the permit application review process and therefore will not be disturbed by any dredging, filling, mechanized land clearing, agricultural activities, or other construction work whatsoever. The Corps reserves the right to deny review of any requests for future impacts to these natural wetland areas. 4. Erosion Control: Prior to the initiation of any work authorized by this permit, the Permittee shall install erosion control measures along the perimeter of all work areas to prevent the displacement of fill material. Immediately after completion of the final grading of the land surface, all slopes, land surfaces, and filled areas adjacent to wetlands shall be stabilized using sod, degradable mats, or a combination of similar stabilizing materials to prevent erosion. The erosion control measures shall remain in place and be maintained until all authorized work has been completed and the site has been stabilized. 5. Compensatory Kitigation: Within 6 months from the date of initiating the authorized work or 12 months from the effective date of this permit, whichever first occurs, the Permittee shall complete the following mitigation objectives in accordance with the approved compensatory mitigation plan (Attachment 3) as detailed on Drawings 7 through 9 of 9: Packet Page -2725- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 4 of 13 b. Offsite Mitigation (1) Wetland Enhancement: Manually remove Category I and II invasive exotic plant species from two off -site parcels in Rookery Bay National Estuarine Research Reserve (RBNERR). The mitigation areas contain 34.72 acres wetlands, 7.85 acres of open water and 1.93 acres of pine f latwood (uplands). The wetlands consist of 28.74 acres of mangroves, 2.37 acres of wetland shrub, 3.26 acres of salt marsh and 0.35 acre of disturbed land. 6. Performance Standards: To meet the objectives of the approved compensatory mitigation plan, the Permittee shall achieve the following performance standards: a. At least 80 percent cover by appropriate wetland species (i.e., FAC or wetter). b. Cover of Category I and II invasive exotic plant species, pursuant to the most current list established by the Florida Exotic Pest Plant Council at http: / /www.fleppc.org, and the nuisance species primrose willow (Ludwigia peruviana), dogfennel (Eupatorium capillifolium), Bermudagrass (Cynodon spp.), Bahiagrass (Paspalum notatum), and cattail (Typha spp.). shall total less than 5 percent. The Permittee shall achieve the above performance standards by the end of the 5 -year monitoring period, with no maintenance during the 5th year of monitoring. In the event that the above performance standards have not been achieved, the Permittee shall undertake a remediation program approved by the Corps in accordance with the Rmediation Special Condition of this permit. 7. Monitoring and Reporting Timeframes: To show compliance with the performance standards the Permittee shall complete the following: a. Perform a time -zero monitoring event of the wetland mitigation area(s) within 60 days of completion of the compensatory mitigation objectives identified in the Compensatory Mitigation Special Condition of this permit. Packet Page -2726- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 5 of 13 b. Submit the time -zero report to the Corps within 60 days of completion of the monitoring event. The report will include at least one paragraph depicting baseline conditions of the mitigation site(s) prior to initiation of the compensatory mitigation objectives and a detailed plan view drawing of all created, enhanced and /or restored mitigation areas. C. Subsequent to completion of the compensatory mitigation objectives, perform semi - annual monitoring of the wetland mitigation areas for the first 3 years and annual monitoring thereafter for a total of no less than 5 years of monitoring. d. Submit annual monitoring reports to the Corps within 60 days of completion of the monitoring event. Semi - annual monitoring will be combined into one annual monitoring report. e. Monitor the mitigation area(s) and submit annual monitoring reports to the Corps until released in accordance with the Kitigation Release Special Condition of this permit. 8. Reporting Format: Annual monitoring reports shall follow a 10 -page maximum report format for assessing compensatory mitigation sites. The Permittee shall submit all documentation to the Corps on 814-inch by 11 -inch paper, and include the following: a. Project Overview (1 Page): (1) Department of the Army Permit Number (2) Name and contact information of Permittee and consultant (3) Name of party responsible for conducting the monitoring and the date(s) the inspection was conducted (4) A summary paragraph defining the purpose for the approved project, acreage and type of aquatic resources impacted, and mitigation acreage and type of aquatic resources authorized to compensate for the aquatic impacts (5) Written description on the location and any identifiable information to locate the site perimeter(s) Packet Page -2727- n 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 6 of 13 (6) Directions to the mitigation site (from a major highway) (7) Dates compensatory mitigation commenced and /or was completed (8) Short statement on whether the performance standards are being met (9) Dates of any recent corrective or maintenance activities conducted since the previous report submission (10) Specific recommendations for any additional corrective or remedial actions. b. Requirements (1 page): List the monitoring requirements and performance standards, as specified in the approved mitigation plan and special conditions of this permit, and evaluate whether the compensatory mitigation project site is successfully achieving the approved performance standards or trending towards success. C. Summary Data (maximum of 4 pages): Data shall be provided to substantiate the success and /or potential challenges associated with the compensatory mitigation project. Any photo documentation shall be dated and clearly labeled with the direction from which the photo was taken, and be identified on the appropriate maps. d. Maps (maximum of 3 pages): Maps shall be provided to show the location of the compensatory mitigation site relative to other landscape features, habitat types, locations of photographic reference points, transects, sampling data points, and /or other features pertinent to the mitigation plan. e. Conclusions included describing mitigation project. a brief explanation actions proposed by be provided. (1 page): A general statement shall be the conditions of the compensatory If performance standards are not being met, of the difficulties and potential remedial the Permittee, including a timetable, shall Packet Page -2728- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 7 of 13 9. R was diation: If the compensatory mitigation fails to meet the performance standards 5 years after completion of the compensatory mitigation objectives, the compensatory mitigation will be deemed unsuccessful. Within 60 days of notification by the Corps that the compensatory mitigation is unsuccessful, the Permittee shall submit to the Corps an alternate compensatory mitigation proposal sufficient to create the functional lift required under the permit. The alternate compensatory mitigation proposal may be required to include additional mitigation to compensate for the temporal loss of wetland function associated with the unsuccessful compensatory mitigation activities. The Corps reserves the right to fully evaluate, amend, and approve or reject the alternate compensatory mitigation proposal. Within 120 days of Corps approval, the Permittee will complete the alternate compensatory mitigation proposal. 10. mitigation release: The Permittee's responsibility to complete the required compensatory mitigation, as set forth in the compensatory Mitigation Special Condition of this permit will not be considered fulfilled until mitigation success has been demonstrated and written verification has been provided by the Corps. A mitigation area which has been released will require no further monitoring or reporting by the Permittee; however the Permittee, Successors and subsequent Transferees remain perpetually responsible to ensure that the mitigation area(s) remain in a condition appropriate to offset the authorized impacts in accordance with General Condition 2 of this permit. 11. As- Builtz: Within 60 days of completion of the authorized work or at the expiration of the construction window of this permit, whichever occurs first, the Permittee shall submit as- built drawings of the authorized work and a completed As -Built Certification Form (Attachment 4) to the Corps. The drawings shall be signed and sealed by a registered professional engineer and include the following: a. A plan view drawing of the location of the authorized work footprint (as shown on the permit drawings) with an overlay of the work as constructed in the same scale as the attached permit drawings (8;i-inch by 11- inch) . The drawing should show all "earth disturbance," including wetland impacts, water management structures, and any on -site mitigation areas. Packet Page -2729- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 - 01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 8 of 13 b. List any deviations between the work authorized by this permit and the work as constructed. In the event that the completed work deviates, in any manner, from the authorized work, describe on the As -Built Certification Form the deviations between the work authorized by this permit and the work as constructed. Clearly indicate on the as -built drawings any deviations that have been listed. Please note that the depiction and /or description of any deviations on the drawings and /or As -Built Certification Form does not constitute approval of any deviations by the U.S. Army Corps of Engineers. c_ The Department of the Army Permit number. d. Include pre- and post - construction aerial photographs of the project site, if available. 12. Record Permit: The Permittee shall record this permit with the Clerk of the Circuit Court, Registrar of Deeds or other appropriate official charged with the responsibility of maintaining records of title to or interest in real property within the county of the authorized activity. Within 90 days from the effective date of this permit the Permittee shall provide a copy of the recorded permit to the Corps clearly showing a stamp from the appropriate official indicating the book and page at which the permit is recorded and the date of recording. 13. Fill Material: The Permittee shall use only clean fill material for this project. The fill material shall be free from items such as trash, debris, automotive parts, asphalt, construction materials, concrete block with exposed reinforcement bars, and soils contaminated with any toxic substance, in toxic amounts in accordance with Section 307 of the Clean Water Act. Further Information: 1. Congressional Authorities: You have been authorized to undertake the activity described above pursuant to: (X) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). Packet Page -2730- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 9 of 13 (X) Section 404 of the Clean Water Act (33 U.S.C. 1344). ( ) Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.C. 1413). 2. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, State, or local authorizations required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal projects. 3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. C. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the Packet Page -2731- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 10 of 13 public interest was made in reliance on the information you provided. 5. Reevaluation of Permit Decision: This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fail to comply with the terms and conditions of this permit. b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (see 4 above). C. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The. referenced enforcement procedures provide for the issuance of an administrative order requiring you comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. Extensions: General Condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps will normally give favorable consideration to a request for an extension of this time limit. Packet Page -2732- 9/24/2013 16.G.2. Packet Page -2733- 11-. Packet Page -2734- 9/24/2013 16.G.2. 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 11 of 13 Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit. (PERMITTE E XGC' 4 iue. re4:6(i " the-r "A 14- Cook (PERMITTEE NAME- PRINTED) (p -to- 09 (DATE) This permit becomes effective when the Federal official, designated to act for the Secretary of the Army, has signed below. O-r �-ML'�j ["U' (DISTRICT ENGI ER) Paul L. Grosskruger Colonel, U.S. Army District Commander Packet Page -2735- I10 J u,41 Q_ 2 {7 U G (DATE) 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 12 of 13 When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. (TRANSFEREE- SIGNATURE) (NAME - PRINTED) (ADDRESS) (DATE) (CITY, STATE, AND ZIP CODE) Packet Page -2736- 9/24/2013 16.G.2. PERMIT NUMBER: SAJ 1999 -01095 (IP -MJD) PERMITTEE: Collier County Airport Authority PAGE 13 of 13 Attachments to Department of the A=my Permit Number SAJ -1999 -1095 1. PERMIT DRAWINGS: seven (7) pages, dated 20 May 2008 2. WATER QUALITY CERTIFICATION: Specific Conditions of the water quality permit /certification in accordance with General Condition number 5 on page 2 of this DA permit. 3 pages. 3. Mitigation Procedures: Nine (9) pages 4. As -Built Certification: Two (2) pages n 1 Packet Page -2737- 9/24/2013 16.G.2. ATTACHMENT 1: Permit Drawings Pages 1 -7 of 7 Dated May 20, 2008 Packet Page -2738- 9/24/2013 16.G.2. i ! PROJECT LOCATION MAP PROJECT NAME: EVERGLADES AWARK 99HMA450 -1 SeEET: i OF 4 APPLICANT: COWER COUNTY AIRrWT AUTMORITY DRAWN BY: D.B. DATE. 01/22/04 REVISIONS: I SCALE: N.T.S. I Packet Page -2739- • 0 n� 9/24/2013 16.G.2. 41Y OF EVERGLADES VICINITY MAP SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 2 of 7 Packet Page -2740- LOCATION MAP 9/24/2013 16.G.2. • i ff IR PROJECT s ON if • •.�cs'�?s �'�^���.� "?'�,;i�.,k` � •fir,. - �l� 1 _ .. Q. :. ~1 +v!'.►r1jF4� iii" -. r' ' � } � . � +;.T °•'4 w' "�Jy �i c'T. r• °•�..a i ;4isr�•L Ik:. i� ;�'•.: � ,'i� .. 4, '• ' ,. .. r'. � ,° :+. ''�':i Vii;. '•t'c.�4� '. '��'i •�. t:�'•,, °: +�'• � � : . `ri �'� .. :.r�•� .. Zit o.•:: ST. iSall Unh _ Dommot A Q�yy� NOTE; �!S 35 URBAN LAND AGUENTB COMPLEX, ONQANIC SUBSTRATUM N0N+ry011IC CQILr. MA► SCANNED P"m NRCS + 40 DUBBIN AM WULFERT MUCKS, FREQUENTLY FLOODED NYDRIC COLDER COOK" SOIL SURKY. i SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 3 of 7 PASS AR.ELLA and ASSOCIATE'S INC FIGURE 2. SOILS MAP ConSUtti.ng Ecologists EVERGLADES AIRPARK DRAWN BY: D.0. DATE: 1/23/04 3 Packet Page -2741- 011 1 (0.T Act) LEGEND: COE WETLANDS 16.39 Ac.t) COE MATERS OF THE 11. IS AC, t) ZWKYED LINE 1<LUCPCS x11 COPES okBCRIFAO/a4 ACIPWAIMS TOTAL. 51A DfTCI AWALE 22AAt._ 11.0% 71W VANOtOYESWAMP. DISTURSED*m% ERaIcs) A01 A. IAYA AAI/E1 S►Lr*ATER AA nk DWTLOUM p 2m=ACSI IMAe_ •A. 70 SFOC 616ACt SA% Inv AIRFOIIT MM Ate: 771% TOTAL MS?An,e IOMD% NOtIM PLUICPC9 LINES ESTIMATED F #OM 1''207' AERIAL WTDORAPHS AND LOCATN)/AS APMXIMATED. FLUCPCS PER FLORIDA LAND USE. COYER AND FORMS CLASSIFICATION SYSTEM IFLtXFCS) (FOOT 1900 COE WITLAIO LINES SHOWM HAVE BUM FIELD VERIRED ST CHAD KONC"ON ON My 1, 1. WETLAND LINES NAYE BEEN SLRVEY LDCArED. WETLAND L01E WAS ADJUSTED PER SFWMD FERM9T NA. 0- 04375 -5 DATED OCTOSIFA E7, 1999. PROPERTr MJINIART AM WETLAND LINES DR PER HMA AWING No. MASTER DWC DATED AUGUST 22. 200.5. 9/24/2013 16.G.2. SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 4 of 7 � MI 06." AC.0 r� i �Nl SCALE: r . 300, m s Ar.D 6¢9Ef LAG, 12 AO. tJ # PROJECT NAME: EVERGLADES AIRPARK FLUCFCS AND WETLANDS MAP 99HMA450 -3 SHEET: 3 OF 4 APPLICANT: COLLIER COUNTY AIRPORT AUTHORITY DRAWN BY: J.I. DATE: 8129/05 REVISIONS: SCALE: I' =300' Packet Page -2742- M •7 rA O � Oq � � a ti A w p � �C 7: _..► N N C I I i t >U?3� n a n o V wo O 3� ,• rtN m tO�D S 0 C. 11.1 i ► ► ► r, 0 a • ►ip _� ►r c t ► • ► N f` ., ► ► as 1► r r ► t 1t ► t t f , ► 1 ► } ► {t ► ► ► Ik \► t - ►S t ' Qi .N ►% Q o�J SAJ -1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 5of7 Packet Page -2743- 9/24/2013 16.G.2. mri A- Ar. s) W)kA 0 • fLUQ =t< LEGEND. WETLANO MMSERYt t'NBEBNYE wphcr FRESUws I1pACr CIL h Ac. 4 », WETLAND IMPACT SA ACS (O.St ALA I f WATERS Of THE U.S. "rsmr r I I (5.11 AC.A) ty Ki OF THE U -S. IMPACT ®WATERS (0. 04 At 21 SWYEYED WETLAND LINE '- — PROPOSED PROJECT AREA 0 • fLUQ =t< WRTLARC WIFTLAND wA7!!IE w11TUs SSE.. t'NBEBNYE wphcr FRESUws I1pACr TOTAL », OSAACl 111 A . CAP Acs SA ACS limes AOf AC s - 10, Ae.i *Wei 01?A— oat A - ty Ki TOTAL %A]Aat Oat Ae.s 31-2 ads An: aaA AO.a NOTES: PLUCFCS UNES ESTIMATED FROM 1'•t00' AERIAL PHOTOORAPNS ANC LOCATIONS APPROIUMATED, PLUCKS PER FLORIDA LAND USE, COYER AND FORMS CLASSIFICATION SYSTEM (FLUCFCS) (FOOT 1999), COI! WETLAND LINES SHOWN NAve SEEN FIELD YEMEro BY CHAD AONICA6ON ON MAY L, No" WETLAND LIPS HAVE BEEN SURYEY LOCATED. WETLAND LINE WAS ACJUSTED PER SPWMD PERMIT N0. II. 01373.6 DATED OCTOBER 27, 1999. PROPERTY BOUNDARY. WETLAND LINES AND SITE FLAN PER LIMA DRAWING N0. MASTERMWG DATED AUGUST 22, zM 9/24/2013 16.G.2. J- 1999 -1095 (1P -MJD) srglades Airpark May, 2008 ge6of7 r/ / � •1 EK �` O.SS ACtI II, 1 1 I• , !1a ' �itde 10. IF Ac. 6 (0,20 A<t) Sts (6.66 Att)� v Sr Att: r 6at9El .St AC.:) 6Aj9E( O.S2 ew 0.02 AC- 0 Ac :) 612911 0.12 AC. 9) t PROJECT NAME: EVERGLADES AIRPARK WETLAND IMPACT MAP 99HMA450 -4 SHEET: 4 of 4 i AYPLICANT. COLDER COUNTY AIRPORT AUTHORITY DRAWN BY:.l.l. DATE: $ /29I05 REVISIONS: 3/26/04 SCALE: I' =500' Packet Page -2744- F .! 1 I 1 I, 1 I �I LEGEND: WETLAND P4>fBERVE (5.57 Ac.t) ® WETLAND IMPACT 1 I WATERS OF THE U.S. PRESERVE ( ( 1 (s.E Ac.:v ®WATERS OF THE U.S. IMPACT (0.04 Ac.*) SURVEYED WETLAND LINE — — PROPOSED PROJECT AREA P;.UOPLt wFrAPD WETLAND MATmu wATE1M CODE PpE9OIVE I6PAGT PgBBFiRVE MIPALT TOTAL 914 0.04 A..x 3.11 AC.. OA4 AC2 334Ae.2 0744 E1 3.07 A4.S 6At Aa* GME1 D.Tr Ac.x 0.02 Ac,s 1m Oa* TOTAL 8.17 Ac.: 0.52 A L: 3.11 All OAK Ana O.A4 A*,. NOTES: FUICFCS LINES ESTIMATED FROM I -Z00' AERIAL PNOTDGRAPNS AM LOCATIONS APPROXIMATED, FLUCFCS PER FLORIDA LAND DBE, CDVER AND FORM CLAMP (CATION SYSTEM (FLUCFCS) (FOOT 1999). COE WETLAND UNES SHOWN NAVE BEEN FIELD VERIFIED BY CHAD KONCK50N ON MAY 4, 1999 WETLAND LINES HAVE BEEN SUT/EY LOCATED. WETLAND LINE WAS ADJUSTED PER SFWMD PERMIT No. U -01376 -5 OATBO OCTOBER Z7. 1999, PROKRTY BOUNDARY, WETLAND LINES AND SITE PLAN PEN! HMA DRAWING Nc. MASTER-DWG DATED AUGUST Ye, YOm PROJECT NAME: EVERGLADES AIRPARK 9/24/2013 16.G.2. oc". P - 300 SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 7 of 7 06 At aw 6l.Y9E1 .5Y Ac.t) 6bt9E1 O.DY Act) 61L 0.02 Ac.2) W Ae.3) • 0.03 Att) 6�Y9EI 61ZAt. (0.06 Ac.*) (0.10 AC*) WETLAND IMPACT MAP 99HMA450 -4 APPLICANT: COLLIER COUNTY AIRPORT AUTHORITY DRAMfN Ave J.I. REV ims: 3 /Z6 /04 Packet Page -2745- SHEET: 4 of 4 DATE: 8129/05 SCALE: 1'300' 9/24/2013 16.G.2. ATTACHMENT 2: ENVIRONMENTAL RESOURCE PERMIT SFWMD Permit No. 11- 01375 -S approved April 21, 2009 23 Special Conditions 3 Pages Packet Page -2746- 9/24/2013 16.G.2. Application Ida.: 06%W13 Page 3 or 7 SPECIAL CONDITIONS I . The construction phase of this permit shat! expire on April 21, 2014, 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY AIRPORT AUTHORITY. 3. Discharge Facilities: Please see "Proposed Project" section of the staff report. 4. The permlttee shall be responslble for the correction of any erosion, shoaling or water quality problems that result from the construction or operation of the surface crater management system. 5. Measures shall be taken during construction to insure that sedimentation arx for turbidity violations do not occur in the receiving water. s. The District reserves the right to require that additional water quality treatment methods be incorporated into the drainage system If such measures are shown to be necessary. 7. Facilities other than those stated herein shall not be constructed without an approved modification of this permit. 8. A stable, permanent and accessible elevation reference shag be established on or within one hundred 0 00) feet of all permitted discharge structures no later than the subrnisslon of the certification report. The location of the elevation reference must be noted on or with the. certification report. 9• The permittee shalt provide routine maintenance of all of the components of the surface water management system in order to remove all trapped sedliments/debris. All materials shag be property disposed of as required by law. Failure to properly maintain the system may result in adverse flooding conditions. 10. This permit Is issued based on the applicant's submitted information which reasonably demonstrates that adverse water resource related impacts will not be caused by the completed permit activity. Should any adverse Impacts caused by the completed surface water management system occur, the DisMci will require the permittee to provide appropriate mitigation to the District or other impacted party. The District n will require the permittee to modify the surface water management system, If necessary, to elimtnete the cause of the adverse impacts. 11 • The perrnittee acknowledges, that pursuant to Rule 40E- 4.101(2), FA.C_, a notice of Environmental Resource or Surface Water Management Permit may be recorded in the county public records. Pursuant to the specific language of the rule, this notice shall not be considered an encumbrance upon the property. 12. The permittee shall utilize the criteria contained In the Construction Pollution Prevention Pian (Exhibit 4.0) and on the applicable approved construction drawings for the duration of the projects construction activities. 13. The permit shall utilize the criteria contained in the Urban Stormwater Management Plan (Exhibit 5.0) for post construction activities. 14• The exhibits and special condlitions in this permit apply only to this application. They do not supersede or delete any requirements for other applications covered in Permit No. 11 -01375 -8 unless otherwise specified herein. 15. Endangered species, threatened species and /or spades of special concern have been observed onsde and /or the project contains suitable habitat for these species. It shall be the peradnee's responsibility to coordinate with the Florida Fish and Wildlife Conservation Commission and/or the U.S. Fish and Wildlife Service for appropriate guidance, recommendations and/or necessary permits to avoid Impacts to listed species. 1 -- Packet Page -2747- 9/24/2013 16.G.2. Application No.; 061219 -13 Pass 6 of 7 SPECIAL CONDITIONS 16. Prior to the commencement of construction, the permktee shall conduct a pre- construction meeting with field representatives, contractors and District staff. The purpose of the meeting will be to discuss construction methods and sequencing, Including [type and location of turbidity and erosion controls to be implemented during construction, mobilization and staging of contractor equipment, phasing of construction, methods of vegetation clearing, construction dewatering If required, ownership documentation for eminent domain authority, coordination with other entitles on adjacent construction Projects, wetiand/buffer protection methods, endangered species protecUon] with the permittee and contractors. The permittee shaft contact District Environmental Resource Compliance staff from the Lower West Coast Service Center at 239.338 -2929 to schedule the pre- constructon meeting. 17. Prior to the commencement of construction, the perimeter of protected welland/buffer zones/upland preservation areasloonservation areas shall be staked and sift fenced to prevent encroachment Into the protected areas. Lhd% Global Positioning System (GPS) technology, the perimeter of the preserve area(s) shall be identified for future reference. The data shall be dffferentiaily corrected and accurate to less than a meter ( +/- one mater or better). Electronic copWs'of the GPS data shall be provided to the District's Environmental Resource Compliance staff. The permittee shall notify the District's Environmental Resource Compliance staff in writing upon completion of staldng /sift fencing and schedule an Inspection of this work. The staking and silt fencing shaft be subject to District staff approval. The permittee shall modify the staking and sift fencing if District staff determines that it is Insufficient or is not in conformance with the intent of this permit. Staking and sih fencing shall remain in place until ail adjacent construction activities are complete. 18. A mitigation program for Everglades Alrperk shall be Implemented in accordance with Exhibit No. 3.3 -3.4. The permittee (Collier County Airport Authority) shall enhance and 34.72 acres of wetlands and 1.93 acres of uplands. The applicant (Collier County Airport A lthority) is responsible for 5 -years of maintenance end. monitoring or until success criteria have been met, Rookery Say NERR will be responsible for the long term managment of the mitigation area. 19. The District reserves the right to require remedial measures to be taken by the permittee if monitoring or other information demonstrates that adverse Impacts to onsite or offalts wetlands, upland conservation areas or buffers, or other surface waters have occurred due to project related activities. 20. A monitoring program shall be implemented In accordence with Exhibit No. 3.3 -3.4. The monitoring program shall extend for a period of 5 years with annual reports submitted to District staff. At the end of the first monitoring period the mitigation area shall contain an 80% survival of planted vegetation. The 80% survival rate shall be maintained throughout the remainder of the monitoring program, wRh replanting as necessary. If native wetland, transitional, and upland species do not achieve an 80% coverage within the initial two years of the monitoring program, native species shall be planted in accordance with the maintenance program. At the end of the 5 year monitoring program the entire mitigation area shall contain an 80% survival of planted vegetation and an 80% coverage of desirable obligate and facultative wetland species. 21. A maintenance program shall be implemented in accordance with Exhibit No. 3.3 -3.5 for the enhanced wetland /upland areas on a regular basis to ensure the integrity and viability of those areas as permitted. Maintenance shall be conducted In perpetuity to ensure that the conservation areas are maintained free from Category 1 exotic vegetation (as defined by the Florida Exotic Pest Plant Council at the time of permit Issuance) immediately following a maintenance activity. Maintenance in perpetuity shall also insure that conservation areas, including buffers, maintain the species and coverage of native, desirable vegetation specified in the permit. Coverage of exotic and nuisance plant spades shall not exceed 5% of total cover between maintenance activities. In addition, the permittee shall manage the conservation areas such that exoticlnuisence plant species do not dominate any one section of those areas. 22. Y Packet Page -2748- 9/24/2013 16.G.2. Applicallon No.; 051219 -13 Page 7 of 7 SPECIAL CONDITIONS Activitles assodated with the Implementation of the mitigation, monitoring and maintenance plans) shop be completed in accordance with the wort[ schedule alleeW as Exhibit No. 3.5. Any deviation from these time frames will require prior approval from the District's Environmental Resource Compliance staff. Such requests must be made In writing and shall include (1) reason for the charge, (2) proposed startflinish andlor compfellon dates; and (3) progress report on the status or the project development or mitigation effort. 23. The permittee (Collier County Airport Authority) shall be responsible for the successful completion of ft mitigation work, Including the monitoring and maintenance of the mitigation areas for the duration of the plan.. The long term maintenance of the mitigation area shall not be turned over to Rookery Bay Nado" Estuarine Research Reserve until the mitigation work is accomplished as permitted and District Environmental Resource Compliance staff has concurred, Packet Page -2749- 9/24/2013 16.G.2. ATTACHMENT C: Mitigation, Maintenance & Monitoring Plan Off -Site Pages 1 -9 of 9 Packet Page -2750- 9/24/2013 16.G.2. 0 i EVERGLADES AIRPARK PARALLEL TAXIWAY SOUTH ROOKERY BAY NATIONAL ESTUARINE RESEARCH RESERVE MITIGATION SITE WETLAND MITIGATION /MONITORING / MAINTENANCE PLAN COE PERMIT APPLICATION NO. SAJ- 1999 -1095 (IP -MJD) February 13,2008 INTRODUCTION The following outlines the wetland mitigation, monitoring, and maintenance plan for the 44.50E acre mitigation site located along on the west side of Barefoot Williams Road in Sections 5, 6, 7, and 8; Township 51 South; Range 26 East, Collier County (Figure 1). The expansion of the Everglades Airpark Parallel Taxiway South will result in unavoidable wetland impacts to U.S. Army Corps of Engineers (Cop jurisdictional wetlands. In order to offset these impacts, it is proposed to restore and enhance saltwater marsh wetlands located within the Rookery Bay National Estuarine Research Reserve (RBNERR). This mitigation plan includes 34.72+ acres of wetland enhancement, 1.93+ acres of upland enhancement, and 7.85± acres of "other surface waters" preserve. Mitigation plans are provided as Figures 2 and 3. The initial mitigation enhancement activities will be completed prior to wetland impacts occurring at Everglades Airpark. Upland Habitats Pine Flatwoods Disturbed (0 — 24% Exotics) (FLUCI~CS Code 4119 El) The canopy vegetation contains slash pine (Pinus elliotth) with melaleuca (Melaleuca guinquenervia). The sub - canopy includes cabbage palm (Sabal palmetto), myrsine (Rapanea Punctata), wax myrtle (Myrica cerifera), and Brazilian pepper (Schinus terebinthifolius). The ground cover includes Brazilian pepper, saw palmetto (Serena repens), grapevine (Vitis rotundifolia), poison ivy (Toxicodendron radicans), and caesarweed (Urena lobata). Wetland Habitats Lakes (FLUCFCS Code 520) These areas include extensive inland water bodies, excluding reservoirs. Mangrove Swamps. Disturbed (25 -490/o ExoticsZ(FLUCFCS Code 6129 E2) The canopy contains red mangrove (Rhizophora mangle). The sub - canopy contains red mangrove, white mangrove (Laguncularia racemosa), saltgrass (Baccharis halimifolia), sawgrass (Cladium jamaicense), leather fern (Acrostichum danaerfoltum), wax myrtle, Brazilian pepper, and cattail (Typha sp.). The ground cover is open. The area also includes 25 to 49 percent exotics in the sub - canopy. Passarella & Associates, lnc. #99HMA450 0203/08 SAJ- 1999-1095 ([P-MJD) Everglades Airpark 20 May, 2008 Page 1 of 9 Packet Page -2751- 1 of 6 9/24/2013 16.G.2. i • Wetland Shrub, Disturbed (25 — 49% Exotics) (FLUCFCS Code 6319 E2) The canopy is open. The sub - canopy contains white mangrove, wax myrtle, Brazilian pepper, leather fern, umbrellasedge (Fuirena sp.), and spikerush (Eleocaris sp.). The ground cover is open. Saltwater Marshes. Disturbed (0 — 24% Exotics) (FLUCFCS Code 6429 E1) The canopy is open. The sub-canopy contains scattered wax myrtle and Brazilian pepper. Ground cover includes spikerush, saltgrass, leather fern, umbrellasedge, and cattail. Disturbed Land. Hvdric (FLUCFCS Code 7401) This area is disturbed land. The canopy is open. The sub - canopy is open. The ground cover contains saltgrass, cattail, spikerush, and umbreliasedge. MITIGATION PLAN Exotic Removal and Nuisance Vegetation Removal The mitigation plan for the RBNERR site includes enhancing 34.72± acres of wetlands and 1.93± acres of upland preserves by hand removal of exotics and nuisance vegetation. The enhancement will include the removal of exotic and nuisance vegetation from wetland and upland preserves. The exotics to be eradicated include those listed by the Florida Exotic Pest Plant Council (EPPC), which include, but are not limited to, melaleuca, Brazilian pepper, Australian pine (Casuarina equisetifolia), downy rose- myrtle (Nwdomyrtus tomentosa), primrose willow (Ludwigia peruvimm), Old World climbing fern (Lygo&um microphyllum), and cattail. The hand removal of exotic and nuisance vegetation will include one or more of the following methods: (1) cut exotics within 12 inches of ground elevation, hand remove cut vegetation, and treat remaining stump with approved herbicide; (2) girdle standing melaleuca and Australian pine with diameter at breast height (DBH) greater than four inches and apply approved herbicide to cambium; (3) foliar application of approved herbicide to melaleuca (saplings only), Brazilian pepper, Australian pine, downy rose myrtle, and nuisance and exotic vegetation as defined by EPPC; and (4) foliar application of approved herbicide or hand pulling of exotic seedlings and nuisance vegetation as defined by the EPPC. Overspray precautions will be taken to protect nearby native vegetation. In areas where the density of melaleuca trees exceeds 50 percent, cuttings will either be removed from the site or stacked in piles at approximately 75 foot intervals. If Ieft on the site, smaller cuttings will be stacked butt end to the ground into a nearly vertical position (i.e., teepee method). Larger cuttings will be cut and stacked side by side into an area approximately six feet on a side. Cuttings will be stacked perpendicular to the previous layer up to a height of approximately four feel (i.e., log cabin method). Cuttings will be stacked in upland areas or in areas where the most disturbance has occurred. Passarella & Assoclatea, Inc. t#99HMA450 02/13/08 SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 2 of 9 Packet Page -2752- 2 of 6 i MITIGATION SUCCESS CRITERIA 9/24/2013 16.G.2. The mitigation areas shall be considered successful if at the end of five years the wetland enhancement areas contain at least 80 percent cover by desirable obligate and facultative wetland plant species. The wetland and upland areas shall be free from exotic and nuisance vegetation immediately following a maintenance activity and will consist of no more than three percent cover for exotics and nuisance species. Exotic and nuisance vegetation species are identified as those species listed by the EPPC at the time of permit issuance. MONITORING Monitoring Methodology The proposed monitoring of the enhanced and restored wetlands and uplands will consist of baseline, time -zero, and annual monitoring of vegetation, wildlife, rainfall, and wetland water levels. Baseline monitoring will document conditions in the project site as they currently exist. 7"une-zero monitoring will document conditions immediately following wetland and upland enhancement and restoration. The annual reports will document conditions following enhancement and restoration activities and document the extent of success of the project. If needed, the annual reports will identify specific actions to be taken to improve the conditions within the project area. Sampling transacts and methodology for the baseline, time -zero, and annual reports will utilize identical methods of data collection from identical sampling stations. Vegetation Monitoring Wetland vegetation will be monitored prior to and following enhancement and restoration activities. At least one monitoring transect will be established in each of the main wetland habitats. Sampling in wetland areas will involve canopy, sub - canopy, and ground cover stratum along monitoring transects established within the enhancement areas. Canopy and sub- canopy vegetation species will be monitored within 20 x 50 foot plots established along the monitoring transects. Species richness and visual estimate of percent cover will be calculated for canopy and sub - canopy stratum. To facilitate an intensive, accurate, and repeatable sampling program, the point frame method (Bonham 1989) will be utilized for the ground cover strata, Point flames will be sampled at approximately 25 foot intervals along each monitoring transect. Each point frame consists of a one meter square wire grid with 25 cross points. Any plant species directly below a cross point will be recorded, including bare ground. Each cross point represents four percent of the square meter. Water depths will also be recorded at each sampling station. For each sampling station, identified species will be listed and percent cover computed and discussed. Passarelia & Associates, Inc. #"HMA450 02/13/08 SAJ -1999 -1095 (IP -MJD) Everglades Airpark 20 May, 2008 Page 3 of 9 Packet Page -2753- 3 of 6 0 Wildlife Monitoring Regular observations of wildlife will be made during th e ecologists. Observations will consist of recording evidence sightings, vocalizations, burrows, nests, tracks, droppings, etc.), Photographic Documentation 9/24/2013 16.G.2. monitoring event by qualified and sign of wildlife (i.e., direct Permanent fixed -point photograph stations will be established in the monitored areas providing physical documentation of the condition and appearance of an area, as well as any changes taking place within it Monitoring photographs will accompany vegetation data in each report Locations of photograph stations will remain the same throughout the duration of the monitoring program. MONITORING REPORTS The permittee will submit annual monitoring reports to the COE documenting the success of the mitigation program and general condition of the RBNERR mitigation areas. Within 60 days of permit issuance, the baseline monitoring for the mitigation areas will be submitted to the COE. The time -zero monitoring report will be submitted within 60 days of completion of the mitigation activities. Annual monitoring reports will be prepared for a period of five years and Will include the following information: + Brief description of mitigation and maintenance work performed since the previous report along with a discussion of any modifications to the mitigation or maintenance program. • Brief description of anticipated mitigation and maintenance work to be conducted over the next year. • Results of quantitative vegetation monitoring conducted in the enhanced and restored wetlands and uplands. A list of observed wildlife species. • Monitoring photographs taken at photograph stations within the enhanced and restored wetlands and uplands. • Available local rainfall data. MAINTENANCE AND LONGTERM MANAGEMENT Following the completion of the initial exotic removal effort, semi - annual inspections of the mitigation site will occur for the first two years. During these inspections, the enhancement and restoration areas will be traversed by qualified ecologists. Locations of nuisance and/or exotic species will be identified for immediate treatment with an appropriate herbicide. Any additional potential problems will also be noted and corrective actions taken. Once exotic/nuisance species Passarella & Associates, Inc. #99HMA450 02 /13108 SAJ- 1999 -1095 (1P -MJD) Everglades Xrpark 20 May, 2008 PanpdnfQ Packet Page -2754- 4of6 • 9/24/2013 16.G.2. levels have been reduced to acceptable limits (i.e., less than three percent cover), inspections of the mitigation areas will be conducted annually. Maintenance will be conducted in perpetuity to ensure that the enhanced wetlands and uplands are free of exotic vegetation (as currendy defined by the EPPC) immediately following maintenance and that exotic and nuisance species will constitute no more than three percent of total combined cover. Additionally, vegetative coverage of exotic/nuisance species shall not exceed 20 percent of any 0,5:L acre area at anytime. Passarells & Associates, inc. #991MA450 02113/08 SAJ- 1999 -1095 (iP -MJD) Everglades Airpark 20 May, 2008 Page 5 of 9 Packet Page -2755- 5 of b REFERENCES 11 9/24/2013 16.G.2. Bonham, C.D. 1989. Measurements for Terrestrial Vegetation. John W-iley and Sons, New York, New York. Passarelia & Associates, Inc, #99HMA450 02/13/08 SAJ- 1999 -1095 ({P -MJD) Everglades Airpark 20 May; 2008 Page 6 of 9 Packet Page -2756- 6 of 6 i Ile] 400/0 I L �s 10 f i \—.) 9/24/2013 16.G.2. h °a n� o " v. i J a c �z_ 2 �4 wm g4 r Ga' i u�aO LLuIQ� jE S3 3gr� I d b N 9 9 X110 O 41 i; N it 41 M Q < 4 < 6 H w U 0 W W W N N p h W W 0 m jwF r N O rE) x 4 m W y W ❑ ;tea m " U)W17�� m 0 W� 0 �-Tl z C /F V �yy F- Ls- za C) C4 00 ca �U w 3w I i o r a iO 'C i 1 lu i OIQ Z i e + e O Q ♦ i �� I i i i a i i Na UJ Q g i i i a W y le.l i i i i M r 1 a a a i a a i i a a ♦ a a i a a a i a i a i i i i i i i i a i i i i• � a i + i _ i' i• i a a d Y C m � a O Q f/i s � Ill o v Q SAJ -1999 -1095 (lP -MJD) Everglades Airpark 20 May, 2008 Page 8of9 <(z) Packet Page -2758- 9/24/2013 16.G.2. h °a n� o " v. i J a c �z_ 2 �4 wm g4 r Ga' i u�aO LLuIQ� jE S3 3gr� I d b N 9 9 X110 O 41 i; N it 41 M Q < 4 < 6 H w U 0 W W W N N p h W W 0 m jwF r N O rE) x 4 m W y W ❑ ;tea m " U)W17�� m 0 W� 0 �-Tl z C /F V �yy F- Ls- za C) C4 00 ca �U w 3w 9/24/2013 16.G.2. + • + i i + i i + f n) } a + + + a } + ui cn + a } W — O� Q � J L) Ce u1 LU SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May. 2008 Page 9 of 9 T H C W m ei N =i z = D z Z N ° p MI W e "I u � + • ® N Packet Page -2759- N ACC W +1 N +'. +1 !1 Q K Q Q< d QQ m S c t� p lV � n h y U yy Sd U O U X O O YI O ,w CD, m 7WWm �-pHp �� Os jDF 05 0 W s v 3ie�a pC W V } N z � p~ LL O = < �o_ d 4 d u u O wowI`gc Z u L�lj m H N 3 0 Lk X p �y `y` oW1 �QZ i �i` w ') U) OR F 1► 5 '�^ a a 0 W 0 p CC� rG C 5L rO V 2 Q F 0 N o o i i i i i i i i a a a i i i i i «• + + + + i i a + + i i i i i + i + + + + i i '► i iow i ng a h N + W n n •Db N d °a4 c c + + + 3 3 + + + } n N d °$ a a a a N } a a n n } i i i + + + + Q � J L) Ce u1 LU SAJ- 1999 -1095 (IP -MJD) Everglades Airpark 20 May. 2008 Page 9 of 9 T H C W m ei N =i z = D z Z N ° p MI W e "I u � + • ® N Packet Page -2759- N ACC W +1 N +'. +1 !1 Q K Q Q< d QQ m S c t� p lV � n h y U yy Sd U O U X O O YI O ,w CD, m 7WWm �-pHp �� Os jDF 05 0 W s v 3ie�a pC W V } N z � p~ LL O = < �o_ d 4 d u u O wowI`gc Z u L�lj m H N 3 0 Lk X p �y `y` oW1 �QZ i �i` w ') U) OR F 1► 5 '�^ a a 0 W 0 p CC� rG C 5L rO V 2 Q F w ') U) OR F 1► 5 '�^ a a 0 W 0 p CC� rG C 5L rO V 2 Q F 9/24/2013 16.G.2. Attachment D As Built Certification 2 Pages Packet Page -2760- 9/24/2013 16.G.2. AS -BUILT CERTIFICATION BY PROFESSIONAL ENGINEER Submit this form and one set of as built engineering drawings to the U.S. A=ry Corps of Engineers, Enforcement Branch, Post Office Box 4970, Jacksonville, Florida 32232 -0019. If you have questions regardtngr this requirement, please contact the Enforcement Branch at 904- 232 -2907. 1. Department of the Army Permit Number: 2. Permittee information: Name Address 3. Project Site Identification: Physical location /address 4. As -Built Certification: I hereby certify that the authorized work, including any mitigation required by Special Conditions to the permit, has been accomplished in accordance with the Department of the Army permit with any deviations noted below. This determination is based upon on -site observation, scheduled and conducted by me or by a project representative under my direct supervision. I have enclosed one set of as -built engineering drawings. Signature of Engineer (FL, PR or VI) Reg. Number (Affix Seal) Date Name (Please type) Company Name Address City State ZIP Telephone Number Packet Page -2761- 9/24/2013 16.G.2. -2- Deviations from the approved permit drawings and special conditions: (attach additional pages if necessary) Packet Page -2762- 9/24/2013 16.G.2. APPROVED JURISDICTIONAL DETERMINATION FORM U.S. Army Corps of Engineers This form should be completed by following the instructions provided in Section IV of the JD Forth Instructional Guidebook. SECTION I: BACKGROUND-IN—FORNAMON A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION (JD): 07IM006 B. DISTRICT OFFICE, FILE NAME, AND NUMBER:CESAJ- RD -SF, Everglades Airpark„ SAJ 194941095 (IP -MJD) C. PROJECT LOCATION AND BACKGROUND INFORMATION: State:Florida County /parish/borough: Collier City: Everglades City Center coordinates of site (latAGng in degree decimal format): Lat. 25.5045 °Iii, Long, 81.2316 Universal Transverse Mercator: 17U Name of nearest waterbody: Barron River Name of nearest Traditional Navigable Water (TNW) into which the aquatic resource flows: Chokoloskee Bay Name of watershed or Hydrologic Unit Code (HUC): 3090204 Check if map /diagram of review area and/or potential jurisdictional areas is/are available upon request. ® Check if other sites (e.g., offsite mitigation sites, disposal sites, etc...) are associated with this action and are recorded on a diRerent JD form. D. REVIEW PERFORMED FOR SITE EVALUATION (CHECK ALL THAT APPLY): Office (Desk) Determination. Date: 04.P'2212008 ® Field Determination. Date(s): 08103/2006 SECTION Ii: SUMMARY OF FINDINGS A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There Are `navigable waters oflhe U.S" within Rivers and Harbors Act (RHA) jurisdiction (as defined by 33 CFR part 329) in the review area. [Required[ Waters subject to the ebb and flow of the tide. Waters are presently used, or have been used in the past, or may be susceptible for use to transport interstate or foreign commerce. Explain: Waters of the Barron River acs used by commercial fishing vessels to based in Everglades City. Airboat operators use the river and adjacent mangrove wetlands/ marshes for their ecotour operations. These commerical activities provide services to visitors from many states and countries and still support interstate and foreign commerce. B. CWA SECTION 404 DETERMINATION OF JURISDICTION. There Are "waters ofrhe U.S" within Clean Water Act (CWA) jurisdiction (as defined by 33 CFR pan 328) in the review area. [Required] I. Waters ofthe U.S. IL Indicate presence of waters of U.S, in review area (check all that apply): ® TNWs, including territorial seas Wetlands adjacent to TNWs 0 Relatively permanent waters= (RPWs) that flow directly or indirectly into TNWs Non -RPWs that Row directly or indirectly into TNWs Wetlands directly abutting RPWs that now directly or indirectly into TNWs Wetlands adjacent to but not directly abutting RPWs that Flow directly or indirectly into TNWs D Wetlands adjacent to non -RPWs that flow directly or indirectly into TNWs (] Impoundments ofjurisdictional waters Isolated (interstate or intrastate)'waters, including isolated wetlands b. Identify (estimate) size of waters of the U.S. in the review area: Non - wetland waters: linear feet: width (ft) and/or acres. Wetlands: 6.5 acres. c. Limits (boundaries) of jurisdiction based on: Elevation of established OHWM (if known): iattDdq.ilketlltil Non - regulated waters/wetlands (check if applicable): 0 Potentially jurisdictional waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. Explain: B"c3 checked below shall be supported by completing the appropriate sections in Section I II bebw. For purposes of this form, an RPW (e.g., typically 3 months). is defined as a tributary that is ant a TNW and that typically flows year -round or has contirwous flow at least -seasonally. ' Supporting documentation is presented in Section 1II.F. W7 7 1 .._ __.. . Packet Page -2763- 9/24/2013 16.G.2. APPROVED JURISDICTIONAL DETERMINATION FORM U.S. Army Corps of Engineers This form should be completed by following the instructions provided in Section IV of the JD Form Instructional Guidebook. SECTION 1: BACKGROUND INFORMATION A. REPORT COMPLETION DATE FOR APPROVED JURISDICTIONAL DETERMINATION (JD): 07/06/2006 B. DISTRICT OFFICE, FILE NAME, AND NUMBER:CESAJ- RD-SF, Everglades Airpark, SAJ 1999 -01095 (IP -MJD) C. PROJECT LOCATION AND BACKGROUND INFORMATION: State:Florida County /parisitftrough: Collier City: Everglades City Center coordinates of site (lat/long in degree decimal format): Lat 25.3045 ° , Long. 81.2316 ° W.. Universal Transverse Mercator: 17U Name of nearest waterbody: Barron River Name of nearest Traditional Navigable Water (TNW) into which the aquatic resource flows: Chakoloskee Bay Name of watershed or Hydrologic Unit Code (HUC): 3090204 0 Check if map /diagram of review area and/or potential jurisdictional areas is/am available upon request. IR Check if other sites (e.g., ofishe mitigation sites, disposal sites, etc...) are associated with this action and are recorded on different JD form. D. REVIEW PERFORMED FOR SITE EVALUATION (CHECK ALL THAT APPLY): Z Office ( Desk) Determination. Date: 04/2212008 ® Field Determination. Datc(s): 08/032006 SECTION 11: SUMMARY OF FINDINGS A. RHA SECTION 10 DETERMINATION OF JURISDICTION. There Are "navigable waters of the U.S" within Rivers and Harbors Act (RHA) jurisdiction (as defined by 33 CFR part 329) in the review area. (Required) ® Waters subject to the ebb and flow of the tide. ® Waters are presently used, or have been used in the past, or may be susceptible for use to transport interstate or foreign commerce. ^ Explain: Waters of the Barron River are used by commercial fishing vessels to based in Everglades City. Airboat operators use the river and adjacent mangrove wetlands/ marshes for their ecotour operations. These commerical activities provide services to visitors from many states and countries and still support interstate and foreign commerce. B. CWA SECTION 104 DETERMINATION OF JURISDICTION. There Are "waters of the U.S." within Clean Water Act (CWA) jurisdiction (as defined by 33 CFR part 328) in the review area. [Required] 1. Waters of the U.S. a. Indicate presence of waters of U.S. in review area (check nit that apply): TNWs, including territorial seas Wetlands adjacent to TNWs Relatively permanent waters (RPWs) that flow directly or indirectly into TNWs 0 Non -RPWs that flow directly or indirectly into TNWs Wetlands directly abutting RPWs that flow directly or indirectly into TNWs [i Wetlands adjacent to but not directly abutting RPWs that flow directly or indirectly into TNWs Q Wetlands adjacent to non -RPWs that flow directly or indirectly into TNWs Q Impoundments of jurisdictional waters Q Isolated (interstate or intrastate) waters, including isolated wetlands Identify (estimate) size of waters of the U.S. in the review area: Non - wetland waters: linear feet: width (ft) and/or acres. Wetlands: 6.5 acres. Limits (boundaries) of jurisdiction based on: 1997H.elivatClon',itln"um Elevation of established OHWM (if known): 2. Non - regulated waterslwetlaads (check if applicable):3 ❑ Potentially jurisdictional waters and/or wetlands were assessed within the review area and determined to be not jurisdictional. Explain: 'Boxes checked below shall be supported by completing the appropriate sections in Section Ill below. ' For purposes of this form, an RPW is defined as a tributary "is not a TNW and that typically flows Year -mood or has continuous stow at least "seasonally" (e.g_, typically 3 months). 'Supporting documentation is presented in Section I11.17. Packet Page -2764- 9/24/2013 16.G.2. SECTION III: CWA ANALYSIS A. TNWs AND WETLANDS ADJACENT TO TNW& The agencies wM assert jurisdiction over TNWs and wetlands adjacent to TNWs. if the aquatic resource is a TNW, complete Section III.A.1 and Section III.D.1. only; If the aquatic resource is a wetland adjacent to a TNW, complete Sections III.A.1 and 2 and Section III.D.I.; otherwise, see Satan HLB below. 1. TNW Identify TNW: Barron River and Chokoloskee Bay. Summarize rationale supporting determination: The Barron River is a tidal river that supports commercial, recreational and private fishing vessels and ecotourism (airboat tours and canoe/kayak tours). The diurnal tide is documented by gage stations. There are commercial marinas and boat ramps located along the river as well as numerous private boat docks. Airboats navigate from Chokaloskee Bay all the way north to U.S, 41 to pick up passengers for their tours. . 2. Wetland adjacent to TNW Summarize rationale supporting conclusion that wetland is " adjacent ": The mangrove and saltmarsh wetlands arc contiuous to the open waters of Chokoloskee Bay. There are not berms or hardened shorelines to limit the diurnal tides from freely exchanging water with mangroves for miles up and down the shoreline. The system is dotted with abandoned mosquito ditches but is otherwise very natural and contiguous. The mangrove and coastal wetland systmes extends for miles to the east and north and miles inland to meet the Everglades.. B. CHARACTERISTICS OF TRIBUTARY (THAT IS NOT A TNW) AND ITS ADJACENT WETLANDS (IF ANY): This section summarizes information regarding characteristics of the tributary and its adjacent wetlands, if any, and it helps determine whether or not the standards for jurisdiction established under Rapwaos have been met The agencies will assert jurisdiction ovtr non- navigable tributaries of TNWs where the tributaries are "relatively permanent waters" (RPWs), i.e. tributaries that typically flow year -round or have continuous flow at least seasonally (e.g., typically 3 months). A wetland that directly abuts an RPW is also jurisdictional. If the aquatic resource is not a TNW, but has year -round (perennial) flow, skip to Section III.D.2. If the aquatic resource is a wetland directly abutting a tributary with perennial flow, skip to Section III.D.4. 10—\ A wedand that is adjacent to but that does not directly abut an RPW requires a significant nexus evaluation. Corps districts and EPA regions will include in the record any available information that documents the existence of a significant nexus between a relatively permanent tributary that is not perennial (and its adjacent wetlands if any) nod a traditional navigable water, even though a significant nexus finding is not required as a matter of law. If the waterbody' is not an RPW, or a wetland directly abutting on RPW, a JD will require additional data to determine if the waterbody has a significant nexus with a TNW. If the tributary bas adjacent wetlands, the significant nexus evaluation must consider the tributary in combination with all of its adjacent wetlands. This significant nexus evaluation that combines, for analytical purposes, the tributary and all of its adjacent wetlands is used whether the review area identified in the JD request is the tributary, or its adjacent wetlands, or both. If the ID covers a tributary with adjacent wetlands, complete Section III.B.1 for the tributary, Section III.B.2 for any onsite wetlands, and Section III.B3 for all wetlands adjacent to that tributary, both onsite and offsite. The determination whether a significant nexus exists Is determined in Section III.0 below. 1. Characteristics of non -TNWs that flow directly or indirectly into TNW (t) General Area Conditions: Watershed size: pick'Uk Drainage area: 'PI L•49 Average annual rainfall: inches Average annual snowfall: inches (Ii) Physical Characteristics: (a) Relationshin with TNW: ❑ Tributary flows directly into TNW. ❑ Tributary flows through PukIast tributaries before entering TNW. Project waters are Pki'lairt river miles from TNW. Project waters are 11<uiileI;Set river miles from RPW. Project waters are Pkjirt aerial (straight) miles from TNW. ' Note that the Instructional Guidebook contains additional information regarding swales, ditches, washes, and erosional features generally and in the arid West. Packet Page -2765- 9/24/2013 16.G.2. Project waters are ?k-kItkii aerial (straight) miles from RPW. Project waters cross or serve as state boundaries. Explain: Identity flow route to TNV : Tributary stream order, if known: (b) General Tributary Characteristics (check all that applvI: Tributary is: ❑ Natural ❑ Artificial (man - made). Explain: []Manipulated (man- altcrcd). Explain: Tributary properties with respect to top of bank (estimate): Average width: feet Average depth: feet Average side slopes: TI!l4AiPoit. Prim tributary substrate composition (check all that apply): j Silts ❑ Sands ❑ Concrete ❑ Cobbles ❑ Gravel ❑ Muck ❑ Bedrock ❑ vegetation, Type/° /a cover: ❑ Other. Explain: Tributary condition /stability [e.g., highly eroding, sloughing banks]. Explain: Presence ofrun/riffle/pool complcxes. Explain: Tributary geometry: ri MLlst Tributary gradient (approximate average slope): % (c) low: I ributary provides for: P%i(:T�iR Estimate average number of flow events in review area(year. fjO Dist Describe flow regime: Other information on duration and volume: Surface Flow is: Ack st. Characteristics: Subsurface flow: 0ieh °i st Explain findings: ❑ Dye (or other) test performed: Tributary has (check all that apply): ❑ Bed and banks ❑ OHWM6 (check all indicators that apply): ❑ clear, natural line impressed on the bank ❑ ❑ changes in the character of soil ❑ ❑ shelving ❑ ❑ vegetation matted down, bent, or absent ❑ ❑ leaf litter disturbed or washed away ❑ ❑ sediment deposition ❑ ❑ water staining ❑ ❑ other (list): ❑ Discontinuous OHWM.7 Explain: the presence of litter and debris destruction of terrestrial vegetation the presence of wrack line sediment sorting scour multiple observed or predicted flow events abrupt change in plant community If factors other than the OHWM were used to determine lateral extent of CWA jurisdiction (check all that apply): ❑ High Tide Line indicated by: E] Mean High Water Mark indicated by: ❑ oil or scum line along shore objects ❑ survey to available datum; ❑ fine shell or debris deposits (foreshore) ❑ physical markings; ❑ physical markings/characteristics ❑ vegetation lines(changes in vegetation types. ❑ tidal gauges ❑ other (list): (iii) Chemical Characteristics: ' Flow route can be described by identifying, e.g., tributary a, which flows through the review area, to flow into tributary b, which then flows into TNW. "A natural or man -made discontinuity in the OHWM does not necessarily sever jurisdiction (e.g., where the stream ternporariiy flows underground, or where the OHWM has been removed by development or agricultnra! practices). Where there is a break in the OHWM that is unrelated W the watcFbody's flow We (e.g,, flow over a rock outcrop or through a culvert), the agencies will look for indicators of flow above and below the break. 'Ibid. Packet Page -2766- - 9/24/2013 16.G.2. Characterize tributary (e.g., water color is clear, discolored, oily film; water quality; general watershed characteristics, etc.). Explain: identify specific pollutants, if known: (iv) Biological Characteristics. Channel supports (check all that apply): ❑ Riparian corridor. Characteristics (type, average width): ❑ Wetland fringe. Characteristics: ❑ Habitat for: ❑ Federally Listed species. Explain findings: ❑ Fish/spawn areas. Explain findings: ❑ Other environmentally- sensitive species. Explain findings: ❑ Aquatietwildlife diversity. Explain findings: Z. Characteristics of wetlands adjacent to non -TNW that flow directly or indirectly into TNW (i) Physical Characteristics: (a) General Wetland Characteristics: Properties: Wetland size: acres Welland type. Explain: Wetland quality, Explain: Project wetlands cross or serve as state boundaries, Explain: (b) General Flow Relationship with Non -TNW: Flow is: Pick JAif. Explain: Surface (low is: AW -List Characteristics: Subsurface flow: Pk?List. Explain findings: ❑ Dye (or other) test performed: (c) Wetland Adiacencv Determination with Non -TNW: ❑ Directly abutting ❑ Not directiy abutting ❑ Discrete wetland hydrologic connection. Explain: ❑ Ecological connection. Explain: ❑ Separated by berm/barrier. Explain: (d) Pmximity ( Relgtionship) to TNW Project wetlands are Pkk$Ast river miles from TNW. Project waters are 1?kk List aerial (straight) miles from TNW. Flow is from: MCKTIist. Estimate approximate location of wetland as within the lPtirll!''t -J floodplain. (ii) Chemical Characteristics: Characterize wetland system (e.g., water color is clear, brown, oil film on surface; water quality; general watershed characteristics; etc.). Explain: Identity specific pollutants, if known: (iii) Biological Characteristics. Wetland supports (check all that apply): ❑ Riparian buffer. Characteristics (type, average width): aVegetation type/percent cover. Explain: Habitat for: ❑ Federally Listed species. Explain findings: ❑ Fish/spawn areas. Explain findings: ❑ Other environmentally - sensitive species, Explain findings: ❑ Aquatic/wildlife diversity. Explain findings: 3. Characteristics of all wetlands adjacent to the tributary (if any) All wetlands) being considered in the cumulative analysis: 3('ick ii Approximately ( ) acres in total are being considered in the cumulative analysis. Packet Page -2767- 9/24/2013 16.G.2. For each wetland, specify the following: pircctly abuts! (Y/N) Si in acres) Directly abuts? Y Size (in acres] Summarize overall biological, chemical and physical functions bang performed: C. SIGNIFICANT NEXUS DETERMINATION A significant nexus analysis will assess the flow characteristics and functions of the tributary itself and the functions performed by any wetlands adjacent to the tributary to determine if they significantly affect the chemical, physical, and biological integrity of a TNW. For each of the following situations, a significant nexus exists if the tributary, in combination with all of its adjacent wetlands, has more than a speculative or insubstantial effect on the chemical. physical and/or biological integrity of a TNW. Considerations when evaluating significant nexus include, but are not limited to the volume, duration, and frequency of the flow of water in the tributary and its proximity to a TNW, and the functions performed by the tributary and all its adjacent wetlands. It is not appropriate to determine significant nexus based solely on any specific threshold of distance (e.g. between a tributary and its adjacent wetland or between a tributary tied the TNW). Similarly, the fact an adjacent wetland lies within or outside of a floodplain is not solely determinative of significant nexus. Draw connections between the features documented and the effects on the TNW, as identified in the Rapanes Guidance and discussed in the Instructional Guidebook. Factors to consider Include, for example: • Does the tributary, in combination with its adjacent wetlands (if any), have the capacity to carry pollutants or flood waters to TNWs. or to reduce the amount of pollutants or flood waters reaching a TNW? • Does the tributary, in combination with its adjacent wetlands (if any), provide habitat and lifecycle support functions for fish and other species, such as feeding, nesting, spawning, or rearing young for species that are present in the TNW? • Does the tributary, in combination with its adjacent wetlands (if any), have the capacity to transfer nutrients and organic carbon that support downstream foodwebs? • Does the tributary, in combination with its adjacent wetlands (if any), have other relationships to the physical, chemical, or biological integrity of the TNW? Note: the above list of considerations is not inclusive and other functions observed or known to occur should be documented below: 1. Significant nexus findings for non -RPW that has no adjacent wetlands and flows directly or indirectly into TNWs. Explain findings of presence or absence of significant nexus below, based on the tributary itself, then go to Section III.D: 2. Significant nexus findings for non -RPW and its adjacent wetlands, where the non -RPW flows directly or indirectly into TNWL Explain findings of presence or absence of significant nexus below, based on the tributary in combination with all of its adjacent wetlands, then go to Section III.D: 3. Significant nexus findings for wetlands adjacent to an RPW but that do not directly abut the RPW. Explain findings of presence or absence of significant nexus below, based on the tributary in combination with all of its adjacent wetlands, then go to Section III.D: D. DETERMINATIONS OF JURISDICTIONAL FINDINGS. THE SUBJECT WATERSIWETLANDS ARE (CHECK ALL THAT APPLY): TNWs and Adjacent Wetlands. Check all that apply and provide size estimates in review area ® TN Ws: 3600 linear feet width (ft), Or, acres. Wetlands adjacent to TNWs: 6.5acres. RPWs that flow directly or indirectly into TNWL ❑ Tributaries of TNWs where tributaries typically flow year -round are jurisdictional. Provide data and rationale indicating that tributary is perennial: ❑ Tributaries of TNW where tributaries have continuous now "seasonally" (e.g., typically three months each year) are jurisdictional. Data supporting this conclusion is provided at Section III.B. Provide rationale indicating that tributary flows seasonally: Packet Page -2768- 9/24/2013 16.G.2. Provide estimates for jurisdictional waters in the review area (check all that apply): ❑ Tributary waters: linear feet width (fl). Other non - wetland waters: acres. Identity types) of waters: Non -RPWsr that flow directly or indirectly into TNWs. ❑ Waterbody that is not a TNW or an RPW, but flows directly or indirectly into a TNW, and it has a significant nexus with a TNW is jurisdictional. Data supporting this conclusion is provided at Section III.C. Provide estimates for jurisdictional waters within the review area (check all that apply): ❑ Tributary waters: linear feet width (ft). ❑ Other non- wetland waters: acres. Identify type(s) of waters: 4. Wetlands directly abutting an RPW that flow directly or indirectly into TNWs. [j Wetlands directly abut RPW and thus are jurisdictional as adjsk I wetlands Wetlands directly abutting an RPW where tributaries typically flow year- round. Provide data and rationale indicating that tributary is perennial in Section III.D.2, above. Provide rationale indicating that wetland is directly abutting an RPW: ❑ Wetlands directly abutting an RPW wbere tributaries typically flow "seasonally." Provide data indicating that tributary is seasonal in Section 111.8 and rationale in Section III.D.2, above. Provide rationale indicating that wetland is directly abutting an RPW: Provide acreage estimates for jurisdictional wetlands in the review area: acres. S. Wetlands adjacent to but not directly abutting an RPW that lbw directly or indirectly into TNWs. Wetlands that do not directly abut an RPW, but when considered in combination with the tributary to which they arc adjacent and with similarly situated adjacent wetlands, have a significant nexus with a TNW are jurisidictional. Data supporting this conclusion is provided at Section III.C. Provide acreage estimates for jurisdictional wetlands in the review area: acres. Wetlands adjacent to nor#-RPWs that flow directly or indirectly into TNWs. ❑ Wetlands adjacent to such waters, and have when considered in combination with the tributary to which they are adjacent and with similarly situated adjacent wetlands, have a significant nexus with a TNW are jurisdictional. Data supporting this conclusion is provided at Section I11.C. Provide estimates fur jurisdictional wetlands in the review area: acres. Impoundments of jurisdictional waters.' As a general rule, the impoundment of a jurisdictional tributary remains jurisdictional. ❑ Demonstrate that impoundment was created from "waters of the U.S_," or ❑ Demonstrate that water meets the criteria for one of the categories presented above (1-6), or ❑ Demonstrate that water is isolated with a nexus to commerce (see E below). ISOLATED JNNTERSTATE OR INTRA- STATEI WATERS, INCLUDING ISOLATED WETLANDS, THE USE, DEGRADATION OR DESTRUCTION OF WHICH COULD AFFECT INTERSTATE COMMERCE, INCLUDING ANY SUCH WATERS (CHECK ALL THAT APPLY):" ❑ which are or could be used by interstate or foreign travelers for recreational or other purposes. ❑ fiom which fish or shellfish are or could be taken and sold in interstate or foreign commerce. ❑ which are or could be used for industrial purposes by industries in interstate commerce. [] interstate isolated waters. Explain: ❑ Other factors. ExpWn: Identify water body and summarize rationale supporting determination: 'See Footnote a 3. To complete the analysis refer to the key in Secuon III.D.6 of Use Instructional Guidebook. " Prior to asserting or declining CWA jurisdiction based solely oa this category, Corps Districts will elevate the action to Corps and EPA HQ for review consistent with the process described in the Corps/EPA Menwrandnm Regordfr#g CWA Aer Jwtadfedon FoMmWng Repamm Packet Page -2769- 9/24/2013 16.G.2. Provide estimates for jurisdictional waters in the review area (check all that apply): ❑ Tributary waters: linear feet width (ft). ❑ Other non - wetland waters: ages. Identify type(s) of waters: ❑ Wetlands: acres. F. NON - JURISDICTIONAL WATERS, INCLUDING WETLANDS (CHECK ALL THAT APPLY): {] If potential wetlands were assessed within the review area, these areas did not meet the criteria in the 1987 Corps of Engineers Wetland Delineation Manual and/or appropriate Regional Supplements. ❑ Review area included isolated waters with no substantial nexus to interstate (or foreign) commerce. ❑ Prior to the Jan 2001 Supreme Court decision in °SWANCC," the review area would have been regulated based solcIv on the "Migratory Bird Rule" (MBR). © Waters do not meet the "Significant Nexus" standard, where such a finding is required for jurisdiction. Explain: ❑ Other: (explain, if not covered above): Provide acreage estimates for non jurisdictional waters in the review area, where the sole potential basis of jurisdiction is the MBR factors (i.e., presence of migratory birds, presence of endangered species, use of water for irrigated agriculture), using best professional judgment (check all that apply): ❑ Non - wetland watt," (i.e., rivers, streams): linear feel width (ft). ❑ Lakes(ponds: acres. ❑ Other non - wetland waters: acres. List type of aquatic resource: ❑ Wetlands: acres. Provide acreage estimates for non jurisdictional waters in the review area that do not meet the "Significant Nexus" standard, where such a finding is required for jurisdiction (check all that apply): Non - wetland waters (i.e., rivers, streams): linear feet, width (ft). Lakcslponds: acres. ❑ Other non - wetland waters: acres. List type of aquatic resource: ❑ Wetlands: acres. SECTION IV: DATA SOURCKa. A. SUPPORTING DATA. Data reviewed for JD (check all that apply - checked items shall be included in case file and, where checked and requested, appropriately reference sources below): Maps, plans, plots or plat submitted by or on behalf of the applicant/consultant: ® Data sheets prepared/submitted by or on behalf of the applicant/consultant. ® Office concurs with data sheets/delineation report. ❑ Office does not concur with data sheetsldelincation report. ❑ Data sheets prepared by the Corps: ❑ Corps navigable waters' study: ❑ U.S. Geological Survey Hydrologic Alias: ❑ USGS NHD data. ❑ USGS 8 and 12 digit HUC maps. ❑ U.S. Geological Survey map(s). Cite scale & quad name: USDA Natural Resources Conservation Service Soil Survey. Citation: ® National wetlands inventory map(s). Cite name:USFWS electronic. ❑ State/Local wetland inventory map(s): ❑ FE:MAIFIRM maps: ❑ I00 -year Floodplain Elevation is: (National Geodectic Vertical ® Photographs: ® Aerial (Name & Date):Collier County PA 2007. or ❑ Other (Name & Date): Datum of 1929) Previous determination(s). File no. and date of response letter: Pemit and ID for previous work 0 1/0 1 200 1. Applicable/supporting case law: Applicable/supporting scientific literature: Other information (please specify): B. ADDITIONAL COMMENTS TO SUPPORT JD: Diumai tidal waters of Chokoloskee Bay and Barron River are adjacent to the mangrove and salm marsh wetlands on the project site. There are no berms or sea wails to preclude normal tidal exchange. Packet Page -2770- - 9/24/2013 16.G.2. RIVERS AND HARBORS ACT SECTION 10 DETERMINATION OF JURISDICTION Project Name:Everglades Airpark Action ID: SAJ- 1999 -01095 Applicant:Collier County Airport Authority There are "navigable waters of the U.S." within Rivers and Harbors Act (RHA) jurisdiction (as defined by 33 CFR part 329) in the review area. Waterbody: Barron River & Chokaloskee Bay Waters have been determined to be navigable because: ❑ Navigation Study ❑ Judicial interpretation in a Federal court of law X Waters subject to the ebb and flow of the tide [� Waters are presently used, or have been used in the past, or may be susceptible for use to transport interstate or foreign commerce. Explain: Project Manager: Monika J. Dey Date: 06/16/2006 Packet Page -2771- 9/24/2013 16.G.2. 7- EXHEBIT K -2 qq -HrS SOUTH FLORIDA WATER MANAGEMENT DISTRICT QED ENVIRONMENTAL RESOURCE STANDDARD SES ERALLPPE 2RMITNO.11 -01375-3 Artz ' Form 00941 F� 08195 PERMTrTEE: COLLIER COUNTY AIRPORT AUTHORITY ROOKERY BAY NATIONAL ESTUARINE 2405 MAINSAIL DR RESEARCH RESERVE NAPLES, FL 34114 300 TOWER RD NAPLES, FL 34113 PROJECT DESCRIPTION: This application is a request for a General Permit ModMestion authorizing - Construction and Operation of a surface water management system serving a 1.21- acre airport related development known as Everglades Airpark Parallel Taxiway South within the Everglades Airpark, with discharge into Chokoloskee Bay via an existing conveyance Swale, and includes 44.5 acres of mitigation on land within Rookery Bay National Estuarine Research Reserve. PROJECT LOCATION: COLLIER COUNTY, SEC 14 & 23 TWP 53S RGE 29E PERMIT DURATION: See Special Condition Novi. See attached Rule 40E- 4.321, Florida Administrative Code. This Is to notify you of the Dtetre3 agency action conew, ng Ndks of Intent for Permit Application No. 051219.13, dated Decernber 19, 2005. Thm action is to w pursuant to Rule 40E -1.803 and Chapter 40E40 , Flodde Adrdnissratlw Code (FAG.). Based an the infb' + On provMsd, District rules have been adhered io arW an Enviromwital Resource General Peanit is In effect for this project subject to: 1. Not receiving a fled request fa a Chapter 120, Florida Statutes, odminlMM 40 hearing. 2. fie attached 19 General CandkWm (See Pam: 2 - 4 of 4 3. the aBadsed 23 Special Conditions (See Pages: 5 - 7 of 7) and 4. the atlacbed 5 EW*1(3) Should you object b Isaee conditions, pkme rater to the attached '"ce of Rights" which addresses the procedures to be foitowed If you desks a pubic hearing or Other review of the proposed agency action. Please coned Isis office If you have any questions mrxsrNne. this matter. If we do not hear from you in accordance with the 'Notice of Rights,• we wi assume that you oonatr with the D%tiWa action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a 'Notice of Rights" has been mated to the Permittee (and the persons listed in the attached distritwti list) no la an 5 :00 p.m. on this 21st day of April, 2009, in accordance with Section 120.80(3) , BY: 'Ricardo bra, P.E. Olrect , LWC Regulatory Division Lower West Coast Service Center ad mail number 7008 1140 0001 4113 93W Page 1 of MAY 15 M r oowella A Assoeiamas be. Packet Page -2772- 9/24/2013 16.G.2. - I NOTICE OF RIGHTS As required by Sections 120.569(1), and 120.60(3), Fla, Stat., following is notice of the opportunities which may be available for administrative hearing or judicial review when the substantial interests of a party are determined by an agency. Please note that this Notice of Rights is not intended to provide legal advice. Not all the legal proceedings detailed below may be an applicable or appropriate remedy. You may wish to consult an attorney regarding your legal rights. RIGHT TO REQUEST ADMINISTRATIVE HEARING A person whose substantial interests are or may be affected by the South Florida Water Management District's (SFWMD or District) action has the right to request an administrative hearing on that action pursuant to Sections 120.569 and 120.57, Fla. Stat. Persons seeking a hearing on a District decision which does or may determine their substantial interests shall file a petition for hearing with the District Clerk within 21 days of receipt of written notice of the decision, unless one of the following shorter time periods apply: 1) within 14 days of the notice of consolidated intent to grant or deny concurrently reviewed applications for environmental resource permits and use of sovereign submerged lands pursuant to Section 373.427, Fla. Stat.; or 2) within 14 days of service of an Administrative Order pursuant to Subsection 373.119(1), Fla. Stat. 'Receipt of written notice of agency decision' means receipt of either written notice through mail, or electronic mail, or posting that the District has or intends to take final agency action, or publication of notice that the District has or intends to take final agency action. Any person who receives written notice of a SFWMD decision and fails to file a written request for hearing within the dmeframe described above waives the right to request a hearing on that decision. Filing Instructions The Petition must be filed with the Office of the District Clerk of the SFWMD. Filings with the District Clerk may be made by mail, hand - delivery or facsimile. Filings by e-mail will not be accepted. Any person wishing to receive a clerked copy with the date and time stamped must provide an additional copy. A petition for administrative hearing is deemed filed upon receipt during normal business hours by the District Clerk at SFWMD headquarters in West Palm Beach, Florida. Any document received by the office of the SFWMD Clerk after 5:00 p.m. shall be filed as of 8:00 a.m. on the next regular business day. Additional filing instructions are as follows: Filings by mail must be addressed to the Office of the SFWMD Clerk, P.O. Box 24680, West Palm Beach, Florida 33416. Filings by hand - delivery must be delivered to the Office of the SFWMD Clerk. Delivery of a petition to the SFWMD's security desk does not constitute filing. To ensure proper filing, it will be necessary to request the SFWMD's security officer to contact the Clerk's office. An employee-of the SFWMD's Clerk's office will receive and file the petition. Filings by facsimile must be transmitted to the SFWMD Clerks Office at (561) 682 -6010. Pursuant to Subsections 28- 106.104(7), (8) and (9), Fla. Admin. Code, a party who files a document by facsimile represents that the original physically signed document will be retained by that party for the duration of that proceeding and of any subsequent appeal or subsequent proceeding in that cause. Any party who elects to file any document by facsimile shall be responsible for any delay, disruption, or interruption of the electronic signals and accepts the full risk that the document may not be properly filed with the clerk as a result. The filing date for a document filed by facsimile shall be the date the SFWMD Clerk receives the complete document, Packet Page -2773- .A - 9/24/2013 16.G.2. Initiation of an Administrative Hearing Pursuant to Rules 28- 106.201 and 28- 106.301, Fla. Admin. Code, initiation of an administrative hearing shall be made by written petition to the SFWMD in legible form and on 8 and 1/2 by 11 inch white paper. All petitions shall contain: 1. Identification of the action being contested, including the permit number, application number, District file number or any other SFWMD identification number, if known. 2. The name, address and telephone number of the petitioner and petitioner's representative, If any. 3. An explanation of how the petitioner's substantial interests well be affected by the agency determination. 4. A statement of when and how the petitioner received notice of the SFWMD's decision. 5. A statement of all disputed issues of material fact. If there are none, the petition must so indicate. 6. A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the SFWMD's proposed action. 7. A statement of the specific rules or statutes the petitioner contends require reversal or modification of the SFWMD's- proposed action. 8. if disputed issues of material fact exist, the statement must also include an explanation of how the alleged facts relate to the specific rules or statutes. 9. A statement of the relief sought by the petitioner, stating precisely the action the petitioner wishes the SFWMD to take with respect to the SFWMD's proposed action. A person may file a request for an extension of time for filing a petition. The SFWMD may, for good cause, grant the request. Requests for extension of time must be filed with the SFWMD prior to the deadline for filing a petition for hearing. Such requests for extension shall contain a certificate that the moving party has ^ consulted with all other parties concerning the extension and that the SFWMD and any other parties agree to or oppose the extension. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. If the District's Governing Board takes action with substantially different impacts on water resources from the notice of intended agency decision, the persons who may be substantially affected shall have an additional point of entry pursuant to Rule.28-106.111, Fla. Admin. Code, unless otherwise provided by law. Mediation The procedures for pursuing mediation are set forth in Section 120.573, Fla. Stat., and Rules 28- 106.111 and 28- 106.401 -.405, Fla. Admin, Code, The SFWMD is not proposing mediation for this agency action under Section 120.573, Fla. Stat, at this time. RIGHT TO SEEK JUDICIAL REVIEW Pursuant to Sections 120.60(3) and 120.68, Fla. Stat, a party who is adversely affected by final SFWMD action may seek judicial review of the SFWMD's final decision by filing a notice of appeal pursuant to Florida Rule of Appellate Procedure 9.110 in the Fourth District Court of Appeal or in the appellate district where a party resides and filing a second copy of the notice with the SFWMD Clerk within 30 days of rendering of the final SFWMD action. Packet Page -2774- 9/24/2013 16.G.2. App4catton No.: 051219 -13 Page 2 of 7 GENERAL CONDITIONS 1. All activities authorized by this perrnit shall be implemented as set forth in the plans,_ specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit and Part IV, Chapter 373. F.S. 2. This permit or a copy thereof, complete with all conditions, attachments, exhibits, and modifications shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3. Activities approved by this permit shall be conducted in a manner which does not cause violations of State water quality standards. The permittee shall implement best management practices for erosion and pollution control to prevent violation of State water quality standards. Temporary erosion control shall be implemented prior to and during construction, and permanent control measures shall be completed within 7 days of any construction activity. Turbidity barriers shall be installed and maintained at all locations where. the possibility of transferring suspended solids into the receiving waterbody exists due to the permitted work. Turbidity barriers shall remain in place at all locations until construction is completed and soils are stabilized and vegetation has been established. All practices shall be in accordance with the guidelines and specifications described in Chapter 6 of the Florida Land Development Manual; A Guide to Sound Land and Water Management (Department of Environmental Regulation, 1988), incorporated by reference in Rule 40E- 4.091, F.A.C. unless a project - specific erosion and sediment control plan is approved as part of the permit. Thereafter the permittee shall be responsible for the removal of the barriers. The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources. 4. The permittee shall notify the District of the anticipated construction start date within 30 days of the date that this permit is issued. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District an Environmental Resource Permit Construction Commencement Notice Form Number 0960 Indicating the actual start date and the expected construction completion date. 5. When the duration of construction Wit exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an annual status report form. Status report forms shall be submitted the following June of each year. 6. Within 30 days after completion of construction of the permitted activity, the permitee shall submit a written statement of completion and certification by a professional engineer or other individual authorized by law, utilizing the supplied Environmental Resource/Surface Water Management Permit Construction Completion/Certification Form Number 0881 A, or Environmental Resource/Surface Water Management Permit Construction Completion Certification - For Projects Permitted prior to October 3, 1995 Form No. 0881 B, incorporated by reference in Rule 40E- 1.659, F.A.C. The statement of completion and certification shall be based on onsite observation of construction or review of as -built drawings for the purpose of determining if the work was completed in compliance with permitted plans and specifications. This submittal shall serve to notify the District that the system is ready for inspection. Additionally, if deviation from the approved drawings are discovered during the certification process, the certification must be accompanied by a copy of the approved permit drawings with deviations noted. Both the original and revised specifications must be dearly shown. The plans must be clearly labeled as "as- built" or "record' drawings. All surveyed dimensions and elevations shall be certified by a registered surveyor. 7. The operation phase of this permit shall not become effective: until the permittee has complied with the requirements of condition (6) above, and submitted a request for conversion of Environmental Resource Permit from Construction Phase to Operation Phase, Form No. 0920; the District determines the system to be in compliance with the permitted plans and specifications; and the entity approved by the District in accordance with Sections 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit Packet Page -2775- 9/24/2013 16.G.2. Appticabon No.: 051219 -13 Page 3 of 7 GENERAL. CONDITIONS Applications within the South Florida Water Management District, accepts responsibility for operation and maintenance of the system. The permit shall not be transferred to such approved operation and maintenance entity until the operation phase of the permit becomes effective. Following inspection and approval of the permitted system by the District, the permittee shall initiate transfer of the permit to the approved responsible operating entity if different from the permittee. Until the permit Is transferred pursuant to Section 40E- 1.6107, FAC., the permittee shall be liable for compliance with the terms of the permit. 8. Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by that portion or phase of the system. Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of the phase or portion of the system to a local government or other responsible entity. 9. For those systems that will be operated or maintained by an entity that will require an easement or deed restriction in order to enable that entity to operate or maintain the system In conformance with this permiit, such easement or deed restriction must be recorded in the public records and submitted to the District along with any other final operation and maintenance documents required by Sections. 9.0 and 10.0 of the Basis of Review for Environmental Resource Permit applications within the South Florida Water Management District, prior to lot or units sales or prior to the completion of the system, whichever comes first. Other documents concerning the establishment and authority of the operating entity must be filed with the Secretary of State, county or municipal entities. Final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local government entity. Failure to submit the appropriate final documents will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system and any other permit conditions. �-. 10. Should any other regulatory agency require changes to the permitted system, the permittee shall notify the District in writing of the changes prior to implementation so that a determination can be made whether a permit modification is required. 11. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and Chapter 40E-4 or Chapter 40E -40, F.A. C- 12. The permittee is hereby advised that Section 253.77, F.S. states that a person may not commence any excavation, construction, or other activity involving the use of sovereign or other lands of the State, the title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund without obtaining the required lease, license, easement, or other form of consent authorizing the proposed use. Therefore, the permittee is responsible for obtaining any necessary authorizations from the Board of Trustees prior to commencing activity on sovereignty lands or other state -owned lands. 13. The permittee must obtain a Water Use permit prior to construction dewatering, unless the work qualifies for a general permit pursuant to Subsection 40E- 20.302(3), FA.C., also known as the "No Notice' Rule. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any system authorized by the permit. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit Packet Page -2776- 9/24/2013 16.G.2. Application No.; 051219 -13 Page 4 of 7 GENERAL CONDITIONS application, including plans or other supporting documentation, shall not be considered binding, unless a specific condition of this permit or a formal determination under Section 373.421(2), F.S., provides otherwise. 16. The permittee shah notify the District in writing within 30 days of any sale, conveyance; or other transfer of ownership or control of a permitted system or the real property on which the permitted system is located. Ail transfers of ownership or transfers of a permit are subject to the requirements of Rules 40E- 1.6105 and 40E- 1.6107, F.A.C_ The permittee transferring the permit shall remain liable for corrective actions that may be required as a result of any violations prior to the sale, conveyance or other transfer of the system. 17. Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18. If historical or archaeological artifacts are discovered at any time on the project site, the permittee shall Immediately notify the appropriate District service center. 19. The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate. Packet Page -2777- SPECIAL CONDMONS 9/24/2013 16.G.2. Applicallon No.: 051219 -13 Page 5 of 7 I. The construction phase of this permit shall expire on April 21, 2014. 2. Operation of the surface water management system shall be the responsibility of COLLIER COUNTY AIRPORT AUTHORITY. 3. Discharge Facilities: Please see "Proposed Project" section of the staff report. 4. The permittee shall be responsible for the correction of any erosion, shoaling or water quality problems that result from the construction or operation of the surface water management system. 5. Measures shall be taken during construction to insure that sedimentation and/or turbidity violations do not occur in the receiving water. 6. The District reserves the right to require that additional water quality treatment methods be Incorporated into the drainage system If such measures are shown to be necessary. 7. Facilities other than those stated herein shall not be constructed without an approved modification of this permit., a. A stable, permanent and accessible elevation reference shall be established on or within one hundred (100) feet of all permitted discharge structures no later than the submission of the certification report. The location of the elevation reference must be noted on or with the certification report. 9. The permittee shall provide routine maintenance of all of the components of the surface water management system in order to remove all trapped sediments/debris. All materials shall be properly disposed of as required by law. Failure to property maintain the system may result in adverse flooding conditions. 10. This permit is issued based on the applicant's submitted information which reasonably demonstrates that adverse water resource related impacts will not be caused by the completed permit activity. Should any adverse impacts caused by the completed surface water management system occur, the District will require the permittee to provide appropriate mitigation to the District or other impacted party. The District will require the permittee to modify the surface water management system, if necessary, to eliminate the cause of the adverse impacts. 11. The permittee acknowledges, that pursuant to Rule 40E- 4.101(2), F.A.C., a notice of Environmental Resource or Surface Water Management Permit may be recorded in the county public records. Pursuant to the specific language of the rule, this notice shall not be considered an encumbrance upon the property. 12. The permittee shall utilize the criteria contained In the Construction Pollution Prevention Plan (Exhibit 4.0) and on the applicable approved construction drawings for the duration of the projects construction activities. 13. The permit shall utilize the criteria contained in the Urban Stormwater Management Plan (Exhibit 5.0) for post construction activities. 14. The exhibits and special conditions in this permit apply only to this application. They do not supersede or delete any requirements for other applications covered in Permit No. 11 -01375 -S unless otherwise specified herein. 15. Endangered species, threatened species and/or species of special concern have been observed onsite and/or the project contains suitable habitat for these species. It shall be the perrnittee's responsibility to coordinate with the Florida Fish and Wildlife Conservation Commission and/or the U.S. Fish and Wildlife Service for appropriate guidance, recommendations and /or necessary permits to avoid impacts to listed species. Packet Page -2778- 9/24/2013 16.G.2. Application No.: 05121 &t3 f Page B of 7 SPECIAL CONDITIONS 16. Prior to the commencement of construction, the permittee shall conduct a pre- oonstruction meeting with field representatives, contractors and District staff. The purpose of the meeting will be to discuss construction methods and sequencing, including [type and location of turbidity and erosion controls to be implemented during construction, mobilization and staging of contractor equipment, ' 'phasing of construction, methods of vegetation clearing, construction dewatering if required, ownership documentation for eminent domain authority, coordination with other entities on adjacent construction projects, wetland/buffer protection methods, endangered species protection] with the permittee and contractors. The permittee shall contact District Environmental Resource Compliance staff from the Lower West Coast Service Center at 239 - 338 -2929 to schedule the pre-construction Lion meeting. 17. Prior to the commencement of construction, the perimeter of protected wetland/buffer zones/upland preservation areaslconservation areas shall be staked and silt fenced to prevent encroachment into the protected areas. Using Global Positioning System (GPS) technology, the perimeter of the preserve area(s) shall be identified for future reference. The data shall be differentially corrected and accurate to less than a meter ( +I- one meter or better). Electronic copies of the GPS data shall be provided to the District's Environmental Resource Compliance staff. The permittee shall notify the District's Environmental Resource Compliance staff in writing upon completion of staking/silt fencing and schedule an inspection of this work. The staking and silt fencing shall be subject to District staff approval. The permittee shall modify the staking and silt fencing If District staff determines that it is insufficient or Is not in conformance with the intent of this permit. Staking and silt fencing shall remain in place until all adjacent construction activities are complete. 18. A mitigation program for Everglades Airpark shall be implemented in accordance with Exhibit No. 3 .3-3.4. The permittee (Collier County Airport Authority) shall enhance and 34.72 acres of wetlands and 9.93 acres of uplands. The applicant (Collier County Airport Authority) is responsible for 5 -years of maintenance and monitoring or until success criteria have been met. Rookery Bay NERR will be responsible for the long term managment of the mitigation area. 19. The District reserves the right to require remedial measures to be taken by the permittee if monitoring or other information demonstrates that adverse impacts to onsite or offsite wetlands, upland conservation areas or buffers, or other surface waters have occurred due to project related activities. 20. A monitoring program shall be implemented in accordance with Exhibit No. 3.3 -3.4. The monitoring program shall extend for a period of 5 years with annual reports submitted to District staff. At the end of the first monitoring period the mitigation area shall contain an 80% survival of planted vegetation. The 80% survival rate shall be maintained throughout the remainder of the monitoring program, with replanting as necessary. If native wetland, transitional, and upland species do not achieve an 80% coverage within the initial two years of the monitoring program, native species shall be planted in accordance with the maintenance program. At the end of the 5 year monitoring program the entire mitigation area shall contain an 80% survival of planted vegetation and an 80% coverage of desirable obligate and facultative wetland species. 21. A maintenance program shall be implemented in accordance with Exhibit No. 3.3 -3.5 for the enhanced wetland/upland areas on a regular basis to ensure the integrity and viability of those areas as permitted. Maintenance shall be conducted in perpetuity to ensure that the conservation areas are maintained free from Category 1 exotic vegetation (as defined by the Florida Exotic Pest Piant Council at the time of permit issuance) immediately following a maintenance activity. Maintenance in perpetuity shall also insure that conservation areas, including buffers, maintain the species and coverage of native, desirable vegetation specified in the permit. Coverage of exotic and nuisance plant species shall not exceed 5% of total cover between maintenance activities. In addition, the permittee shall manage the conservation areas such that exotic/nuisance plant species do not dominate any one section of those areas. 22. Packet Page -2779- 9/24/2013 16.G.2. Application No.: 051219 -13 Page 7 of 7 SPECIAL CONDITIONS Activities associated with the implementation of the mitigation, monitoring and maintenance plan(s) shall be completed in accordance with the work schedule attached as Exhibit No. 3.5. Any deviation from these time frames will require prior approval From the District's Environmental Resource Compliance staff. Such requests must be made in writing and shall include (1) reason for the change, (2) proposed start/finish and/or completion dates; and (3) progress report on the status of the project development or mitigation effort. 23. The permittee (Collier County Airport Authority) shall be responsible for the successful completion of the mitigation work, including the monitoring and maintenance of the mitigation areas for the duration of the plan. The long term maintenance of the mitigation area shag not be turned over to Rookery Bay National Estuarine Research Reserve until the mitigation work is accomplished as permitted and District Environmental Resource Compliance staff has concurred. Packet Page -2780- :rp_staff report.rdf . Last Date For Agency Action: 24-APR -2009 GENERAL ENVIRONMENTAL RESOURCE PERMIT STAFF REPORT Project Name: Everglades Airpark Parallel Taxiway South Permit No.: 11 -01375 -S Application No.: 051219 -13 Application Type: Environmental Resource (General Permit Modification) Location: Collier County, S14 & 23IT53SIR29E Permittee : Collier County Airport Authority Rookery Bay National Estuarine Research Reserve Operating Entity : Collier County Airport Authority Project Area: 45.71 acres Project Land Use: Airport Related Facilities Drainage Basin: WEST C04LIER Receiving Body: an exisiting conveyance Swale Special Drainage District: NA Total Acres Wetland Onsite: 35.56 Total Acres Wetland Preserved Onsite: 34.72 Total Acres impacted Onsite: .84 Total Acres Presv/Mit Compensation Onsite: 44.50 Conservation Easement To District: No Sovereign Submerged Lands: No Sub Basin: CHOKOLOSKEE BAY Class: CLASS Ill 9/24/2013 16.G.2. PROJECT PURPOSE: This application is a request for a General Permit Modification authorizing Construction and Operation of a surface water management system serving a 121 -acre airport related development known as Everglades Airpark Parallel Taxiway South within the Everglades Airpark, with discharge into Chokoloskee Bay via an existing conveyance swale, with associated 44.5 acres of mitigation land within Rookery Bay National Estuarine Research Reserve. App.no.: 051219 -13 Page 1 of 7 Packet Page -2781- 9/24/2013 16.G.2. 3rp Staff report.rdf PROJECT EVALUATION: PROJECT SITE DESCRIPTION: The site is located within the existing previously permitted Everglades Airpark, which is located south of US-41 and just west of SR -29 in Everglades City, Collier County. More specifically, the Everglades Airpark is located just outside of the boundaries of the Everglades National Park and Big Cypress National Preserve, and is bordered by Chokoloskee Bay and Barron River. A location map is attached as Exhibit 1.0. The total applicant -owned (the Collier County Airport Authority) area for the Everglades Airpark is 29.14 acres consisting of 22.71 acres of controlled basin area (runway and taxiway) previously permitted under Permit Number 11- 01375-S. The permitted control elevation is 2.40 ft NGVD. The project area includes 44.5 acres of mitigation parcels located in Rookery Bay National Estuarine Research Reserve (Please see Exhibit 3.2). The overall airpark development consists of existing airport facilities (including runway, terminal building, parking lot), 6.39 acres of wetlands, 3.15 acres of other surface waters consisting of existing ditchlswale, and a spoil pile. A FLUCCS habitat map is attached as Exhibit 3.0. The proposed project will directly impact 0.52 acres of wetlands and secondarily impact 0.32 acres of wetlands. PROPOSED PROJECT: The applicant proposes to construct additional 029 acres of impervious area to the south side of the existing Taxiway "A" which Is located parallel to Runway 15-33 within the Everglades Airpark. The applicant also proposes a surface water management system (SWMS) for this additional impervious area. The site development plans and details are attached as Exhibit 2.0. The site runoff will be directed to dry detention areas which will provide 0.16 ac -ft of water quality treatment volume exceeding the required volume of 0.12 ac -ft based on 1 -inch over 1.21 -acre area of the proposed improvements plus an additional 50% volume prior to discharging into an existing conveyance swale via a control structure fitted with a 3 -inch bleeder at elevation 2.40 ft NGVD and an 8 ft wide by 0.34 ft high overflow weir at elevation 3.96 ft NGVD. The proposed top of the control structure is 4.3 ft NGVD. The project is in substantial compliance with the original permit. No adverse water quality and quantity impacts are anticipated as a result of the proposed project LAND USE: - The area reported under category "Dry Detention Areas" indicates detention top of bank (TOP) area at elevation 3.96 ft NGVD, and the proposed detention bottom area is 0.23 acres at elevation 3.40 ft NGVD. Construction: Project: This Phase Dry Detention Areas .34 acres Impervious .29 acres App.no.: 0.51219 -13 Page 2 of 7 Packet Page -2782- 9/24/2013 16.G.2. vp staff repcdrdf This Phase Pervious .58 acres Total: 1.21 WATER QUANTITY: Discharge Rate : The proposed project is consistent with the land use and site grading assumptions from the design of the surface water management system. Therefore, the surface water management system for this project has not been designed to limit discharge for the design event to a specified rate. WATER QUALITY: No adverse water quality impacts are anticipated as a result of the proposed project. WETLANDS: There are 5.39 acres of wetlands within the airpark property consisting of 5.01 acres of mangrove wetlands, 1.29 acres of salt water marsh, and 0.09 acres of a jurisdictional ditch/swale. The mangrove wetlands consist largely of white mangrove with black and red mangrove trees, salt marsh cordgrass, bushy seaside oxeyes, sea purslane, and hurricane grass. The saltwater marsh consists of hurricane grass, salt weed, frog - fruit, seashore dropseed, sea purslane, salt wood, glass wort, and bushy seaside oxeyes. The ditch /swale contains torpedo grass, Bahia grass, smutgrass, spermacose with white, black, 10-1.1 and red mangrove. Wetland Impacts: The proposed project will directly impact 0.52 acres of saltwater marsh wetlands with secondary impacts to 0.32 acres due to lack of a natural buffer. Additionally, there are 0.04 acres of other surface water impacts. The project design minimizes Impacts to wetlands to the extent practicable. A wetland impact map Is attached as Exhibit 3.1. Mitigation Proposal: The applicant is proposing offsite mitigation at Rookery Bay National Estuarine Research Reserve In Naples, FL. The mitigation parcels Include 34.72 acres of wetland enhancement and restoration and 1.93 acres of upland enhancement. Upland habitats consisted of pine flatwoods with less than 25% Brazilian pepper. Wetland habitat includes mangrove swamps with less than 50% exotics In the sub- canopy, wetland shrub (white mangrove, wax myrtle, leatherfem) with less than 50% Brazilian pepper infestation, saltwater marshes with less than 25% Brazilian pepper, and hydric disturbed land (Cattail, spikerush, and umbrella sedge). The mitigation areas also include inland water bodies (7.85 acres). Exotic and nuisance species will be hand removed and treated with approved herbicide. Initial exotic maintenance activities were conducted onsite June 10 through June 27, 2008. A baseline monitoring report will be submitted upon issuance of the permit for the project The mitigation functional analysis was calculated utilizing UMAM (please see permanent permit file). The proposed mitigation results In 1.00 excess mitigation credit which can be utilized for future airport projects. App.no.: 051219 -13 Page 3 of 7 Packet Page -2783- 9/24/2013 16.G.2. 9rp_staff report.rdf Monitoring/Maintenance: A maintenance and monitoring plan and map are attached Exhibits 3.3 and 3.4. The mitigation areas will be monitored for a period of five years with annual monitoring reports submitted to the District. The work schedule for the mitigation, maintenance, and monitoring activities is attached as Exhibit 3.5. Wetland Inventory : CONSTRUCTION MOD - Everglades Airpark Parallel Taxiwav South Wetland Inventory: site 411 Pine Flatwoods 411 Pine Flatwoods - Hydric 411 Pine Flatwoods - site CONSTRUCTION MOD - Rookery Say Mitigation Parcels Pre - Development 600 Wetlands Post-Development Mangrove Swamps Site site F� AA age Current With Time Risk Adj. Post Adj Functional Forested Wetlands cs Type (Acres) wo Pros Project Lag (Yrs) Factor Factor Fluccs Delta Gain f Los: W1 ON 624 Direct .52 .73 .00 -.730 -.380 W2 ON 624 Secondary .32 .73 .00 Risk -.730 -,234 Adl Functional Total: .84 I Type (mss) -.61 Wetland Inventory: Description 411 Pine Flatwoods 411 Pine Flatwoods - Hydric 411 Pine Flatwoods - CONSTRUCTION MOD - Rookery Say Mitigation Parcels Lakes 600 Wetlands 612 Mangrove Swamps Site site Cabbage Palm 631 Wetland Scrub 640 Vegetated Non - Forested Wetlands 642 Saltwater Marshes ld Ty Pro - Development Post- Development Pre Flue AA Acreage Cunent Wlth Time Risk Pros. Ad. Post Adl Functional es Type (mss) Wo Pres Project Lag (Yre) Factor Factor Fluces Delta Galn / Lori U1 ON 411 Enhancement 1.93 .75 .80 3 1.25 411 .037 .072 W1 ON 631 Enhancement 1.68 .77 .83 5 1.25 631 .042 .071 W2 ON 600 RestoratiDNCreatlon .35 .77 .83 5 1.75 640 .030 .011 W3 ON 612 Enhancement 26.74 .77 .83 5 125 612 .042 1.210 W4 ON 642 Enhancement 3.26 .80 .83 3 125 642 .022 .073 W5 ON 631 Enhancement .69 .77 .83 5 1.25 631 .042 .029 W6 ON 520 Preservation 7.85 Total: 44.50 I 1.47 Fluccs Code Description 411 Pine Flatwoods 411 Pine Flatwoods - Hydric 411 Pine Flatwoods - Upland 520 Lakes 600 Wetlands 612 Mangrove Swamps 624 Cypress - Pine - Cabbage Palm 631 Wetland Scrub 640 Vegetated Non - Forested Wetlands 642 Saltwater Marshes App.no.: 051219 -13 Page 4 of 7 Packet Page -2784- 9/24/2013 16.G.2. srp_ staff report.rdf Wildlife Issues: The project site contains preferred habitat for wetland-dependent endangered or threatened wildlife species or species of special concern. A white ibis was observed on -slte and is a species of special concern by the Florida Fish and Wildlife Conservation Commission (FWCC). A bald eagle nest has been documented approximately 1,400 feet from the south taxiway extension and a portion of the project is within the nests secondary zone. However, in 2005 the nest was apparently taken over by owls, and no documented eagle nesting has occurred since then. Although the bald eagle has been Federally de- listed since the submittal of this application, coordination with U.S. Fish and Wildlife Service (USFWS) has already occurred in order to avoid adverse affects to the species, especially should the eagle pair return to the nest. Construction will occur during the eagle non- nesting season. A copy of the USFWS letter providing clearance to proceed with construction activities adjacent to bald eagle nests is incorporated into the permanent permit file. All protective measures outlined in the letter are to be followed during construction activities. This permit does not relieve the applicant from complying with all applicable rules and any other agencies' requirements if, in the future, endangeredAbreatened species or species of special concern are discovered on the site. Species Potential Occurence Use Types Bald Eagle Nests Observed Nesting Eastern Indigo Snake Known Range Foraging White Ibis Observed Preferred Habitat CERTIFICATION AND MAINTENANCE OF THE WATER MANAGEMENT SYSTEM: It is suggested that the permittee retain the services of a Professional Engineer registered in the State of Florida for periodic observation of construction of the surface water management (SWM) system. This will facilitate the completion of construction completion certification Form #0881 which is required pursuant to Section 10 of the Basis of Review for Environmental Resource Permit Applications within the South Florida Water Management District, and Rule 40E- 4.361(2), Florida Administrative Code (F.A.C.). Pursuant to Chapter 40E-4 F.A.C., this permit may not be converted from the construction phase to the operation phase until certification of the SWM system is submitted to and accepted by this District. Rule 40E- 4.321(7) F.A.C. states that failure to complete construction of the SWM system and obtain operation phase approval from the District within the permit duration shall require a new permit authorization unless a permit extension is granted. For SWM systems permitted with an operating entity who is different from the permittee, it should be noted that until the permit is transferred to the operating entity pursuant to Rule 40E- 1.6107, F.A.C., the permittee is liable for compliance with the terms of this permit. The permittee is advised that the efficiency of a SWM system will normally decrease over time unless the system is periodically maintained. A significant reduction in flow capacity can usually be attributed to partial blockages of the conveyance system. Once flow capacity is compromised, flooding of the project may result. Maintenance of the SWM system is required to protect the public health, safety and the natural resources of the state. Therefore, the permittee must have periodic inspections of the SWM system performed to ensure performance for flood protection and water quality purposes. If deficiencies are found, it is the responsibility of the permittee to correct these deficiencies in a timely manner. App.nc.: 051219.13 Pogo 5 of 7 Packet Page -2785- 9/24/2013 16.G.2. erp_staff report.rdf RELATED CONCERNS: Water Use Permit Status: The applicant has indicated that irrigation water Is not necessary for the project The applicant has indicated that dewatering is not required for construction of this project. This permit does not release the pennittee from obtaining all necessary Water Use authorization(s) prior to the commencement of activities which will require such authorization, Including construction dewatering and irrigation, unless the work qualifies for a No-Notice Short-Term Dewatering permit pursuant to Chapter 40E- 20.302(3) or is exempt pursuant to Section 40E- 2.051, FAC. CERP: The proposed project is not located within or adjacent to a Comprehensive Everglades Restoration Project component Potable Water Supplier: Utilities are not necessary for the proposed project. Waste Water System/Supplier: Utilities are not necessary for the proposed project. Right -Of -Way Permit Status: ^ A Right -of -Way Permit is not required for this project. DRI Status: This project is not a DRI. Historical/Archeological Resources: The District has received correspondence from the Florida Department of State, Division of Historical Resources indicating that the agency has no objections to the issuance of this permit. This permit does not release the permittee from compliance with any other agencies' requirements in the event that historical and /or archaeological resources are found on the site. DCA/CZN Consistency Review: The District has not received a finding of inconsistency from the Florida Department of Environmental Protection or other commenting agencies regarding the provisions of the federal Coastal Zone Management Plan. Third Party Interest: No third party has contacted the District with concerns about this application. Enforcement: There has been no enforcement activity associated with this application. App.w : 051219.13 Page 6 of 7 Packet Page -2786- erp_staff_repertrdf STAFF REVIEW: DIVISION APPROVAL: NATURAL RES URCE MANAGEMENT: Laura an SURFACE R AGEMENT: w lam ofey, . 9/24/2013 16.G.2. App.no.: 051219 -13 Page 7 of 7 DATE:�Zjl a9 DATE: Z Packet Page -2787- �l l -I I �I 9/24/2013 16.G.2. PROJECT LOCATION MAP PROJECT NAME: EVERGLADES AlRPARK 99HMA450 -1 SHEET: I OF 4 APPLICANT; COLLIER CouNTY AIRPORT AUTHORITY DRAWN BY: D.B. DATE: 01/22/04 REv1sloNs: SCALE: N.i.S. Y _ Exhibit 1.0 Application No. 051219 -13 Packet Page -2788- 1 of 1 9/24/2013 16.G.2. M T C6 r N T sr -e` .�.tl /wOl�f�l.++r J�iI�LM wIW�! AIMID] tl317D7 11 _r, 1 Nvid ONIOV80 V 31HA 030 a • Ln '1 HAGS kVMIXVI -MIVHdd �" ,• NUVdbly S30V- 0?13A3 « 171 a 1M } too, `-� g � j S ^Y ii e r 1 H. 11 R86 a gin Iln rl� IIII •� I lul I "' I r k Q �I � III Or III ��� I�trl I —! I I w i'Yr /y I I II I IIII dl ?_ �IIIfr{ jJ 132 jig 1� ( If IrJ iP I 1i I i 1 1 1 1 ' ' I I I I 1 1 I I I I c I I 1 , i it I I _► VI uJ J; Q B', Z 'I } I fi �I I} Ij 181 III I of I r I I I I 1 Packet Page -2789- �l'.f KnKK i Lg rprir O C N O = cc v N CL— O W Q r low �a M 'd a 111 1;1 s Q p � m :+• ' t 1 eggs ON Y1G��o _ ffa 0 a �l'.f KnKK i Lg rprir O C N O = cc v N CL— O W Q r low B -OV130 OW NOLL038 'NOW" frNen _ �C -►' ' HLnos Avmr"i 93'nVHVd �a )IHVdHIV S3QV19HMB f g 6 A4 lip a o r 0 i r Z a. R 1 1 � Q l I {1 jII � A j I s rr i t t.v VIE 7 Y sa ewr•ur•w+r �f � a°.� i Packet Page -2790- 9/24/2013 16.G.2. Cn N r lA O O C O f1f U N L O 0 Q N 1. 1 9/24/2013 16.G.2. an =41 - F - Her acx) LEGEND: COE WETLANDS (6.39 AL.x) COE WATERS OF THE 0.15 M-1) SURVEYED LINE 0.UCF:S 1L OF CODE$ DESCAIPi�ONB ACREAOES TOTAL 614 DITCWSVVALE 324Aa 11A% 6122 Et MAN DROVE SWMAW. OISTLMM I6.2i4 EXOTICS) 6A1 A— HIM WOE, SALT WATER MM" =r KW-- laA-- ari 743 SPOIL 6.16 A0.3 66% 611 AIRPORT tRai Ae' QTi TOTAL 29.67A— MUM NOTES: FLUCFCS UNES ESTIMATED PROM P =L00' AERIAL PHOTOGRAPHS AND LOCATION APPROXIMATED, FLUCFCS PER FLORIDA LAND USE. COVER AND FORMS CLASSIFICATION SYSTEM (FLLrFCS) 0°007 1999). COE WETLAND LINES &MOM HAVE BEEN FIELD VERIFIED BY CHAD XDNI=ON ON MAY J. 1999 WETLAND LINES HAVE BEEN SURVEY LOCATED. 'WMAND LINE WAS ADJUSTED PER SFWMD PERMIT N9. 11,0376S DATED OCTOBER 21. 19%. PROPERTY ECUNDARY AND WETLAND LINES PER HMA D11aVANG N0. MASTER. DW¢ DATED AUGUST 22. 2005. 11 PROJECT NAME: EVERGLADES AIRPARK 11 APPLICANT: COLLIER COUNTY AIRPORT AUTHORITY e 1 7 . IIII �. IIIIIIIIIIII I�,'f' /' 11 �� IIII/III 'fI1�� //i II II 11 I ' 11111111111 11,','' � FLUCFCS AND WETLANDS MAP 99HMA450 -3 SHEET: 3 OF 4 DRAWN BY: J. I. DATE: 8/29/0: REVISION$; SCALE: 1° =300' Exhibit 3.0 Application No. 051219 -13 1 of 1 Packet Page -2791- 6 r� 1� f �f, 1 f, r f 1 f, f, f f;f f �f LEGEND: WETLAND PRESERVE � (0.06 1 ®WETLANDIPPACT (0.6E ACA) f ® SECONDARYIMPACT (0.32 Act) 'OTHER SURFACE WATERS' PRESERVE 111 7 (3.11 AQ.f) 'OTHER SURFACE WATERS' IMPACT (0.0f. ACS) SURVEYED WETLAND LINE PROPOSED PROJECT AREA PLUCPCS W8TUN0 WETLAND BecormARY OHV! OMW COGS PRFSBIV! IMPACT INPAOT PREBVRVe IMPACT TOTAL Nt OABAaA 3.11AO OMAo.t MN A03 0199ef 601 A.- - - L01 Au 6I2BEI Mq A0. 0.52 A— 0.=A— L"A.. TOTAL 68SM.3 OM A— BLWA4.2 mi AO_: 0.01AO.s M.O,IAO NOTES FLUCFCS LINES ESTIMATED FROM P•200- AERIAL PHOTOGRAPHS AND LOCATIONS APPROXIMATED. FLUCFCS PER FLORDA LAND USE, COVER AND FORMS CLASSWICATION SYSTEM (PLUCFCS) (FOOT 1990). SFWMO N?TLAND LNeS SHOWN HAVE BEEN FEYD VERF ED SY AMY OHLBERO ON APRIL 1& 1999 WETLAND LINES HAVE BEEN SLRVEY LOCATED, WETLAND UNE WAS ADJUSTED PER SFWMD PERMIT NO. il-01375-3 DATED OCTOBER 21. 1999. PROPERTY BOUNDARY, WETLAND LINES AND SITE PLAN PER HMA DRAWING No. MASTER.OWG DATED AUGUST 22. 9006. BIL f 1 \f, t I f 04 N 9/24/2013 16.G.2. SFWMD WETLAND IMPACT MAP '.L, P.F. 1 /10/08 PASSARELLA EVERGLADES AIRPARK S.J. )i)a/os & —ASSOCIATFS i Packet Page -2792- Exhibit 3.1 Application No. 051219 -13 1 of 1 - 9/24/2013 16.G.2. COLLIER COUNTY OFF -SITE MITIGATION i SEC 5, 6, 7, 8 T%T 51 S, RGE 26 E' OFF -SITE MITIGATION M SEC 5,6,TWT51 S, ROE 26Ea J m FIGURE I. PROJECT LOCATION MAP I F.L Inma MPA SSARELLA EVERGLADES AIRPARK OFFSITE MITIGATION AREA & SSOCIATES k Exhibit 3.2 Application No. 051219 -13 1 of 1 Packet Page -2793- i ,� 9/24/2013 16.G.2. EVERGLADES AIRPARK PARALLEL TAXIWAY SOUTH MITIGATION SITE AT ROOKERY BAY NATIONAL ESTUARINE RESEARCH RESERVE WETLAND MITIGATION/MONITORING / MAINTENANCE PLAN SOUTH FLORIDA WATER-MANAGEMENT DISTRICT PERMIT APPLICATION NO. January 16, 2008 Revised August 14, 2008 INTRODUCTION 6-0-REVISED SUBMITTAL AUG 14'2008 LWC SERVICE CENTER The following outlines the wetland mitigation, monitoring, and maintenance plan for the 44.50± acre mitigation site located along on the west side of Barefoot Williams Road in Sections 5, 8, and 9; Township 51 South; Range 26 East; Collier County (Figure 1). The expansion of the Everglades Airpark Parallel Taxiway South will result in unavoidable wetland impacts to South Florida Water Management District (SFWMD) jurisdictional wetlands. In order to offset these impacts, it is proposed to restore and enhance saltwater marsh wetlands located within the - •Rookery- Bay - National Estuarine -Research Reserve (RBNERR). This mitigation plan includes 34.72E acres of wetland enhancement, 1.93 acres of upland enhancement, and 7.85± acres of "other surface waters" preserve. Mitigation plans are provided as Figures 2 and 3. The initial mitigation enhancement activities will be completed prior to wetland impacts occurring at everglades Airpark Upland Habitats Pine Flatwoods a24% Exotics) aLU'CFCS Code 4119 E1) The canopy vegetation is slash pine (Pines elllotti) with melaleuca (Melaleuca quinquenervia). The sub - canopy includes cabbage palm (Sabal palmetto), myrsine (Rapanea punctata), wax myrtle (ll{yrica cerfera), and Brazilian pepper (Schinus terebinthifolius). The ground cover includes Brazilian pepper, saw palmetto (Serena repens), grapevine (Vtis rotundifolia� poison ivy (Toxicodendron radlcans� and caesarweed (aena lobata). Wetland Habitats Lakes (ELUCFCS Code 520) O These areas include extensive inland water bodies, excluding reservoirs. , Mangrove Swamps. Disturbed (25 -49% Exotics) (FLUCFCS Code 6129 E2) The canopy contains red mangrove (Rhizophora mangle). The sub - canopy contains red mangrove, white mangrove (Laguncularia racemosa), sahgrass (Baccharis halimifolia), sawgrass (Cladlum jamaicense), leather fern (Acrostichum danaelfolium), wax myrtle, Brazilian pepper, and cattail (Typha sp.). The ground cover is open. The area also includes 24 to 49 percent exotics in the sub - canopy. Passamlia & Associates, Inc. #99HMA450 08/14/08 Packet Page -2794- I of 5 Exhibit 3.3 Application No. 051219 -13 1 of 6 9/24/2013 1 6. G.2. Weiland Shrub. Disturbed (25 -49% Exotics) (FLUCFCS Code 6319 E2) The canopy is open. The sub - canopy contains white mangrove, wax myrtle, Bras an pepper, leather fern, umbrellasedge (Fuirena sp.), and spikerush (Eleoearfs sp.). The ground cover is Open. Saltwater Marshes, Disturbed L0 -24% Exotics) FLUCFCS Code 6429 ED The canopy is open. The sub - canopy contains scattered wax myrtle and Brazilian pepper. Ground cover includes spikerush, saltgrass, leather fern, umbrellasedge, and cattail. Disturbed Land, Hvdric ELUCFCS Code 74011 This area is disturbed land. The canopy is open. The sub- canopy is open. The ground cover contains saltgrass, cattail, spikerush, and umbrellasedge. MITIGATION PLAN Exotic Removal and Nuisance Vegetation Removal The mitigation plan for the R13NERR site includes enhancing 34.721 acres of wetlands and 1.93 -±- acres of upland preserves by hand removal of exotics and nuisance vegetation. The enhancement will include the removal of exotic and nuisance vegetation from wetland and upland preserves. The exotics to be eradicated include those listed by the Florida Exotic Pest Plant Council (EPPC) which include, but are not limited to, melaleuca, Brazilian pepper, Australian pine (Casuarina litorea� downy rose myrtle (Rhodomyrtus tomerxosa), primrose willow (LudWgiaperuviana), Old World climbing fern (Lygadiurrm microphyllum), and cattail. The hand removal of exotic and nuisance vegetation will include one or more of the following methods: (1) out exotics within 12 inches of ground elevation, hand remove out vegetation, and treat remaining stump with approved herbicide; (2) girdle standing melaleuca and Australian pine with diameter at breast height (DBH) greater than four inches and apply approved herbicide to cambium; (3) foliar application of approved herbicide to melaleuca (saplings only), Brazilian pepper, Australian pine, downy rose myrtle, and nuisance and exotic vegetation as defined by the EPPC; and (4) foliar application of approved herbicide or hand pulling of exotic seedlings and nuisance vegetation as defined by the EPPC. Overspray precautions will be taken to protect nearby native vegetation. MITIGATION SUCCESS CRITERIA The mitigation areas shall be considered successful if at the end of five years the wetland enhancement areas contain at least 80 percent cover by desirable obligate and facultative wetland plant species. The wetland and upland areas shall be free from exotic and nuisance vegetation immediately following a maintenance activity and will consist of no more than three percent cover by exotics and nuisance species. Exotic and nuisance vegetation species are identified as those species listed by the EPPC at the time of permit issuance. Passarelia & Associates, Inc. 2 of 5 #99HMA450 08/14/09 Exhibit 3.3 Application No. 051219 -13 2 of 6 Packet Page -2795- 9/24/2013 16.G.2. MONITORING Monitoring Methodology The proposed monitoring of the enhanced and restored wetlands and uplands will consist of baseline, time -zero, and annual monitoring of vegetation, wildlife, rainfall, and wetland water levels. Baseline monitoring will document conditions in the project site as they currently exist. Time -zero monitoring will document conditions immediately following wetland and upland enhancement and restoration. The annual reports will document conditions following enhancement and restoration activities and document the extent of success of the mitigation program. If needed, the annual reports will identify specific actions to be taken to improve the conditions within the project area Sampling transects and methodology for the baseline, time - zero, and annual reports will utilize identical methods of data collection from identical sampling stations. Vegetation Monitoring • Wetland vegetation will be monitored prior to and following enhancement and restoration activities. At least one monitoring transect will be established in each of the main wetland habitats. Sampling in wetland areas will involve canopy, sub - canopy, and ground cover stratum along monitoring transects established within the enhancement areas. Canopy and sub-canopy vegetation species will be monitored within 20 x 50 foot plots established along the monitoring transects. Species richness and visual estimate of percent cover will be calculated for canopy and sub - canopy strata. To facilitate an intensive, accurate, and repeatable sampling program, the point frame method (Bonham 1989) will be utilized for the ground cover strata. Point frames will be sampled at approximately 25 foot intervals along each monitoring transect Each point frame consists of a one meter square wire grid with 25 cross points. Any plant species directly below a cross point will be recorded, including bare ground. Each cross point represents four percent of the square meter. Water depths will also be recorded at each sampling station. For each sampling station, identified species will be listed and percent cover computed and discussed. Wildlife Monitoring Regular observations of wildlife will be made during the monitoring event by qualified ecologists. Observations will consist of recording eNidence and sign of wildlife (i.e., direct sightings, vocalizations, burrows, nests, tracks, droppings, etc.). Photographic Documentation Permanent fixed -point photograph stations will be established in the monitored areas providing physical documentation of the condition and appearance of an area, as well as any changes taking place within it Monitoring photographs will accompany vegetation data in each report Locations of photograph stations will remain the same throughout the duration of the monitoring program. PamteIla & Associates, Inc. 3 of 5 #99HMA450 08/14/08 Exhibit 3.3 Application No. 051219 -13 3of6 Packet Page -2796- 9/24/2013 16.G.2. MONITORING REPORTS The permittee will submit annual monitoring reports to the SFWMD documenting the success of the mitigation program and general condition of the RBNERR Mitigation areas. Within 60 days of permit issuance, the baseline monitoring for the mitigation area will be submitted to the SFWMD. The time -zero monitoring report will be submitted within 60 days of completion of the mitigation activities. Annual monitoring reports will be prepared for a period of five years and will include the following information: • Brief description of mitigation and maintenance work performed since the previous report along with a discussion of any modifications to the mitigation or maintenance program. • Brief description of anticipated mitigation and maintenance work to be conducted over the next year. • Results of quantitative vegetation monitoring conducted in the enhanced and restored wetlands and uplands. • A list of observed wildlife species. • Monitoring photographs taken at photograph stations within the enhanced and restored wetlands and uplands. • Available local rainfall data. MAINTENANCE AND LONG -TERM MANAGEMENT Following the completion of the initial exotic removal effort, semi - annual inspections of the mitigation site will occur for the first two years. During these inspections, the enhancement and restoration areas will be traversed by qualified ecologists.. Locations of nuisance and/or exotic species will be identified for immediate treatment with an appropriate herbicide. Any additional potential problems will also be noted and corrective actions taken. Once exotic/nuisance species levels have been reduced to acceptable limits (i.e., less than three percent cover), inspections of the mitigation areas will be conducted annually. Maintenance will be conducted in perpetuity to ensure that the enhanced wetlands and uplands are free of exotic vegetation (as currently defined by the EPPC) immediately following maintenance and that exotic and nuisance species will constitute no more than 3 percent of total combined cover_ Additionally, vegetative coverage of exotic /nuisance species shall not exceed 20 percent of any 0.5± acre area at any time. Passarella & Associates, Inc. #9914MA450 08 /14/08 Packet Page -2797- 4of5 Exhibit 3.3 Application No. 051219 -13 4 of 6 9/24/2013 16.G.2. REFERENCES Bonham, C.D. 1989. Measurements for Terrestrial Vegetation. John Wiley and Sons, New York, New York Passarella & Associates, Inc. 5 of 5 #99HUA450 08/14108 Exhibit 3.3 Application No. 051219 -13 Packet Page -2798- 5 of 6 9 11. 9/24/2013 16.G.2. EVERGLADES AIRPARK PARALLEL TAXIWAY SOUTH MITIGATION SITE AT ROOKERY BAY NATIONAL ESTUARINE RESEACH RESERVE MITIGATION ACTIVITY SCHEDULE January 16,208 Revised August 14, 2008 RMsed February 20, 2009 Activities associated with the implementation of the wetland mitigation, monitoring, and maintenance shall be in accordance with the following work schedule: April 30, 2009 Baseline Monitoring Report August 31, 2009 Exotic Vegetation Removal November 30, 2009 Time -Zero Monitoring Report February 28, 2010 Exotic Vegetation Removal November 30, 2010 First Annual Monitoring Report November 30, 2011 Second Annual Monitoring Report November 30, 2012 Third Annual Monitoring Report November 30, 2013 Fourth Annual Monitoring Report [November 30, 2014 Fifth Annual Monitoring Report Passarella & Associates, Inc. #99HMA450 Revised 02/20/09 Packet Page -2799- 1 of i Exhibit 3.3 Application No. 051219 -13 6of6 ig N 4 �:c;•. ,dam a Packet Page -2800- 0 0 g d W T d W En En a IF y C 9/24/2013 16.G.2. M r r N LO O O Z c M V N X a W Q 4a�Rea � ig N 4 �:c;•. ,dam a Packet Page -2800- 0 0 g d W T d W En En a IF y C 9/24/2013 16.G.2. M r r N LO O O Z c M V N X a W Q i e ;fig E s a r ��- 0 ®�0?� < [fig < z • -a , .. . $� Packet Page -2801- 9/24/2013 16.G.2. M III T T N T LO O C; Z Q 0 .� ca N as W Q N South Florida Water Management District Work Schedule Requirements Application No : 051219 -13 Mitigation Plan ID: EVERGLADES AIRPARK 9/24/2013 16.G.2. Page 1 of 1 111�� x:•..... ., i_" .. ..... .. ._.T:.i: „"�.,.. -.. SUBMIT BASELINE MONITORING REPORT 30 -APR -09 EXOTIC VEGETATION REMOVAL 31 -AUG-09 SUBMIT TIME ZERO MONITORING REPORT 30 -NOV -09 EXOTIC VEGETATION REMOVAL 28- FEB-10 SUBMIT FIRST MON ITORING REPORT 30- NOV -10 SUBMIT SECOND MONITORING REPORT 30- NOV -11 SUBMIT THIRD MONITORING REPORT 30- NOV -12 SUBMIT FOURTH MONITORING REPORT 30- NOV -13 SUBMIT FIFTH MONITORING REPORT 30- NOV -14 11—IN Exhibit No : Exhibit 3.5 Application No. 051219 -13 1 of 1 Packet Page -2802- 9/24/2013 16.G.2. r CONSTRUCTION POLLUTION PREVENTION PLAN for (Parallel Taxiway South) :4:. :,.' ^; Parallel TaxlwaySouth Caller County Airport Authirlty fir.:, ,• latitude: 25- 60.929 N -q 2005 Alalnssb Drive, 8Wte # 1 Longitude: 81- 23105 w � Naples, FL 94114-0824 ., Construction In this project will generally consist of she cleaning, lake excovetion, and construction of roadways, ugly infrastructure, golf course, and mulll -use vertical constriction. Soil disturbing activities will include: clearing and grubbing, Installing a stabilized construction entrance, perimeter harming and other erosion and sediment controls; grading; excavation for the storm water management lake, storm sewer, utilities, and' 11' 1 g founded=, construction of curb and gutter, road, and parting areas; and preparation for final planting, socking, seeding and . Mulching. t1 ' . L ., •:::?�: 0.42 1.21 Acres ^•lit Js i Z'7:�`.°7 "`+\ i �F,.�1";tyr:�>..' ^is•' 8:: r. :lam - s,r,.:,. -...- .,i:is; . cu.,. r. Z.. Yu5 ". �9 K•: :. "{.„:. .•.v+.- .M�`l..?tiii:�,,,"•.�.�� ��`Y �� ?1Y ��aer. �h:•...• The order of activities will be as follows: 1. Installation of stabilized construction entrance. 9. Complete grading, subgrade and base course constructiom 2 Partial clearing and 9►ubbirhg• 10. Complete final paving. 3. Install perimeter berm(a) or all fences with straw bale 11. Complete landscape grading and Instal permanent asedng barriers) adjacent to wetland areas. and piantIngs• 4. Continue clearing and grading. 12. when all construction activity is compete and the she is S. Construction storm water management lakes siablzed, remove temporary earth berms, straw bale S. Stockpile excavated soil. barriers and filter lances and re -seed any areas dial rbed 7. Stabilize denuded areas and stockpiles within 21 days of by their removal. last construction activity in that area & instal utilities storm sewer, curb and q4toc, CtiOKOLOSKEE BAY MAri4.i�. h"-... >•!r Y'tt �::7;:r� -r..Y ..�� . r.. ,,.. �Fiwh,Y.n+• ><'�.y ^rF "i!'!��'i[x Temporary Stabilization; Tap soil stock piles and disturbed portions of the site where construction activity temporarily cease for at least 21 days will be stabilized with temporary seed and mulch no later than 14 days from the last construction activity h that area, The seed shall be 13", millet, rye, or other fast - growing grasses. Prior to seeding, fertilizer or agdouttural limestone shall be applied to each area to be temporarly stabilized Alter seeding, each area shall be mulched with the mulch Baked into place. Areas of the site which will be paved will be temporarily stabilized by applying ilmerodc suede until bituminous pavement can be applied. Permanent Stabilization: Disturbed portions of the afte, where construction activities permanently cease, shall be stabilized with sod seed and mulch, landsrapig, and /or other equivalent stabilization measures (e g. rip -rap, geotexdlas) no later than 14 days after the date of the last construction activity. The sod shall typically be rioraterm or Bahia sod Prior to seeding, fertilizer or agricultural limealona shah be applied to each area to be temporarily stabilized After seeding, each area shall be mulched with the mulch disked into place. APPLICATION NUMBER Packet Page -2803- DDIREVISED SUBMITTAL AUG 14 =2008 LWC SERVICE CENTER T Exhibit 4.0 Application 051219 -13 1 of 10 9/24/2013 16.G.2. Silt Fence! Straw Bela Barrier - will be constructed along those a of the project that border adjacent wellands. At a minim urn. the snt fence and/or straw bale barter will be pieced along all wetland buffers and all Corps of Engineers jurisdictional Welland boundaries. Straw Bale Drop Inlet Sediment Filter - will be placed around all constructed storm drain Inlets imnedately upon completion of construction and shall remain In -place urd the contributing drainage area is stabilized. Alternatively, grate inlets can be covered with Inter fabric material until stabilization. The project will utilize a system of lakes to provide the rsquk -ed water quality treatment and attenuation. Discharges from the water management system will be regulated by a series of water control structures. These control strt ckm will be used to maintain water levels in the detention facilities that will maintain or restore the hydroperiod in the wetlands and f owways, The water control structures will also be used to restrict the discharges from the project as described above. Dry pre - treatment will be provided for the gaff course maintenance Iaollides and commercial perking lot ru olf prior to discharge into the take system. Spreader swales will be used at appropriate locations to disperse lbw and dissipate energy of runoff into wetlerxis. Spreader swalee will also be used at appropriate locations to disperse lows discharged from the water management system Into reosiving JIMMY& Spreader swedes will be heavily planted with native vegetation to help buffer the transition Irom the manmade fakes to the natural systems. DISCHARGE RATES OM CFS Waste Materials An waste materials will be collected and stored in a trash dumpsW which will most a1 local and Slate add waste management regulations. Al trash and construction debris from the site will be deposited in tints dumpster. The dumpater will be emptied as required due to use and/or State and local regulations, with the trash disposed of at the appropriate landfill operation. No constnm1lon waste materials will be busied onslte. All personnel will be Insinxxed regarding the correct procedure for waste disposal Notices stating these practices will be posted in the construction office trailer. hazardous Wasta; Alt hazardous waste materials will be disposed of to the manner specified by local or State regulation or by the mantdacturer. Site personnel will be instructed In these praclioes. Sanitary Wuk: All sanitary waste will be collected from the portable units by a kcal, licensed, sanitary waste management contractor, as required by local re 'on. attsiy M'i ieltsnc'" r A stabilized construction entrance has been provided to help reduce vehicle tracking of sediments. As they are completed, paved streets will be swept as needed to remove any excess mu* &t, or rock tracked from the site. Dump trucks hauling material from the construction ills will be covered with a uln. 11IM1111111,1111 11111 Installation of hay ball ! ant fence barriers (around wetlands) and stabilized construction entrance will be oonetntated Prior to extenatve clearing or grading of any other portions of the site Areas where construction activity temporarily ceases for more than 21 days will be stabilized with a temporary seed and mulch within 14 days of the last disturbance. Once construction activity ceases permanently in an area, that area will be stabilized with permanent sod, seed and mulch, landscaping, and/or other equivalent stabilization measures e. ., ri xlllss . After the entire silo is stabilized nine all fence / straw bate barriers can be removed. -' The storm water pollution prevention plan reflects the United States Environmental Protection Agency and the South Florida Water Management District (SFW WD) requirements for storm water management and erosion and sediment control as established In the Chapter 40E-4 FAC and Chapter 373 FS. �� owes -awn �.emi..EVar�s aw wu.aortao- acvw Leos Packet Page -2804- Exhibit 4.0 Application 051219 -13 2of10 9/24/2013 16.G.2. IIi These are the inspection and maintenance practices that will be used to maintain aroslon and sediment controls. • AI corttrd measures will be Inspected at least once each week and following any storm event of 0.5 inches or greater. • All measures will be maintained in good working order, If a repair is necessary, k shag be corrected as soon as possible, but in no case later than 7 days attar the nspscton. • Bunk up sediment wig be removed from alit fence when N has reached one-half the height of the fence. • Slit fence will be Inspected for depth of sedmenk tears, to we if the fabric Is securely attached to the fence posts, and to am that the fence posts are firmly in the ground • Temporary seeding and permanent sodding and planting will be Inspected for bare spots, washouts, and healthy grow#L • A maintenance inspection report will be made after each inspecton. A copy of the report form to be completed bythe Inapeclor is attached • The Owner will appoint one Individual who will be responsible for inspections, maintenance and repair activities, and for completing the inspection and maintenance reports, • Personnel saiected for inspection and maintenance responsibilities will receive training from the alts superintendent. They will be Veined in all the inspecdon and maintenance practices neoeseary for keeping the erosion and sediment controls used onshe in cood workirta order. It Is expected that the following non-storm water discharges will occur from the alts dying the ooneWw*m period: • Water from water line flushings. • Pavement wash waters (when no splits or leaks of toxic or haxerdous materiels have occurred). • Uncontaminated groundwater (from dewaterkng excavation). a Ant non-atorm water discharges wag be directed to the storm water manamnol faniRkm emirs in riomhmna The ma tuns or substances Bated below are expected to be present onsNe during constructkm: • Concrete • Fordb B • Detergents . Petroleum Based Products • Paints (enamel and Istex) • Cleaning Solvents • Metal Studs • Wood • Asphalt • Masonry Block • Poeltna Shinales . ra....... mvxa. an>t %4.r m•wwe •�w�aob exn rsa• Exhibit 4.0 Appiicabon 051219 -13 3of10 Packet Page -2805- 9/24/2013 16.G.2. The following are the materials managsmert practices Out xlti be used to reduce the risk of spills or other accidental exposure of rnaterlels and substances to storm water runoff. The (allowing good housekeeping practces will be followed onshe during the construction project . An effort will be made to store any enough product required to do the job. ♦ AN materials stored on tte will be stored in a neat, orderly menrw in heir appropriate conlatters, and If possible, under a roof or other andosurs. • Products will be kept in their original ccrtainera with the original nhansfacknes label. • Substances WIN not be mixed with one another unless reowrnended by fie manufacturer. • Whe never possible, all of a product will be used up before disposing of the container. • Manufacturers' recomnhendabons for properuse anddlsposel will be followed. • The idles tandem will inspect to ensure proper use and disposal of materials onalte. ,r, T.° . �F Than practices are used to reduce the Hake as ocfated with hazardous malerlalls: ♦ Products wN be kept in original contairers urtess they are not reseaiabie. Original labels and material safety, data wig be retained; they contain important product information. ♦ If surplus product must be disposed of, nunrfackwers' or local and State recommended methods for proper disposal will be followed, ye-.- �[ a4: ;:,�� `rc�..r ,y.,� .�'�-... 'vier :tt �:l'. :S��y; _L, �iM1�Fqrg- r^ � !.'•��¢ The following produce speal to practices will be followed onshe; Aw All onalte vshloin will be monitored for leaks and receive regular preverrtive maintenance to reduce the chancre of leakage. Pelroleum products will be stored In lightly sealed oontafnara which will be dearly labeled. Any asphalt substances used onstte will be smiled In accordance with the manufaco"es mcorrrtherhdatiam and standard construction Fertilizers will be applied only in the minknun amounts recommended by the manufacturer. Once applied, fertilizer will be worked into the ad to limit exposure to storm water. Storage will be In a covered shred. The contents of any partially used bags of fertilizer WIN be transferred to a sealable plastio bin to avoid spills, Ali containers WIN be tightly sealed and stored when not required for use. Excess paint WIN not be discharged to the alarm sewer system but WIN be property disposed of according to man tacturers' instructions andfor state and oral regulations. 3"02106 3071 we oa JRVMs a3ewa�t.am- sacs -na Packet Page -2806- Exhibit 4.0 Application 051 21 9 -1 3 4 of 10 9/24/2013 16.G.2. in addition to the good housekeeping and material management practices discussed in the previous sections of this OsA the following practices will be followed for spll prevention and cleanup. Menufacbrers' recornnended methode for spill cleanup will be dearly posted and site personnel will be made aware of the procedures and the location of the Information and cleanup supplies. • Materials and equipment necessary for spill cleanup will be kept in the material storage area onsits. Equipment and materials will Include -but not be limited lo- rage, gloves, goggles, kitty Otter, sand, and plastic and metal trash containers specifically for this purpose- * AN spills will be cleaned up as soon as possible after discovery. • The spill area will be kept welf ventilated and personnel WE weer appropriate protective clothing to prevent injury from contact with a hazardous substance, • Spills of toxic or hazardous material WIN be reported to the appropriate elate or local government agency, regardless of the size. • The spill prevention plan will be adjusted to induda measures to prevent this type of spill from reoccurring and how to clean up the spill If there is another one. A description of the spill, what caused it, and the cleanup measures will also be included. • The Contractor's site superintendent will be responsible for the day -today site operations and will be the spill preveridon and cleanup coordinator. He will designate at least two other site personnel who will receive spill prevention and cleanup training. These individuals YA each become responsible for a particular phase of prevention and dearuip. The names of responsible spill personnel will be posted In the material storage area and In the office trailer onstie. arwaoeaann wrom.aviv+s ouo WYNmUpF EOOW rfa Packet Page -2807- Exhibit 4.0 Application 051219 -13 5 of 10 - 9/24/2013 16.G.2. r� 1 certIfy under penalty of law that this document and at atlas hrnents were prepared under my drecfion or supervision In a000rdanoe with a system designed to assure that quaUfied personnel properlygathered and evaluated the information submitted. Based on my inquiry of the person or persons vAw manage the system, or those persons dfrecly responsible for gatherfng the information, the Inlormetion submitted is, to the b st of my knowledge and defier, true, acanate, and complete. I am aware that there are significant penalties for submitting false i don, Including tine possibility of fee and imprisonment for knowing viola*m Signed.- i Print Name: AN UI Inns: �ofE�T hwr.�- sC+rr -t1_ Date: 8 • I certify under penally of law that I understand the terms and nmndleons of the general National Pollutant DisetaMe Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the c onstruclion site { Dale: I Date: I Date' I Dais: LMEOO►71�T1 wr. o/..RVN+E w.a 07o1e4oz40► fiCOR 7m! Packet Page -2808- Exhibit 4.0 Application 051219 -13 6of10 CONSTRUCTION POLLUTION PREVENTION PLAN for Inspection And Maintenance Report Form (To be con paled every 7 days and within 24 hours of a rainfall even of 0.5 inches or more) INSPECTOR: DATE: INSPECTOR'S QUALIFICATIONS: Days since last raintalt Amount of last rainfal inches 9/24/2013 16.G.2. Stabilized required: To be performed by: YW2...••1g1 Vr. 00•,EVM9 w� Wf.dIQ•®• ECCR• Aw on or before: Packet Page -2809- Exhibit 4.0 Application 051219-13 7of10 I i11111&0 9/24/2013 16.G.2. CONSTRUCTION POLLUTION PREVENTION PLAN for Inspection And Maintenance Report Form Structural Contrds DATE: SILT PENCE / STRAW BALE BARRIER From To I Is Slit Fence i Straw is there evidence-of DATE: 9/24/2013 16 G 2 CONSTRUCTION POLLUTION PREVENTION PLAN for Inspect on And Maintenance Report Form Structural controls EARTHEN PERIMETER BERM From To Is berm stabilized ? Is there evidence. of washout or over -to In ? I Maintenance required for perimeter berm: To be performed by. 4rWVW. V-Wn YAW WO CWH-a -N& 9cm no on or before: Exhibit 4.0 Application 051219 -13 9of10 Packet Page -2811- 9/24/2013 16.G.2. CONSTRUCTION POLLUTION PREVENTION PLAN for Inspection And Maintenance Report Form CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN: REASONS FOR CHANGES: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel property gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, Including the posstbtllty of fine and imprisonment for knowing violations. Signature YffloG -DlYlf Vr.OiF JfiVMI! OYO OOOIf.O➢1000•�.'OM1 7101 Date Packet Page -2812- Exhibit 4.0 Application 051219 -13 10 of 10 9/24/2013 16.G.2. April 21, 2004 URBAN STORMWATER MANAGEMENT PROGRAM Everglades Airpark Parallel Taxiway South, Collier County, Section 14 & 23, Township 53S, Range 29E 1,0 Introduction This document provides details of the Urban Stormwater Management Program for the Everglades Airpark Parallel Taxiway South in Collier County, Section 14 & 23, Township 53S, Range 23E. This Plan discusses non - structural controls, intended to improve the quality of stormwater runoff by reducing the generation and accumulation of potential stormwater runoff contaminants at or near the respective sources for each constituent, along with significant structural components of the primary stormwater treatment system. Although many of the methodologies and procedures outlined in this document are general Best Management Practices (BMP's) which can be useful in attenuating pollutants in many types of urbanized settings, the implementation of these practices has been optimized, to the maximum extent possible, to reflect the unique character of the Everglades Airpark Parallel Taxiway South and the surrounding hydrologic features. Pollution prevention guidelines are provided for the areas of (1) nutrient and pesticide management; (2) street sweeping; (3) solid waste management; (4) operation and maintenance of the stormwater management and treatment system; (5) routine water quality testing; and (6) construction activities. A discussion of each of these activities is given in the following sections. 2.0 Nutrient and Pesticide Management Nutrient and pesticide management consists of a series of practices designed to manage the use of fertilizers and pesticides so as to minimize loss of these compounds into stormwater runoff and the resulting water quality impacts on adjacent waterbodies. Implementation of a management plan will also maximize the effectiveness of the nutrients and pesticides that are applied. The Contractor must commit themselves to the practice of responsible and careful landscape design and maintenance of each lot to prevent contamination of surface waters. The guidelines included in this section are intended to help the Contractor make educated environmental choices regarding the maintenance of individual yards within the community. These maintenance and management guidelines are meant to promote an attractive neighborhood that preserves the health of adjacent waterways and environmental features. 2.1 General Requirements Commercial applicators of chemical lawn products must register with the Collier County Airport Authority andlor City of Everglades annually and provide a copy of their current occupational license, proof of business liability insurance, and proof of compliance with applicable education and licensing requirements. Individual employees working under the direction of a licensed commercial applicator are exempt from the educational requirements. Only registered commercial applicators are permitted to apply chemicals within the property. All chemical products must be used in accordance with the manufacturer's recommendations. The Exhibit 5.0 Application 051219 -13 1 of 5 Packet Page -2813- 110-. 9/24/2013 16.G.2. application of any chemical product within five (5) feet of any surface water including but not limited to ponds, lakes, drainage ditches or canals, is prohibited. The use of any chemical product in a manner that will allow airborne or waterborne entry of such products into surface water is prohibited. This rule shall not apply to the use of chemical agents, by certified lake management specialists, for the control of algae and vegetation within the stormwater lakes or ponds. 2.2 Nutrient Management Pro ram Management and application of nutrients and fertilizers in the Everglades Airpark Parallel Taxiway South will adhere to the following guidelines: A. All fertilizers shall be stored in a dry storage area protected from rainfall and ponding. B. No fertilizer containing in excess of 2% phosphate /phosphorus (P2O5) per guaranteed analysis label (as defined by Chapter 576, Florida Statutes) shall be applied to turf grass unless justified by a soil test. C. Fertilizer containing in excess of 2% phosphate /phosphorus (P2O5) per guaranteed analysis label shall not be applied within 5 feet of the edge of water or within 5 feet of a drainage facility. D. All fertilizer shall be applied such that spreading of fertilizer on all impervious surfaces is minimized. E. Liquid fertilizers containing in excess of 2% phosphateiphosphorus (P2O5) per guaranteed analysis label shall not be applied thorough an irrigation system within 10 feet of the edge of water or within 10 feet of a drainage facility. F. Liquid fertilizers containing in excess of 2% phosphate/phosphorus (P2O5) per guaranteed analysis label shall not be applied through high or medium mist application or directed spray application within 10 feet of the edge of water or within 10 feet of a drainage faclity. 2.3 Pest Management Program Proper maintenance of plants and turf areas will minimize the ability of pests to successfully attack landscaping. Several general guidelines follow: A. Apply fertilizer and water only when needed and in moderate amounts. Excessive amounts of either can cause rapid growth that is attractive to insects and disease. B. Mow St. Augustine grass to a height of 3-4 inches. If cut shorter, the plants may become stressed and more vulnerable to pest infestation. Each mowing should remove no more than one -third of the leaf blade, and those cuttings should remain on the lawn to decompose. C. It is recommended that pesticides, fungicides, and herbicides be used only in response to a specific problem and in the manner and amount recommended by the manufacturer to address the specific problem. Broad application of pesticides, fungicides and herbicides as a preventative measure is strongly discouraged. The use of pesticides, fungicides, or herbicides is limited to products that meet the following criteria: Packet Page -2814- Exhibit 5.0 Application 051219 -13 2of5 9/24/2013 16.G.2. A Must be consistent with the USDA -MRCS Soil Rating for Selecting Pesticides B. Must have the minimum potential for leaching Into groundwater or loss from runoff C. Products must be EPA - approved D. The half -life of products used shall not exceed seventy (70) days 3.0 Street Sweeping This practice involves sweeping and vacuuming the primary streets to remove dry weather accumulation of pollutants, especially particulate matter, before wash -off of these pollutants can occur during a storm event. This practice reduces the potential for pollution impacts on receiving waterbodies by removing particulate matter and associated chemical constituents. Although street cleaning operations are frequently conducted primarily for aesthetic purposes, the primary objective of the street sweeping program for the Everglades Airpark Parallel Taxiway South is to improve the quality of stormwater runoff generated from impervious traffic areas. Street sweeping activities can be particularly effective during periods of high leaf fall by removing solid leaf material and the associated nutrient loadings from roadside areas where they could easily become transported within stormwater flow. Street sweeping operations will be performed in the Everglades Airpark Parallel Taxiway South at a minimum frequency of one event every other month. A licensed vendor using a vacuum -type sweeping device will perform all street sweeping activities. Sweeping activities during each event will include all primary street surfaces. Disposal of the collected solid residual will be the responsibility of the street sweeping vendor. 4.0 Solid Waste Mana egment In general, solid waste management involves issues related to the management and handling of urban refuse, litter and leaves that will minimize the impact of these constituents as water pollutants. Maintenance of adequate sanitary facilities for temporarily storing refuse on private premises prior to collection is considered the responsibility of the Contractor. Information will be distributed as necessary stating specifications for containers, separation of waste by type, where to place containers prior to collection, and established collection schedules. Fallen tree leaves and other vegetation, along with grass clippings, may become direct water pollutants when they are allowed to accumulate in swales and street gutters. The Contractor, upon request will receive periodic educational materials that address proper disposal of leaves and other vegetation to minimize water quality impacts. 5.0 Stormwater Management and Treatment System The stormwater management system for the Everglades Airpark Parallel Taxiway South is designed to maximize the attenuation of stormwater generated pollutants prior to discharge to Exhibit 5.0 Application 051219 -13 3of5 Packet Pa Re -2R' 9/24/2013 16.G.2. the off -site wetland systems. Operational details and maintenance requirements of the various system components are given in the following sections. 5.1 Wet Detention Lakes and Lake Interconnect Pipes The basic element of the stormwater management system consists of a series of interconnected wet detention ponds that provide stormwater. treatment through a variety of physical, biological, and chemical processes. A wet detention pond acts similar to a natural lake by temporarily detaining stormwater runoff, allowing opportunities for treatment processes to occur, prior to slow controlled discharge of the treated water through the outfall structure. Pollutant removal processes in wet detention systems occur during the quiescent period between storm events. Significant removal processes include gravity settling of particulate matter; biological uptake of nutrients and other ions by aquatic plants, algae and microorganisms; along with natural chemical flocculation and complexation processes. Maintenance of the wet detention ponds will consist of an annual inspection. During each annual inspection, the following items will be reviewed and corrected as necessary: A Inspect the outfall structure and orifices to ensure free - flowing conditions and overall engineering stability of the outfall system. B. Review the banks of the lakes and canals to ensure proper side slope stabilization and inspect for signs of excessive seepage that may indicate areas of excessive groundwater flow and possible subsurface channeling. C. Physically evaluate each of the lakes and canals for evidence of excessive sediment accumulation or erosion. D. Inspect the planted aquatic vegetation in the littoral zone to ensure that the desired vegetation species, percent coverage, and density are maintained. At the completion of the inspections, a written inspection report will be prepared, listing any deficiencies that need to be addressed or corrected by the Contractor. 5.2 Stormwater Inlets. Pipes and Culverts The grates should be unobstructed and the bottom, inside the inlet, should be clean. Check for any accumulation of sediment, trash such as garbage bags, or debris in the culverts connecting these inlets. Flushing out with a high - pressure hose may clean some sediment. Any noted blockage (due to a possible obstruction, or broken pipe, etc.) should prompt further investigation. Crushed or corroded culverts should be replaced with new ones of the same size. 5.3 Swales and Grassed Water Storage Areas These provide for conveyance and /or above - ground (or surface) storage of stormwater. With age, these areas usually fill in with vegetation and sediment. Swaies may need to be regraded and /or revegetated. It is a good idea to compare the existing slope and dimensions of the swale with the permitted design plans prior to the removal of excess sediment or regrading. Areas Exhibit 5.0 Application 051219 -13 4of5 Packet Page -2816- 9/24/2013 16.G.2. that show erosion should be stabilized with appropriate material such as sod planting, rock, sand bags, or other synthetic geotextile material. Regular mowing of grass swales is essential. These areas also improve water quality by catching. sediment and assimilating nutrients, and recharge the underground water table. Remove any undesirable exoticvegetatiom Culverts underneath driveways should be checked for blockage, and, If necessary, flushed with a high - pressure hose. After a storm, swales may remain wet for an extended period of time. This is normal and the water will recede gradually. 5.4 Ditches or Canals Fill material, yard waste, clippings and vegetation, sediment, trash, appliances,- garbage bags, shopping carts, tires, cars, etc. should be completely removed. Also check to make sure there are no dead trees or any type of obstructions which could block the drainage flow way. Maintenance cieaning/excavation must be limited to the same depth, width and side slope as approved in the current permit. Making a ditch deeper or wider may trigger a need for a permit modification. Provisions must also be made to prevent any downstream silting or turbidity. Be sure to dispose of all removed material properly so It won't affect any other water storage or conveyance system, environmental area, or another owner's property. 5.5 Oytfall Structure (also c9119d the Discharced Control Structure ar WOW) The outfall structure should be routinely inspected to determine if any obstructions are present or repairs are needed. Trash or vegetation impeding water flow through the st Wure should be removed. The structure should have a "baffle" or trash collector to prevent flow blockage and also hold back any floating oils from moving downstream. Elevations and dimensions should be verified annually with all current permit information. Periodic inspections should then be regularly conducted to make sure these structures maintain the proper water levels and the ability to discharge. 5.6 Earthen Embankments (Dikes and Berms) Check for proper elevations, width and stabitzatiom Worn down berms - especially if used by all - terrain vehicles or equestrian traffic — and rainfall — created washouts should be immediately repaired, compacted and re- vegetated 6.0 Qonstruction Activities A Stormwater Poliution Prevention Plan (SWPPP) has been prepared for construction activities to minimize activities contamination that may be caused by erosion and sedimentation during the construction process. The plan includes provisions related to soil stabilization, structural erosion controls, waste collection disposal, offsite vehicle tracking, spill prevention and maintenance and inspection procedures. A copy of the SWPPP is attached hereto and made a- part of hereof. Exhibit 5.0 Application 051219 -13 5of5 Packet Page -2817- 9/24/2013 16.G.2. STAFF REPORT DISTRIBUTION LIST EVERGLADES AIRPARK PARALLEL TAXIWAY SOUTH Application No: 051219 -13 Permit No: 11 -01375 -S INTERNAL DISTRIBUTION OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee L. Packet Page -2818- EXTERNAL DISTRIBUTION X Karyn Allman - 4270 X Rine Dalai - 4270 X Pennittee -Collier County Airport Authority X William Foley, P.E. - 4270 X Pennittee - Rookery Bay National Estuarine X Laura Layman - 4270 Research Reserve X C. Tears - 6862 X Agent - Urs Corporation X ERC Engineering - 6861 X Env Consultant - Passarella & Associates, Inc X ERC Environmental - 6861 X Fort Myers Backup File - 6861 GOVERNMENT AGENCIES X Permit File X S.W.F.R.P.C. Jim Beaver OTHER INTERESTED PARTIES X Audubon of Florida - Charles Lee L. Packet Page -2818- 9/24/2013 16.G.2. STAFF REPORT DISTRIBUTION LIST ADDRESSES Urs Corporation 7650 Corporate Center Drive, Suite 400 Miami FL 33126 Passarella & Associates, Inc 13620 Metrpolls Avenue Ste 200 Fort Myers FL 33912 S.W.F.R.P.C. Jim Beever 1926 Victoria Ave. Ft. Myers FL 33917 Audubon of Florida - Charles Lee 1101 Audubon Way Maitland FL 32751 Collier County Airport Authority 2005 Mainsail Dr Naples FL 34114 Rookery Bay National Estuarine Research Reserve 300 Tower Rd Naples FL 34113 Application No: 051219 -13 Page 2 of 2 Packet Page -2819- 9/24/2013 16.G.2. SOUTH FLORIDA WATER MANAGEMENT DISTRICT FORT MYERS SERVICE CtNTEn 2301 McGregor Boulevard, Fort Myers, FL 33901 (941) 338 -7929 • FL WATS 1 -800- 248 -1201 - Sunaom 748 -2929 Fax (941) 338 -2936 - wwwsfw:mdgov/org/exo/fttnyers/ CON 24 - 06 Regulation Department If ECrl Dear Permittee: `WIT 0 1 Subject: 'Instructions for Construction Commencement Notrutiy, Annual Construction Status Reporting, Engineer's Certification -and Surface Water Management / Environmental Resource Permit Conversion to Operation Related Submittals for - Projects to Remain Under .Single Ownership Attached to this instruction sheet are several District forms, which will assist you in satisfying conditions of your permit, as well as requirements of Rule 40E -1, 40E -4, 40E -40 and 40E -400, Fla. Admin. Code. Permit conditlons require these forms (or their equivalent) to be completed and returned to District staff within the specified time frames. Please be aware that these forms are provided to the pennittee ONLY, as the entity responsible to satisfy permit conditions,,and not his or her agent. CONSTRUCTION COMMENCEMENT NOTICE for Environmental Resource / Surface Water Managementt Permit (form no. 0960)'- Submit this fora, or its equivalent, within 30 days of permit issuance to inform the District of your actual or anticipated construction start date and the expected completion date. If the anticipated construction commencement and completion date is not evident at this time, please so notify staff in writing and later submit this data once the construction commencement date is known. ANNUAL -STATUS REFOR.T FOR SURFACE WATER MANAGEMENT SYSTEM CONSTRUCTION for Environmental Resource / Surface Water Management Permit (form no. 0961) - if construction is anticipated to exceed one (1) year, a yearty• report on the construction status this fort, or its equivalent) must be submitted to District staff beginning one (1) year after the initial c cmriiencement of constriction. CONSTRUCTION COMPLETION J CONSTRUCTION CERTIFICATION for Environmental Resource 1 Surface Water Managerent Permit (fornn no. 0881) - Before the operation phase of your permit can become efferlive, and within 30 clays after completion of the surface water, management system, you are required by sections 373.117 and 373.419, Fla. Stat (as well as the above cited rules) to haves Florida registered professional engineer, certify ,on form no. 0881 or its equivalent) all the surface.water management system facilities have been constructed in substantial axiformsnce *vvith the plans and specifications apprcmA by the Distrust. Use of this specific certification form is not mandatory, however, any other certification format your engineer elects to use must address,. as a minimum, at components of the surface water management system. A PERMIT CONDITION SATISFACTION STATEMENT (in place of form no. 0920) -- The engineer's certification subrritttal should also include a statement of satisfaction of all permit conditions. District staff will notify you of acceptance of your engineer's certification and the permit =nversion to the operation please. The District is committed to ensuring that all regulatory obligations of this pem» t are expeditiously adhered to and that any compliance requirements are satisfactorily completed in a timely manner. if you have'any questions or need assistance, please contact the District regulatory staff at West Palm Beach Headquarters (561) 686 -8800, Broward Service Center (954) 731 -3200, Fort Myers Service Center (941) 338 -2929, Martin / St. Lucie Service Center (661) 223 -2600, Naples Area Office (941) 697 -1605, Okeechobee Service Center (941) 462 -5260, or Orlando Service Center (407) 868 -6100. (Rev. 2199) Attachments ^GovERNItiG BOARD EkECUTNE OFFICE SERVICE CLVM _ ichael Collins, cininm4n - Vera M. Carter Nicolas J. Gutierrez, Jr. Frank R, Finch, P.E., Executive Director Chip Merriam, Dmtor �- wbchael D. Minton. 1Rce Chairawn Gerardo B. Fernandez Harkley R. Thornton James E. Blount. Chief of5taff Mitchell W. Berger Patrick J. Gleason Trudi IC Williams DIMIPT HEADQUARTERS.' 33ir1 Gun Club Road, P.O. Box 2468n W.' ta.i.., n ... h or aaQly,4680 . (561) 686-8800 - FL WATS 1- 800 - 432-2045 Packet Page -2820- 9/24/2013 16.G.2. SOM FLORIDA WATER MANAGEMENT DISTRICT iDU Environmental Resource /Surface Water Management Permit Annual Status Report for . i Surface.. Water Management System .Construction ►aw opal (Required wb~vn eoastruet6a duration neeeds one (1) year) W95 SOUTH FLORIDA WATER MANAGEMENT DISTRICT Fort Myers Service Canter 2301 Mc Gregor Boulevard Fort Myers, FL 33901 PERMIT NO. APPLICATION NO. PROJECT NAME: PHASE: Control Structure(sl % of Completion Date,gf Anticipated Complction ::Benchmark Description (one per major control structure): SWM Facilities Lake(s) Ditch(es)/Swale(s) Exf'iltr. Trench Dry Area(s) Berrn(s) Print Nwne % of Completion Permittee's or Authorized Agent's Signature Date of Completion Date Of Anticipated Date of Completion Completion Phone Title and Company Packet Page -2821- Date page 1 9/24/2013 16.G.2. E.l t~ T DEP /NPDES Program Attachment escwl 0 ., The following comment is advisory in nature and does not require a response tc) the District. r� cN Included with this letter /permit is a brochure from the Florida Department of Environmental Protection (DEP) on Florida's National Pollutant Discharge Elimination System (NPDES) program for construction activities. As the brochure indicates, the U.S. Environmental Protection Agency �- authorized the DEP in October 2000 to implement the NPDES stormwater permitting program in Florida. The District is assisting DEP by distributing this information to entities which may be subject to regulation under the NPDES program.' No response to the District is required. 0 A "Generic Permit for Stormwater Discharge For Stormwater Discharge (11 from Large and Small Construction Activities C( GP)" is required for a construction activity which contributes stormwater discharges to surface waters of the State or into a municipal separate storm sewer system. Phase I regulates "large" construction activity (disturbing five or more acres of total land area) and Phase 11 regulates "small" construction activity (disturbing between 1 and 5 acres of total land area). The permit required under DEP's NPDES stormwater permitting program is separate from the Environmental Resource Permit required by the District. Receiving a permit from the District does. -not exempt you from meeting the NPDES program requirements. 1 " - If you have any questions on the NPDES program, there are DEP phone numbers, mailing addresses and internet web page addresses in the brochure. The DEP web site, at www.dep.state.ff.us /water /stormwater /npdesl. provides information associated with the NPDES program including all regulations and forms cited in the brochure. Packet Page -2822- 9/24/2013 16.G.2. EXHIBIT L: STANDARD DETAILS Refer to information posted at: http: / /bid.colliergov.net/bid/ • Exhibit L -1 Geotechnical Report • Exhibit L -2 Construction Safety and Phasing Plan 106 Construction Services Agreement: Revised 03/01/2013 Packet Page -2823- 9/24/2013 16.G.2. Allied Engineering Providing Geotechnical Engineering 5320 Lee Boulevard Materials Testing, Construction Inspections, Lehigh Acres, Florida 33970.0754 & Testing, Inc. and Em4ronmental Services (239) 334.6833! (239) 334 -6614 FAX n•w Allied- Eneineerinp.com emafl: Allied941Caol.com November 21, 2003 Mr. Luc J. Carriere, P.E. Project Manager Hole Monies & Associates, Inc. 6202 -F Presidential Court Fort Myers, Florida 33918 (941) 985 -1200 (941) 985 -1259 FAX SUBJECT: Gootechnical Engineering Services Everglades City Airport Collier County, Florida Allied Project Number 43 -5850 Dear Mr. Carriers: Allied Engineering and Testing, Inc. is pleased to submit this report for the geoteohnical engineering services for the above referenced project. The scope of our services was outlined In Allied'fs Proposal No. GT02 -927, dated October 17, 2002, and authorized by you on October 27, 2003. The following report presents the project information made available to us, our observations of the existing site conditions, the subsurface geotechnicat information obtained during this exploration, and our recommendations for geotechnical design parameters and SRO preparation. Also included with this report is a boring location plan and the results of our laboratory and field testing. The assessment of the site environmental conditions forthe presence of pollutants in the soil, rock, and ground waterat this site was not included as part of our services. We appreciate the opportunity to be of service to you. If you have any questions regarding the information contained in this report or if we may be of further service to you do not hesitate to reach us. Sincerely; ALLIED ENGINEERING & TESTING, INC. .�,�Veg. _ Christbpher Mackay Paui .f. er, P.E. Staff Engineer Florida 9716 C opiers submitted: (3) Address -° CA1W NmWw Aajed1= Rco"W3 -SM Hvnglodw OW AVWtarpd Packet Page -2824- 9/24/2013 16.G.2. Fve►g bdes City Allport Afflied P1 Ad No 43-5850 Hole Mantes & Assordetes, Inc. November 21, 2003 TABLE OF CONTENTS PROJECT INFORMATION ........................ ..................... Page 1 SITE CONDITIONS ...................................................... Page 1 SUBSURFACE EXPLORATION ........................................... Page 9 LABORATORY TESTS ............ ....... ............................... Page 1 Gradation Tests..... .... ......... ............................... Page 2 Limerock Bearing Ratio Tests (L.BR) ... ............................... Page 2 Atterberg Limits Tests .............. ............................... Page 2 Organic Content Tests ............. ............................... Page 2 Corrosion Series Test ........ ............................... I ..... Page 3 SUBSURFACE GEOTECHNICAL CONDITIONS .............................. Page 3 GEOTECHNICAL EVALUATION ........... ............................... Page 4 SITE PREPARATION PROCEDURES ....... ............................... Page 5 Area without umuck' stratum ......... ............................... Page 5 Area with "muck" stratum ........................................... Page 5 BASIS FOR EVALUATION AND RECOMMENDATIONS ........................ Page 6 Figure 1 - Site Vicinity Map Figure 2 - Soll Boring Location Plan Figure 3 - Soil Boring Profiles Table 1 - Laboratory Test Results APPENDIX A Soil Test Boring Procedures Classification and Symbols APPENDIX B Llmerock Bearing Ratio Test Results APPENDIX C Gradation Analysis APPENDIX D Corrosion Series Test Results QWWFsYsG- PmjaetQW3Rtp"W -SM EVUSUCIM CfTAvPmtvpd Packet Page -2825- 9/24/2013 16.G.2. Everglades City Airport Aged Pr *d No 43 -5850 Hole Monies & Assoc!at�s Inc. November 21 2M PROJECT INFORMATION Hole Montes & Associates, Inc. retained Allied Engineering A Testing, Inc. to perform a geotechnical engineering evaluation for the Everglades City Airport project located to Everglades City, Coiller County, Florida. Refer to Figure 1 for a site vicinity map. We understand the proposed project includes construction of a new taxiway. The proposed taxiway will be approximately 1,600 linear feet long and consist of bituminous asphaltic concrete pavement, overlying limerock base course. The purpose of this study is to evaluate subsurface soil and groundwater conditions at the taxiway area. The results of our subsurface exploration of soils and groundwater conditions are presented herein along with a geotechnical engineering evaluation and site preparation recommendations. . SITE CONDITIONS r° The site is open and generally level. No pronounced surface gradient can be determined visually. The site Is covered with grasses and weeds. No standing water was observed at the site during our exploration program. SUBSURFACE EXPLORATION The subsurface soil and groundwater conditions at the taxiway area were explored by drilling (3) Standard Penetration Test (SPT) borings to a depth of about 25 ft and (4) auger borings to a depth of about 10 ft. The SPT borings are designated with symbols B -1 through S -3, and the auger borings are designated with symbols A -1 through A-4. The number, depths, and locations of the borings were selected by Hole Montes, Inc. in consultation with Allied. The Boring Location Plan (Figure 2) illustrates the approximate location of the borings. After drilling, tine boring locations were staked by Allied to provide a reference for a land surveyor to locate the borings. All borings were drilled In November, 2003. The SPT borings were performed in accordance with general procedures described in Appendix A. The 10 ft. auger borings were advanced with a 44nch diameter continuous flight auger. The borings were advanced by slowly twisting the auger into the soils. The auger is then pulled up vertically to expose the soil strata along the auger flights. Samples were then removed and classified by the engineering technician. The field log was prepared by the technician. Representative samples of each soil stratum were returned to the laboratory for further classification by the geotechnical engineer and laboratory testing. LABORATORY TESTS The laboratory tests were conducted in general accordance with ASTM specahcations. The laboratory test results are summarized on Table 1. The laboratory test data are presented In Page i Packet Page -2826- 9/24/2013 16.G.2. Everglades Uy Ali%d Project Na 435850 Hof& Montes 8 Assocta+fes, Inc. November 21, 2003 Appendices B, C, and D. The ASTM method number for each test and to number of. tests completed are presented in the following table. TEST DESCRIPTION NUMBER OF TESTS ASTM TEST METHOD Gradation Analysis 1 D-4= Percent Passing No. 200 Sieve 1 D-422 Natural Moisture Content 2 D -2216 Urnerodc Bearing Ratio 1 D -1557 Atterburgg Limits 1 D-4318 Visual Soil Classification 34 D -2488 Organic Content 2 D -2974 Corrosion Series Test 1 FDOT Procedure Gradation Tests A total of one (1) gradation test was performed on sample obtained during the field exploration program. The sample was selected to represent the range of soil strata encountered. Material passing the No. 200 sieve is considered °fines" and will be either silt or day. The percent passing the No. 200 sieve is 13.2 percent. The particle -size distribution curve is presented in Appendix B, and the test results are summaized on Table 1. Limerook l3®arino Ratio To (LBR) An LBR test was performed on one (1) bulk soil sample. The sample was obtained in the vlcinity of auger boring A -2. The sample location Is presented on the Soil Boring Location Plan (Figure 2). An LBR test was performed on the existing natural soil encountered at a depth from about 0 to 2 feet below ground level. The LBR value of 66 was obtained in our laboratory test. Aiterbam Limits Teas An Atterberg Limits test was performed on 1 (one) soil sample. The test included determination of the Liquid Limit (LL) and the Plastic Limit (PL) of the soft. The difference of these Wo numbers is called the Plastic Index (PI). The LL and PL values determine the type and relative plasticity of the soils. The test results are presented on Table 1. Oroanic Content Ted Organic content tests were performed on (2) soft samples. organic soil samples obtained during the field exploration. C-Azieanaaeo PrVe'r' 01.i rqp -[4s 5m^ �t x c5� tip cwpa The samples were selected from the Based on the visual proc*dure for Packet Page -2827- Page 2 9/24/2013 16.G.2. Everglades Cfty Airport AI&d Project No. 43 -5850 Hale Montes & Associates Inc. November 21, 2003 description and identification of soils, the samples selected for the tests contained the most organic content. The organic test results for the tested samples range from 10.2 percent to 28.1 percent. The test results are summarized on Table 1. Corrosion Series Test The corrosion series test Includes measurement of pH, reslsdvity, chloride, and sulfate content. The test was performed on one sample obtained from the bulk soil sample collected in the field for CBR test. The results of the corrosion series test are presented in Appendix D. Based on the test results, the soil is classified as a slightly aggressive environment. . SUBSURFACE GEOTECHNICAL CONDITIONS The subsurface conditions encountered at the test boring locations arc+ presented on the Soil Profiles (Figure 3). The test boring profiles represent our interpretation of the soil conditions encountered based on the driiferas field logs, visual examination of the soil samples obtained In the laboratory by a geotechnical engineer, and laboratory test results. The stratification Ilnes representing the interface between various changes in soil condition and types are approximate. The actual transition between sod types may be gradual. According to the Unified Soil Classification System, the subsurface soils have been grouped into 7 strata. General descriptions of these 7 strata are represented on the so[( boring profiles. The strata groupings are based on our evaluation of the engineering properties of the soil types encountered. The subsurface soils encountered at SPT and sugar borings drilled at taxiway area consist of clayey sands (Stratum 1), clean to slightly aitty sands (Strata 2, 5, and 6), sandy clay (Stratum 3), sandy clay with decayed organic (Stratum 4), and limestone (Stratum 7). Stratum 1 soils consist of gray, clayey sands. These sands are very loose, based on the SPT N- values. They are encountered in only one boring, B -1, from the existing ground surface to a depth of about 2 ft. Stratum 2 soils are light brown to brown, fine, clean to slightly silty sands with scattered zones containing a trace of shell fragments. They are loose, based on the SPT N- values. They are encountered from the existing ground level to a depth of about 2 ft. in the SPT borings, B -2 and 84, and to a depth ranging from about 4 ft. to about 6 ft. in auger borings A -i through A-4. Stratum 3 soils consist of olive gray, sandy clay. This clay has medium to high plasticity. ft Is soft to firm, based on the SPT ESE-- values. It is encountered beneath Stratum 2 soils in SPT boring B-3 and three auger borings, A -2 through A4. This stratum extends to a depth of about 4 ft. in boring B-3, and to the depth drilled of about 10 ft. In borings A -2 through A4. Stratum 4 soils consist of gray to dark gray, sandy clay with decayed organics. This stratum is known locally as `much'. Based on our laboratory test results this 'much' layer contains from 10.2 percent to 28.1 percent of decayed organic matter. it is encountered at depths from about 2 ft. C:oiNed FamAGeo 117ojwta(Ki+ Rvpwt%W:6 SCSO RwxjWs Cky Akpor_cp1 Page 3 Packet Page -2828- 9/24/2013 16.G.2. EvWgtades Qty AiW# Afied Protect No. 43 -SM Hate Mores & Associates, I= November 21, 2= to about 12 ft. In borings B -1 and B -2, from about 4 ft, to about 12 ft. in boring B-3, and from about 4 ft. to the depth drilled of about 10 ft in boring A -1. Stratum 5 soils are gray, fine sands. These sands we loose, based on the SPT N- values. They are encountered at depths from about 12 ft. to about 17 ft. In only two SPT borings, B-2 and B -3. Stratum 6 soils consist of light gray to gray, silty sands with scattered zones containing gravel. These sands are loose to medium dense, based on the SPT N values. They are encountered at depths from about 12 ft. to about 22 ft. in boring B -1, from about 17 ft. to about 2411. in boring 13-2, and from about 17 ft. to about 22 ft. in boring B-3. Stratum 7 consists of light gray to gray limestone. The stratum is soft to hard, based on the Si'T N- values. It is encountered at a depth of about 22 ft. In borings B-1 and B -3, and about 24 ft. in boring B-2. In all of these borings, it extends to the depth drilled of about 25 ft. beneath the existing ground level, Groundwater was encountered at about 1.5 ft. below the ground surface in all soil borings at the time of drilling. Fluctuations in the groundwater level may occur, due to rainfall patterns, seasonal temperature variations, and construction activities. GEOTECHNICAL EVALUATION The geotechnical evaluation for this project is based on the subsurface soil and ground water conditions encountered during this study, the project information made available to us, laboratory test data, and our site observations. Based on the subsurface soil conditions (Figure 3), the proposed taxiway will be founded on dean to slightly silty sands and clayey sands that extend to a depth ranging from about 2 fL in borings B-1 through 134, to about 6 ft. In borings A -2 and A -3. Beneath these sands, the sandy day and sandy clay with decayed organic matter, known locally as `muck' was encountered to a depth of about 12 ft. in boring IB -1 through B -3, and to the depth drilled of about 10 ft. in boring A -1. The encountered "muck" layer will further decay and consolidate over a long time even though under a relatively low external pressure. To avoid the excessive settlement of the proposed taxiway pavement, we recommend that the proposed taxiway be founded on a consbuction fill, prepared as it is indicated in the site preparation procedure. !Ne understand the proposed taxiway will be paved with asphaii over limerock base course underlain by stabilized subgrade with a LBR value of 40. Based on our experience with soils similar to the soils encountered in our yield testing, we recommend a LBR value of 30 for the existing subgrade soils. To obtain the minimum LBR value of 40 needed for the stabilized subgrade, the "in situ" soils will require mixing with limerock or shel(. It is our professional opinion that the high value of 66 for LBR obtained in our laboratory testing is valid for the soils encountered only in the vicinity of auger boring A-2, where the tested sample C_I,A&W FislGeo Pre)= W3 R*01 s0 -5859 5-06W CW A+PWtM d Page 4 Packet Page -2829- 9/24/2013 16.G.2. Evemledes City Airport Allred Proiect No. 43-5850 i'-'1 Hole Montes & Associates, Inc. November 21, 2003 was collected. Other areas covered by the proposed taxiway may have significantly lower LBR value than that obtained in our laboratory testing. SITE PREPARATION PROCEDURES Site preparation procedures should begin with the removal of existing vegetation, surface debris, or other unsuitable materials. Area without "mgck" stratum Following the initial clearing, the exposed ground surface in the vicinity of auger borings A -2, A -3, and A-4, where `muck` stratum was not encountered during our investigation should be proof- rolled with a Wily loaded truck or front end loader. Any loose or soft yielding areas detected during proof-rolling should either be further compacted orremoved and replaced with a suitable structural fill. 'Suitable structural fill soil will be a relatively clean, cohesionless sand. The sand should contain less than 10 percent of soil which passes the No. 200 slave, does not contain clay balls, and has no rock fragments greater than 3 inches in diameter. -During the proof-rolling operation, a geotechnical engineer or and engineering technician working under his direction should observe the soils to verify that the exposed soils are suitable and that unsuitable soils have been removed. Samples of the soil should be obtained to determine its maximum dry density and optimum moisture content in the laboratory in accordance with ASTIVi D -1557 (Modified Proctor Test). The exposed ground surface at the proposed taxiway location should be compacted, once the proof - rolling has been completed. The soil should be compacted to achieve at least 95 percent of the soils Modified Proctor Maximum Density (ASTM D -1557 latest specification) to a minimum of 4 ft below the bottom of the proposed taxiway pavement. Temporary dewatering may be required to achieve the degree of compaction indicated above. Following completion of the compaction operations, the soil should be tested to verify the minimum degree of compaction has been achieved. This level of the soil compaction is required to keep the differential settlement less than 0.5 inch. Are wrdn "muck" sirstum The exposed ground surface in the vicinity of borings A -1, B -1, S -2, and B-3, where the amuck" layer was encountered during ourfield investigation program, and also in other area where 'muck" may be encountered during construction process, should be stripped off to a minimum depth of 4 ft. below the bottom of the proposed taxdway pavement. Temporary dewratering may be required to allow excavation and construction process in dry. After stripping process is completed, a geosynthedr. material should be placed on the exposed ground surface to a distance of at least 5 ft beyond the edge of the taxiway pavement. The geosynthetic material will bridge the soft layer of amuck" and separate the stabllized subgrade from the "muck" stratum. The geosynthetic material will provide stabilization of the subgrade by preventing the subgrade particles from C1A w F&9%0w Pmedt=3 Re�nftW3--qM BmlWw CiW AkPWtV4d Page 5 Packet Page -2830- 9/24/2013 16.G.2. Everglades City Airport Allied Pnxed No 43 -5650 Hole Monfe►s & Associates lira November2l, 2003 ^ migrating into the soft subsoil. The stabilized subgrade will increase life, load carrying capability, and reduce a total and differential settlement of the proposed taxiway pavement We recommend using Amoco 2002 or AMOCO 2006 (or equivalent) woven geotextile designed for application where tensile and shear strength of subsCA is of primary concern. The geotextile material should be stored and Installed with a manufacturer recommendation. The stabilized fig required to rise the site to final subgrade may be placed directly on the geosynthetic material and be a minimum of 4 ft. thick. The fill should be placed in loose lifts of a maximum 124nch thickness and spread over the geosyntheiic material with relatively small earthmoving equipment. Each lift should be compacted to a minimum of 95% of the Modified Proctor Maximum Soil Density (ASTM 0.1557) prior to the placement of subsequent lifts. The site preparation procedures should be observed by a geotechnical engineer oran engineering technician working under his direction to document the work has been completed In substantial accordance with the recommendations made in this report. The laboratory testing Is necessary to provide the necessary information for a quality control program during compaction. BASIS FOR EVALUATION AND RECOMMENDATIONS The evaluation and recommendations of this report are based on the information provided and the soil conditions encountered at the specific test locations. These recommendations apply only to the specific, project and site. If there are any changes to the project information discussed in this report we should be contacted to review the changes and modify our recommendations, if necessary. The oonstructbn procedures and geotechnical conditions encountered should be observed by experienced geotechnical personnel. This is necessary since the conditions encountered in the soil during this study could change between the test locations and the conditions may not be the same as those anticipated by the designers orcontractors. Additionally, the soils could be altered by the construction process. If changes In the soil conditions are encountered or if the procedures are not adequate, this information should be reported to the design team so that timely recommendations can be prepared to solve the problem. Based on Allied Engineering & Testings' familiarity with the project, the subsurface geotechnlcal conditions, and the intent of the recommendations, we recommend the owner retain our firm to provide the necessary site observations and testing. C'WW FO=%G o Projed 2W3 PVofW.1 -3M Eva&&= City AupuitVd Packet Page -2831- Paga 6 9/24/2013 16.G.2. FIGURE 2. BORING LOCATION PLAN NOTE: BASE DRAWING PROVIDED BY CLIENT A ALLIED ENGINEERING -AND TESTING, INC. E 5300 Lee Boulevard, Lehigh aorss, Florida P.O. BOX 754. LEHM ACRM R 33970 -0754 943 - 334 -6833 Client: Hole Monies, Inc. Dare: 11119/03 rroleor: Everglades Airport, Collier County, Florida Job No.: 43 -5850 Ap� Jeff D'huyve #ter Drawn ay: Cm Packet Page -2833- l CO uj z� O M Cb C4 DL 9/24/2013 16.G.2. toll �S � �, � $���$�� Asa 0 MWOMMENUMN, i3�j NI spy Packet Page -2834- J .7 W A O O W J m H �p UZ m m4 w� 4 9/24/2013 16.G.2. Y =I ry N os e 2 F Z Packet Page -2835- APPENDIX A Soil Boring Procedures Soil Classification System Packet Page -2836- 9/24/2013 16.G.2. 9/24/2013 16.G.2. Everglades City Afiport Alfed Project No 43-3850 Hole Monies & Assoclates, Inc. November 20 2009 SOIL. TEST BORING PROCEDURES The soil test borings forthis geotechnical study were performed in general accordance with ASTM D -1586 standard specifications. In the Standard Penetration Test a 1.4 inch I.D., 2.0 inch O.D., split barrel sampler is driven into the soil at the test depth with a 140 -pound hammer falling 30 inches. Dependent upon the soil conditions encountered, the boring is advanced by rotary drilling procedures or continuous sampling. With either method the borehole is stabilized with .a viscous bentonite drilling fluid. The number of blows necessary to drive the hammer 18 inches or until 50 blows results In less than 6 inches of penetration Is designated as the Standard Penetration Test. The' number of blows for each 6 inches of penetration is recorded. The first 6 inches of penetration is considered to be a seating drive and the remaining 12 inches is the Standard Penetration Resistance Test Value (N Value). Upon completion of the penetration test, the sample retrieved from the split barrel sampler Is classified in the field by the driller and a representative portion is placed in a sealed glass jar. The samples are then transported to the laboratory for visual classification by a geotechnical engineer and further laboratory testing, if necessary. CAA]] d ];O% w Pmjatt2 W Repo tM31 .5850 E+agMN CIW AVPMVTd Packet Page -2837- 9/24/2013 16.G.2. Eveobdes City Airport AUied Project No. 43-58W Note Nontes & Associates, Inc. November 20, 2043 SOIL CLASSIFICATION N -VALUE - STANDARD PENSIRATION RESISTANCE TEST VALUES, BLOWS PER FOOT CLASSIFICATION CORRELATION OF N -VA WITH RELATIVE DENSrTY AND i SILTS AND CLAYS N- VALUE COHESIONLESS SOILS 0 -2 RELATIVE N- VALISE DENSITY 0-4 VERY LOOSE 5 -10 LOOSE 11 -30 hMDIUMDENSE 31 -50 DENSE over 50 VERY DENSE CORM Xfts —WEN CY WrrH A SILTS AND CLAYS N- VALUE CONSISTENCY 0 -2 VERY SOFT I 3-4 SOFT 5 -8 FEW 9-15 STIFF 16-30 VERY STIFF 31 -50 HARD _ -.— rn :—vrtanr% 9LA7ION OF N- VALUES _ARDNESS DESCRIMN MODIFIERS LINBSTONE RELATIVE N -VALUE P&NSITY 0 -19 VERY SOFT 20-49 SOFT 50 -100 MEDIUM HARD 50 for 2 to MODERATELY 5 inches HARD 50 for 0 to HARD 2 inches CM&od Fie Gco ftied=3 Repor&A3-WO Bvembdo City AiWtvV Packet Page -2838- MODIFIERS APPROXIMATE APPROXMATE SAND/ FINES CONTENTS MODIFIERS GRAVEL COlYI` NT V�iODIFI&RS 5%-15% slightly sk slightly clayey 5 -15% slightly sandy slightly gravely 15%-25% with silt 15%-25% with sand with clay with gravel 25 - 49`A sandy, gravelly 25%-49% silty, clayey CM&od Fie Gco ftied=3 Repor&A3-WO Bvembdo City AiWtvV Packet Page -2838- 9/24/2013 16.G.2. APPENDIX B Umerock Bearing Ratio Test Results Packet Page -2839- @[i�� ���c�s>iec�� �QE rx . V�D4iE0�g e•z6••; 9/24/2013 16.G.2. 530b Cee blvd.. Lehigh Acres, FJ 33971 Voice: Sf3 -33-0 -6835, F= 8J3- 332 87S4 REPQR -T OF LIMEROCK BEARING RATIO (FM 5 -51P a n d MODIFIED PROCTOR emu D -1557, A SHTO -TIUC To- NOLE MONTES, INC. ca Project Flame: EVERGLADES AIRPORT Project Location: 'COLLIER COUNTY, FLORIDA Contraafor 2DO - w i J i a � m J i i 1 1' 00 i0 W r0 iQ i0 '0 0 115 k U 0. v 114 y Z w ° 113 c- a 0 112 111 110 1 8 9 10 •11 ,12 13 14 15 idi)t51UKt c unitrt! ��•� Sample Description: _ BROWN SAND WITH SHELL SILT bRGaN�C Sample Locotion: A-2 Proposed Use: STABILIZED SUBGRADE Sampled by: CLIENT Doic 11 -06 -03 Tested by: R. GIBSON Dail: 11 -10 -03 Remorks! Packet Page -2840- LBR DATA LBR No.: 1 Re aired 40 LBR Value Maximum 66 LBR Value Pereeni NSA carbonales Ps cent Passing 100 3/4 In, Sieve Percent Passing $3 No. 4 Slave PROCTOR DATA Maximum Dry Densliy 116.4 ycf Op(imum Moisture 11.3 q Content Reviewed By: PAUL J. D I HUYVETTER PI Fla. license No. 59T16 Date: 9/24/2013 16.G.2. APPENDIX C Gradation AnsWsis Packet Page -2841- 9/24/2013 16.G.2. APPENDIX D Corrosion Series Test Results Packet Page -2843- 9/24/2013-16.G.2. I A & SLABORATURIES, INCORPORATED 2165 SUINNYDALE BLVD. • SURE Q ■ CLEARWATER. FLORIDA 33765.17271441 -2044 . Fax 1727144a.B74A Gregory . Al en Laboratory Director Packet Page -2844- TEST REPORT A & S Project Number. 443627 Customer: Allied Engineering & Testing, Inc. Project Plumber. I'VA Attention: Cal Santarelh Sample Number: LBR -1 Sample Type : Soil Sample Location. Everglades City Date Sample Tested: 11/17/03 The results of tests performed In accordance with FDOT and California Department of Transportation Methodologies are as follows: PARAMETER CRITERIA TEST METHOD RESCiLTS Sulfates (as SO�) <200 ppm FM 5 -553 5 pprn PH 5.10 FM 5 -550 6.65 Resistivity >3600 Ohms•cm FM 5 -551 14,12DOhms'cm Chlorides (as CI) <100 ppm FM 5 -552 3 ppm Gregory . Al en Laboratory Director Packet Page -2844- oW 3 9/24/2013 16.G.2. Allied Engineering Providing Geotechnical Engineering 5320 Lee Boulevard Materials Testing, Construction Inspections, Lehigh Acres, Florida 33970.0754 Inc. & Testing, and Environmental Seiwices (239) 334.6633 / (239) 334.6614 FAX www.Allied-Engineering.com emag:AHied941@aol.com May 3, 2004 i iA" Y 0 42 0 D4 Mr. Luc Carriere, P.E. Hole Montes 6202 -F Presidential Court Fort Myers, FL 33919 RE:_ Everglades Airport Parallel TaxiWay Allied Project No.: 43 -5850 Dear Mr. Carriere: As requested, Allied Engineering & Testing, Inc. (Allied) has reviewed our geotechnical report dated November 21, 2003 and your proposed "Typical Section" submitted to us via mail on April 21, 2004. 1 / " Our geotechnical report recommended a sec�t.��o that geosynthetic fabric under four feet of compacted fill be utilized in the area`s where "muck" was encountered. The geosynthetic fabric recommended was AMOCO 2002. The proposed section shows a geosynthetic fabric under one foot of stabilized subgrade. The proposed section is acceptable. However, we recommend that a heavier geosynthetic fabric be used to compensate for the thinner overall section. Based on the information provided, we recommend that AMOCO 2044 or equivalent be used for this section. If we can be of further assistance, please contact the undersigned at (239) 334 -6833. Sincerely, Allied Engineering & Testing yvetter, PE F g. No.: 59716 Packet Page -2845- �=M HOLE MONIES WHO-RAM-MM 6202•F PresWar ial Coud I Fod Myers. SON2 33919 - Phone: 234.985.1200 - Fax 239.985.1256 April 21, 2004 Mr. Paul J. D'huyvetter, P.E. Allied Engineering & Testing, Inc. 5320 Lee Boulevard Lehigh Acres, Florida 33970 Re: Everglades Airport Parallel Taxiway HM # 2003.130 --2. Dear Ivlr. D'huyvetter: 9/24/2013 16.G.2. In the geotechnical report that you prepared on November 21, 2003 for the above referenced project, you indicate that soft soils ( "muck ") were identified in the areas where the taxiway is proposed to be constructed. You recommend that the existing material be stripped off to a minimum depth of 4 feet below the bottom of the proposed taxiway pavement and that a geosynthetic material be placed and covered with suitable fill. My concern is that the excavation would extend below sea level and will be very difficult to dewater. The removal may result in disruption of the underlying material and make construction impossible. I am suggesting that only the material be removed to allow smooth surface to place the geotextile fabric and one foot of suitable fill below the limerock base. This would minimize disruption of the existing soil and keep the project out of the water table. Attached is a plan with the proposed cross section of the taxiway for your review. Would you please indicate if this alternative is suitable for this application. Very truly yours, HOLE Manager 15clrnty Attachment — as stated W: 12003120031301E .TC1YhuyvcnerO12104•kcdoa Naples • F_Facket Pge -2846- 9/24/2013 16.G.2. CONSTRUCTION SAFETY & PHASING PLAN For PARALLEL TAXIWAY EXTENSION At EVERGLADES AIRPARK EVEGLADES CITY, FLORIDA The FAA has established criteria for development and implementation of a safety and phasing plan during construction, included in Advisory Circular 150/5370 -2F. This document was prepared to correspond within the subject outlined in the Advisory Circular (AC). The Contractor is to prepare a Safety Plan Compliance Document (SPCD) that details how the Contractor will comply with this plan, in accordance to the AC. The SPCD shall be submitted to the Airport Authority and Engineer to review for approval prior to issuance of Notice To Proceed, The CSPD shall be reviewed with the Contractor at pre -bid, pre - construction and weekly coordination meeting during construction. The numbers indicated for each element of the plan reference the appropriate section of the AC. 205 -- Plan Coordination The CSPP was developed in coordination between the design engineer and airport operation personnel with the Airport Authority. The document was submitted to the FAA as part of the final design review and comments incorporated herein. The CSPP will be included in the construction documents issued for bids and will be reviewed with potential contractors at the pre -bid conference. The CSPP along with the contractor's SPCD will be reviewed at the pre - construction conference and will be a standing item of discussion for the weekly construction progress meetings. 206 — Phasing The project consists of construction of a taxiway extension that will connect the aircraft apron area to the south end of the runway. The project includes drainage and airfield lighting improvements. Access to the project site will be through the security gate at the rear of the terminal building and will cross existing turf tie -down area, T- hangar taxilanes and existing taxiway. The project will need to be coordinated to maintain access to and from the T- hangars to the airfield. The existing taxiway will be closed at the north edge of the T- hangar taxilanes. The south turn - around area will be closed with barricades placed 125' from runway centerline: A graphical representation of the project is included within the construction plans and included as Exhibit 1 to this document. The project will also require construction adjacent to the runway, which will require closure of the runway. Work within 125' from runway centerline will require closure of runway. Contractor will need to phase this work within the SPCD to minimize disruption to the airfield. Page l of 11 Packet Page -2847- 9/24/2013 16.G.2. Closed runway markings will be as shown on the plans and is furnished by the Airport Authority. Barricades, flagging, and flashers are required to close taxiways and will be supplied by the Contractor. 207 — Area of Operation Affected By Construction A graphical representation of the project is included within the construction plans and included as Exhibit 1 to this document. For Duration of Construction: Turf Apron will be closed and used as staging areas; Existing taxiway south of apron and sough turn - around will be closed. Aircraft will need to back taxi from apron to threshold of Runway 15. North portion of taxiway will remain operational. Contractor to maintain access to T- Hangar as scheduled by Airport Operations. Tenants to notify airport operations of intended need for access to and from T- hangars. For work within 125' of runway centerline: • Daytime only runway closure limited to two weeks for grading and drainage and one day for paving. • Contractor to place and remove runway closure markers as directed by airport operations. • All excavation to be backfrlled and stockpile removed from ROFA prior to opening of runway. • Contractor to verify that the runway edge lights are working properly prior to opening of runway. • All equipment shall be removed from ROFA prior to opening runway. The effects of construction on the airports operation are described in table 3 -1. The normal condition describes operation while work is outside the ROFA and the Phase category describes closed airport while work is performed in ROFA. Table 3 -2 provides dimension of runway safety area and able 3 -3 provides criteria for protection of approaches to the runway. Page 2 of 11 Packet Page -2848- 9/24/2013 16.G.2. Table 3 -1 Airport Operations Effects r n Extension of parallel taxiway yAiiane t3esgn: :RSA'Wtidtli•meet Y ,, >�'�as�e�:, ^_ Work within Runway OFA _ ,�f•, r��4 ;.;_.__ - '"�xi�.�' {.PD�YRI.iCU� �-+7a '.h4"4. z A 4M f Sco a A1�W�orlcn Construct Taxiway 350'x 25' O�aerationai Requirements '� �Rhe yNOirm'a1xsEling }� , 15 -33 A ( <91 knots) I (<19' wingspan) 60' t.Runv_ia �t334risr`ae °O' Qiiftiols Y- i raft Small Arc Runway closed y ...- =�p:�-,. ..:..... �. =,. —; .sz = = General , iy�.— � "s'::�� •:..��: _. . °'-a z@.Z.i ��ii'' ^iS�lv�:�:_r.'ri_ ei'`_ – Aviation - :?e:- .t:c : ^.: -: �;:•;a�:.:t:::: ;.; 2.:. v:. 4.s.:.:r.sn'.v:..`..:n¢.- �__:.: _.._::: -:r :..... :......_..rte..,.. •. ��� Rurivkay,a�ARC Al Closed . :�;�'AV'r?= i` °�'�:ry. ;-- i`� -��� �- ��y'i•�' - -•'sz j::-...y.- y'.C- _:wC�eCFS •RSii3-�:;� :y �RnY51 -3 /0.�proa>a Ifislbl Visual N.A. --•" "lI.F.1llY Mk`oar' ... •__. .;...:. .,.. vs.rE?ci;:a ::�Y'.:= •a:.ii iz5e.. ..... ..:.-...... ..._ ._...- _ : _ Ax,'.. 3 , > Ran�vay y153 i.srXtlY �- 2400 Same 'Rur#wgy 1 Approach Pr��edurs ' Visual Closed "•f RumKaY.951+41A1Q:s None None _�. ___ _— __'::_ —.T•. . � W.V. «•` �•<' L�..R'YA .:. Ta�cihry =A,A�G I Closed uv r. Y . T. Table 3 -2 Area that must be protected along the runway - edges: Runway Aircraft AI?Ph yAiiane t3esgn: :RSA'Wtidtli•meet Y _ ^� 4' Cat Q * (�rAU *—�• -r - '"�xi�.�' {.PD�YRI.iCU� �-+7a '.h4"4. --- 15 -33 A ( <91 knots) I (<19' wingspan) 60' Page 3 of 11 Packet Page -2849- 9/24/2013 16.G.2. Table 3 -3 Area that must be protected before the runway threshold: Rurnnray Airplane Aircraft - .Minimurn Safetj�AtBa Mirairnut� Distance to End Design Approach P e ThreshoCd* Threshold Based ort Required Y Number group* tt�" `- APPrpl� slope s ts -t.. x t7 ir -z 777.77 9 T.Tl .... uC 15 i A 240: FEET 20: 1 to (threshold) 33 I A 240: FEET 20: 1 to (threshold) Note: No Construction equipment within approach to runway when runway is active. 208 — Navigational Aid (NAVAID) Projection The only NAVAID on the airport is the rotating beacon: This beacon shall remain operational unless airport is closed. 209 — Contractor Access Contractor access will be through E. C. Airpark Road and enter the airfield through access gate in parking lot at rear of G.A. Terminal Building as shown on Exhibit 1. The Contractor shall utilize existing turf apron for staging. Stockpile of construction materials that cannot be directly in final location on taxiway to be constructed shall be placed in designated area shown on Exhibit 1. No materials shall be placed within the ROEA while the runway is open. Stockpiled materials shall be protected to prevent erosion and wind blown material. Contractor is to monitor access gate to prevent unauthorized vehicle or pedestrian access to the airfield. Parking of employee vehicles shall be provided off airport property. Construction equipment shall be parked in staging area when not in use. When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon attached to it. Any vehicle operating on the movement areas during hours of darkness or reduced visibility must be equipped with flashing dome -type amber light. The Contractor shall not enter into runway safety area unless authorized by Airport Operations or if runway is closed. Contractor shall maintain operational two way radio and monitor UNICOM frequency 123.075 MHZ for movement of aircraft. The contractor shall not communicate with aircraft except in emergency. Page 4 of l i Packet Page -2850- 9/24/2013 16.G.2. 210- Wildlife Management Contractor shall continuously control and remove waste or loose materials that might attract wildlife. Contractor must be aware of and avoid the use of construction activities that attract wildlife such as millet grass seed. 211 — Foreign Object Debris (FOD) Management Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. Constraining stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. Refer to Section 214 for inspection. 212 — Hazardous Material Management The Contractor shall take all precautions and management procedures for fuel deliveries and spill recovery. The Contractor shall immediately notify the Airport Operations of any spills of fuels or other hazardous material. Contractor shall submit material safety data sheets on all hazardous materials brought on site. Additional limitations on construction include prohibiting open -flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the Airport Operator. 213 — Notification of Construction Activity Immediate notification of any condition adversely affecting the operational safety of the airport must be made to the primary contacts listed below. If not available, contact secondary. The points of contact for the project are: Airport Authority: Primary Nathan Goff Office Phone (239)695 -2778 Cell N/A Secondary Robert Tweedie Office Phone (239)642 -7878 x 23 Cell (239)825 -0471 Engineer: Primary (Resident Engineer) T /B /D Office Phone Cell Packet Page -2851- Page 5 of 11 9/24/2013 16.G.2. Secondary Luc J. Carriere, P.E. Office Phone (239) 985 -1200 Cell (239) 822 -4056 Airport operations will be responsible for preparing, issuance and cancelation of NOTAMs and notification of airport users. Contractor shall notify Airport Operations if he believes that a NOTAM is missing, incomplete or inaccurate. Collier County Emergency (Police, Fire & Medical) Emergency- 911 _Sheriff's Everglades City Substation- (239) 695-2301 214 — Inspection Requirements Inspections will be required to ensure airfield safety compliance. The following inspection procedures shall be conducted: Daily inspections shall be performed by contractor and airport operations to ensure conformance with the CSPP. Prior to reopening of runway, inspections shall be made to verify that the runway and taxiways are clear of debris and that the RSA and ROFA are free of excavations, stockpiles and equipment and is acceptable to airport operations. Contractor and airport operations shall inspect and verify proper operation of airfield lighting system. The contractor shall utilize the daily inspection checklist Exhibit 2. Prior to opening of new taxiway, a final inspection by airport operations shall be performed to verify that it meets the safety standards for aircraft operations. 215 — Underground Utilities Underground utilities on the airport are limited to electrical cables for the runway edge lighting system and location of cables are generally shown on plan. Contractor shall field locate and protect the runway lighting system. Damage to the system shall be immediately brought to the attention of Airport Operation and properly repaired. 216 — Penalties Noncompliance with airport rules and regulations and the safety plan may result in rescission of driving privileges and eviction from the airport property. Any fines imposed on the airport as a result of such actions on the part of the contractor shall be shall be withheld from payment to the contractor 217 — Special Conditions The Everglades Airpark is located within pristine environmental habitat that includes wetland, estuary and the Everglades National Park. The Contractor's equipment, material and personnel are to remain within the limits of the project site and do not disturb protected wetland vegetation. Any disturbance shall be brought to the attention of Airport Operations. Page 6 of 11 Packet Page -2852- 9/24/2013 16.G.2. 218 — Runway and Taxiway Visual Aids The closure of taxiway for duration of the project will require the placement of barricades to prevent aircraft from entering construction area. Barricades will be lighted and conform to detail on. Exhibit 1 and as shown on the plans. The barricades shall be weighted to prevent displacement by wind. Closure of taxiway will also require the contractor to place taxiway closure markers (X) on closed taxiway as shown on Exhibit 1. Barricades and Taxiway closure markers shall be provided by contractor. The temporary closure of runways shall be marked with runway closure markers (lighted X on trailer), shall be provided by the airport and placed by contractor. There is no instillation of temporary runway or taxiway lighting, markings or signage required under this project 219 — Marking and Signs For Access Route: Not applicable. 220 — Hazard Marking and Lighting Hazardous areas on the movement area, including but not limited to will be marked with barricades and red flashers. These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red flashing lights. Barricades shall be low profile as per detail on Exhibit 1 and red lights shall conform to FDOT standards. Barricades shall be spaced to prevent aircraft from entering protected area. The barricades and lighting will be supplied, installed and maintained by the Contractor. The contractor shall designate a representative that is on call 24 hours a day for emergency response, including maintenance of airport hazard lighting and barricades. 221 — Protection of Runway and Taxiway Safety Areas The Contractor shall not enter or perform work within the runway safety area (RSA) or the object free zone (OFZ) unless the runway is closed and approved by airport operations. The limit of the OFZ is 100' from edge of runway and extending beyond end of runway 240'. The contractor shall install a warning line /tape on stakes, within the work area, along the ROFA to guide workers on their limit of movement while the runway is opened. No open excavation or stockpiled materials will be permitted in the RSA when the runway is opened. The RSA shall be graded to avoid hazards and erosion, and all excavations backfilled and compacted. The Contractor shall restrict personnel and equipment from 50' from edge of aircraft apron. The taxiway south of the apron shall be closed for the duration of construction and barricades placed as shown on Exhibit 1. No construction equipment shall exceed 25' in height and all equipment will be parked in staging area when not in use. Page 7 of 11 Packet Page -2853- 9/24/2013 16.G.2. No equipment personnel and or materials shall penetrate to OR or the approach to the runway when the runway is open for aircraft landing and takeoff. 222- Other Limitations on Construction The contractor shall not use open flames, flare pots or blasting materials on the airport. Page 8 of 11 Packet Page -2854- 9/24/2013 16.G.2. E I I I I N.T.S. , ! i Lxj W t o� g (A r. W i 0 r Cn w Q0 v) i X Q F d I I a ha- z $ � Q3 OQ w¢ I 0- p Q 0 En Y V) < ¢ lil ,....�., A�u� �R � ❑ #�<< I I i i ! i i ° i I I I I I j �S CA� L O Q Z _ LIJ ¢ U 00 0UM Q Q � m 9 � 0 a D OU LLI 0 I ` i t � s I 1 I I 1111 EVERGLADES AIRPARK 6200 Whiskey Creek Drive Fort Myers, FL, 33219 PARALLEL TAXIWAY HOLE MONTES Phone: (239)9&6,1200 CONSTRUCTION SAFETY AND PHASING PLAN Florida Certificate of r E SOJEF S -RAIAx - MEYoes AulhorfzaUon No.1772 DATE: doe ND. uwwauf m APRIL, 2012 2012.008 EXH18tT 1 Packet Page -2855- Page 9 of 11 9/24/2013 16.G.2. Exhibit 2. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. Potentially Hazardous Conditions .: �tT•IIr^G"LT- i..Y'i1',, ,Q�y�r�. _. _ __. �. C„yy y L'.Y.pn,[/�1M.ARY Excavation adjacent to runways, taxiways, and aprons improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or fire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Inadequate or improper methods of maring, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water. Failure to issue update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. Packet Page -2856- Page IQ of 11 9/24/2013 16.G.2. Page 11 of 11 Packet Page -2857- Failure to mark and identify power cables. Lack of radio monitoring. El Objects, regardless of whether they are marked or Ragged, or activities anywhere on or near an airport ❑ that could be distracting, confusing, or alarming to pilots during aircraft operations. Dirt, debris or other contaminants that temporarily obscure or derogate the visibility of runwayttaxlway ❑ marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil). Failure to maintain drainage system integrity during construction) for examples, no temporary drainage ❑ provided when working on drainage system). Failure to provide for proper electrical lockout and tagging procedures. ❑ Failure to control dust. 0 1 Construction work taking place outside of designated work areas and out of phase. ❑ Page 11 of 11 Packet Page -2857- 9/24/2013 16.G.2. EXHIBIT M: PLANS AND SPECIFICATIONS Refer to information posted at: http: / /bid.colliergov.neVbid/ • Exhibit M Design Plans and Specifications 107 Construction Services Agreement: Revised 03/012013 Packet Page -2858- O L6 Z I L z W W 0 d z O IL m R O 0 — O u H � ZLh H! �a v°i 3 �z a� 3� W J J C a d N t ux uN I x 50 x x o• z L6 0. �.a o � LL.� � N ==ZZw x .TW W J Q L Cl son-6 %ftmo Ix >. L16 z C9 no O= oC � Wa J� so a a a U) W 0 a c� W W — O U, y t� W °a W 0 m z O u W J v N 2 i. — I F?j %�)Ii.1 �t���W�� E° W O � T 5 6 9 g E 3'w �1g i d d d a a a a a oL a d d d di d Packet Page -2859- 9/24/2013 16.G.2. II � LL U � U m m o m w o 2 J O x 4 a =V-N- �1� S31NOW 31OH C.A. v � �1 a�ecc•1a•Le4r>a� .wa rwnn mr, h ild Au,ErK= aw u3va am Furroe AMIM srWWd )MVdiV 830VIDURI13 l j J1 j 14 T .i .Sri .. yi z� iiss is €E S e7•] 4 � 6 f � d ti! y . i Hill o iie s ti 91 a s LU F Y C Y O U 9 B U U V6 _ JR F° �6 Y g ��s �a2 — Packet Page -2860- 9/24/2013 16.G.2. N \ OW <a U LU z 1 yd 3 �;w lo� i� i3 1. 1z a � w X f <u i < w J a I 3 � !IQ �f I, �i I { Z j o U O C 9w° f �° t u CQ < f 0 U� zLL / I 9/24/2013 16.G.2. I A IT tit r 0 7 0� n �,- I H I I Lj tA �. W, 1 I� o m -------------- z z w 0a.aY�O.pm.0 =vM(sw—.1W O&Wu K)H LViNOm M 3- ' H11106 AVM&VJ UrNwd - uj co o uj vi m gill' A IT tit r 0 7 0� n �,- I H I I Lj tA �. W, 1 I� o Packet Page -2861- I MnL� m -------------- z z w Packet Page -2861- I MnL� ti rR lRI I /,M**N I /,-*"\ I uj co o uj vi m ti rR lRI I /,M**N I /,-*"\ I Z!!I'«v uo�ageVny DOZI9 ISM) _d elect M% lWlG wfJ MM-OWA DOZO N/ oY � 9� �g I �'319sE i� I I � f W 3 W 13 B s ffi ffi # 2 > S31NOW 3l0H I 9/24/2013 16.G.2. HM= AYMWY.L 8T7VWd a� ••-� b' 'JP11r® aw r W .. iYdHV 63QV-MWMfa �•"�'•• �° �maoc � m m ♦ N O •I v + I 1 i ! i r•£ I l i I I I I I l i L r + a { i i I I I iz i I j z i ! I! I 11j ib I I I j WE -_— !! I If �TI I f I i ii C p i � I j t •r N I I i I l l —I I ] {• oZ•s = na�3�Aat�� - "I i II � } I j -- 1'C .+v I i �{ 1p I I ! •* ! � � I yr I I I r i SOS A3'rt3 ho 1 {- - I , V) 77T Z'G i i i o • I ��! I i I �..� Z'S i Packet Page - 2862 - ' *- MOO "-Ou - 0646MI:wood L "li'L�hY I-j b o � �.n Wawa aw.a.n S3.LNOVY 9 w H wW I W,. v S�1NOW 3�OH �+'�� * � __ 1. Ifl II - - - - - -- o - - - -- IIi , �1 I li ir =Z, i s II�L II x; Iwlll , 9/24/2013 16.G.2. NVIM AHLBN0GD -.1 1 Hif= AVMD(Vl grTVWd �- LC) NU VA" uW]I'1o�ewr @r NOVA O G �MtMA3 orTaiw. i�w. g �oes,�s � o \ o a \ , + � I k�l ;IIi I I II; � I I I I I I I I I l I I I I I f I I I i ;aAel � f — 4 � Packet Page -2863- I 0 M ' , Co' , , 4�3 ' I i' I 8 +- I N z' I 0 0 n 0 0 a 9/24/2013 16.G.2. W M.-ow-0 NOW inoH OM-sa 1cz1:-Wd mace''d —An Qqsl4tA om UNnCD IMOLLOW IV=dLL * SPOMOM RUM AVMDCV.L ISTWUVd a ii C, rim ii# so T-14701 fLAA Vn 11 D i -nl 5 �uu ii C, ii ii# so �v- gig lox., TI-1 1 j! W 17 al" i np + LO to cr Z o LL Ln + V zo R kf iii i fill 0 U, i!iy it T 7 D i -nl 5 �uu 9/24/2013 16.6.2. sew o WWI � � KUM A. AMW1 l3TlVb • A"Rm 0049 MVO■ ! ! | � 2 . � . ■ � � § |� - � gw ' §k 2§ LU � I � � � ! . . . � R Its K N. C« « \ & ■§ � � § Rack tPag - !)- xW,W w� to "Wu 66x 11,86160 slid 6t6cc 13 .Om U-3 -,m .—V ReN m6 �zy IF M m.;rrs- aa..ua®r o wnn�anw .e.'�'°:e nV7a o vw wv SVVNEW 531NOW �'" HUM AVMDCVI 737WUVd arse ur°r� aw•°u: Nwc&uv -_ a Sur SOY1iM �M I g < L � AU '1LL 1 ,1 d F7, l awue>r3 Cyc�'i 4f 1,b � i ,v. a+ara Ll rs� ALL; 1 II z roc w i=a mei ewu.w -umn moeioz Packet Page -2866- 9/24/2013 16.G.2. ■ Z �6 6� z 4 Is' zi1, Eli zu. N ocz L-m w?) ...4d e'ecc w w"n vod -va ".3 0019 RClYe�MIL.�ee 631NOM710H IACH a X' e R�, R�5 v 2 za sT+13a oruNOn HJJ= AVMD(VI IBTTVdVd NHYcA IV S30VIDEMA3 .F , \I z g p a S F dRd xf � g Q ._. cif Packet Page - 2867 -" 9/24/2013 16.G.2. R P tl b� 9 I I I I I I I � I I � I I � i I � I I I �Jt I -1 LI I JI �y1 � e57Sf ' \1 ,,—� 9/24/2013 16.G.2. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT "Contractor to provide names of Key Personnel assigned to project to County Project Manager upon issuance of Notice to Proceed ". Name Julio Jiminez Louis J. Guadio Packet Page -2868- Personnel Category Construction Superintendent Project Manager 108 Construction Services Agreement: Revised 03/01/2013 ova m �..m EO N E c z w 3 a m O Z M m C E E d u O O � L r z d r a M o ea s ev v .. A � m c c 2 E O O a a Packet Page -2869- 9/24/2013 16.G.2. T T> T T T > > > >> t0 a m C Q o y y �W x W a � H � C a 0 Y m > E m 0 C > m dl y U _ a O m C N � O � N O N O l9 N c U o c r U m� U aci y u cm c m o` •• •°c m E m E d.. OI C N tC V Q C 'q0 to x a J rn v E c o c 'D m ° °' o 8 a c D m g c m d E a m a L E W Cr E a 0. 'm cc y m c E .yD °� >. 'c O d -.Z J (n rte`- U) m m W U m Oa 3 aO MO• S o o oC o 8 8 $ S0 rn C O --t O O O G O 4 C; 106 0 0 0 N N8 V N V 0S S a m a] V V m O m V C m O m m 00 t0 m fm • CL M W m w N N n C7 w < m_ M w N a O C °O 1 ww w w w w w w w w w fN w w w w m u - w M O N O O S pp O O m N O 0 0 0 0 0 m 0 o m 0 O O O O E m Ch 0 < m N< m m T CO V O C7 m 0 0 0 0 0 0 0< N W m U) m 0 O V Y IL M Q N w w M w M w Cl) w O w w O O U) a w M w CV v 0 0 0 0 00 v N w 0 w v N w w 0 N O O O 0 C 00 w w w O w H Co w 40 w w E ? N CNA K h C m J y ¢ Q LL Co J J J J 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 g 0 0 W . 0 0 0 0p 0 0 0 0 4•{ 0 0 0 0 0 0< O N N S 1001 S S S 0 100 Om C0D 407 00 0 O S m W N S 0 S O m �-% r• m O) N m N m S f� M C IO < C O O N V M v m 100 v CD V7 m In Co a^0 E M mw N w 0 w m O 01 K w� m Nw a w of w u7 w < N w www Cp in w w w w M fD O y - w w� w w w N a w w L o 0 0 o v o 0 0 0 l� o m o 0 0 0 o In 47 0 0 0 0 0 0 p ._ CJ I� w t7 (O Ifi p1 G to n N w C C O O O N O C C 0 yl d w w w w w w 0 O O < w W W w d C � W w W a J (q U U U J J U 0 U) J QQ LL1 QQ W QQ ttj Y (p J J J U- W Q W QQ W V O O O S 0 0 0 0 0 S O O O S O O O ti O N 7 m U) r C Co C N Co N CV IN 1� m N O V N O II7 C'h U) V0' In < N O M 9 O m M h M m CD n m N m N O O Co f` m 47 Co 0 M N M Co C U O? CG O CD O n l0 v M I� V L v O Co [A M M O M M O � m � O Cn LL E O h N w r w N n ' w m v a t0 0 CV w (C f0 N Qi � pf m w N w w w N w N w w 00 w w w w w w w w w w w CA zy Nw H d - y m n O N m n m m m v m n w O m N Co m N n O Co v N Co ll 7 V m v 0 N Of O a fh U) N Co v: m r-: m O m N m v Cl N N 0 v 0 m a t°gi• v m O M O m 9 C a r m O) w w N w M w w w w fD w v w w I� w < 47 O M _C Of Cl) w w w w w w O N N m m N 47 C 0 w w w w C 7 � w w w w A a q 'C M J } U) } U) }} U U Y LL LL. 0 LL LL W LL LL QQ Q¢ QQ Q U Y J J W W W b O O O O O O O O p 0 O 0 0 0 0 0 0 . C v O O w O O n O 0 0 U 0 0 O A v v O — N O CD N 0 VN O Wlk N CO D v Co -- - o N 0 v 0 M oo - w v 0 EE j W w w M w N w w w w qo� K w _O ) Q0 N — w w a y U o c o N m N o N 0 m o 'a; N � o � 0 m o N v V V o O S 0 O 0 O 0 O 0 O 0 N 0 CD 0 m 0 m 0 O O 0 O 0 O • o of v M to v o o I+i M o c m o m M o v Co M v o o ari W a 0 w w w vs v w� M w w m O m O M w w C9 w w m m O t0 w f09 J U) U) U U U J J U 0 (LL/i J QQ �jJ W QQ W Y w Cn J J J J QQ QQ q 0 0 O O O l0 N O Mpl: 47 Co v 0 0 47 O ICI h. w C E � N N W d Cm x G m c m l7 a c O E E m 'o °- o o c c m< ai } O la O O O W >O o U m ° y U E m °- d u v 0 f0 w o o f X yy ' D c A ' 2 W J O d m X ) H C tm S tO C O N m a' ) U ~ N _ E > y m 3 O O O C O Q d O O ann•-° '~ - O o o m o m c d m U J Zr N N C7 M N In (b 10 u1 U? 4) V1 IC) 4] U) L7 U7 10 U) U? U? 9 ti � m O O V O' U) 4�7 � M G O O O f[t tp r r• C� 1� S e[pp d Packet Page -2869- 9/24/2013 16.G.2. T T> T T T > > > >> t0 a m C Q o y y �W x W a � H � C a 0 Y m > E m 0 C > m dl y U _ a O m C N � O � N O N O l9 N c U o c r U m� U aci y u cm c m o` •• •°c m E m E d.. OI C N tC V Q C 'q0 to x a J rn v E c o c 'D m ° °' o 8 a c D m g c m d E a m a L E W Cr E a 0. 'm cc y m c E .yD °� >. 'c O d -.Z J (n rte`- U) m m W U m Oa 3 o a a 9/24/2013 16.G.2. � m � d > A m O y E c z W 7 V Q m O M Z m > N T > T > T M M N N > R 3 c z 0 r 0 m 3 F> N N T > > W a m a Q a m eo w c e 0 �o m > > m m � C 9 H U lD _W U d W aoi y C y C l0 O L m Z w cc a o OD w r y E c _ E m o 'uo E c m d a a 0 u m w o` o — r m c a m m d U c Yt L Co m w N O . W c o E C Co d 'o o m c w o W a d y O m C Co U Q C y c 0 3 Packet Page -2870- 9/24/2013 16.G.2. *41" HOLE MONTES ENGINEERS - PLANNERS • SURVEYORS 6200 Whiskey Creek Drive • Fort Myers, Floriaa 33919 • Phone 239.985. 1200 • Fax; 239.985.1260 February 13, 2013 Mr. Robert Tweedie Airport Manager Marco Island Executive Airport 2003 Mainsail Drive Naples, FL 34114 RE: South Taxiway Extension to Runway 15 -33 For Everglades Airpark Purchase Order 4500135345 Bid No. 13 -6044 HM Project No. 2012.008 Dear Mr. Tweedie: On February 4, 2013, the Collier County Purchasing Department received four (4) bids for the construction of the referenced project. The names and total fee for the contractors, along with the Engineer's Estimate, are as follows: Quality Enterprise USA, Inc. $207,685.00 APAC - Southeast $287,878.40 Ajax Paving Industries of Florida, Inc. $299,913.54 Owen- Ames - Kimball Company $366,785.93 Engineer's Estimate 5176,055.00 A detailed tabulation of costs is enclosed. Quality Enterprise USA, Inc.'s submitted the lowest responsive bid which was nearly 18 0.0 over the Engineer's Estimate. In comparing Quality Enterprise's unit prices with the Engineer's Estimate, 21 of the bid items were higher and 5 bid items were lower than the Estimate. The primary items that resulted in a significant increase were; mobilization, limerock base course and Types S Asphaltic Concrete items. The following table provides a comparison: The Mobilization item represents 15% of Quality Enterprises' bid which is consistent with the Engineer's Estimate that used 14 %. Quality Enterprise's price for the limerock base course was nearly half of the three other bidders and the price for Type S Asphaltic Concrete was lower than two other bids. Packet Page -2871- Quality Enterprises Engineer's Estimate r Item No. Description Unit Unit Price item Cost j Unit Price Item Cost M -100.1 Mobilization LS 531.500.00 531.500.00 ` 431,500.00 i 525.000.00 P- 211 -5.1 Limerock Base Course CY S40.80 $10,200.00 $40.80 510,200.00 ; 1 - c- 331 -5, i j Type S Asphaltic Concrete TON S133.20 S22.644.00 S133.20 522,044.00 TOTAL 574.544.00 ", 550.750.00 Difference 523.794.00 The Mobilization item represents 15% of Quality Enterprises' bid which is consistent with the Engineer's Estimate that used 14 %. Quality Enterprise's price for the limerock base course was nearly half of the three other bidders and the price for Type S Asphaltic Concrete was lower than two other bids. Packet Page -2871- 9/24/2013 16.G.2. Mr. Robert Tweedie Everglades Airpark February 13, 2013 Page 2 of 2 Quality Enterprise constructed the 1,200 LF North Taxiway Extension, in 2005 for nearly $190,000. In recognizing the size of this project and the remoteness of the airport, the Engineer estimated the cost for the 400 LF South Extension to be $176,055. Based on the four bids submitted, it appears that these factors were under estimated. Subsequent to receiving the bids, the FAA indicated concern with including the retroreflective markers (Item L- 853 -4.D) and recommended that the Authority delete this item from the project and provide the markers under a separate funding program. The Authority concurred with the FAA and the value of $11,760.00 should be deleted from the contract value. In reviewing the documents submitted by Quality Enterprises USA, Inc., it appears that the required submittals were provided. Hole Mantes is very familiar with Quality Enterprises, having worked on similar projects for over twelve years. Hole Montes has reviewed four projects included in the statement of experience, and can conclude that Quality Enterprises is experienced in constructing projects on airports and is capable of providing quality work. Quality Enterprises proposes to use GCE Services, a DBE firm from Cape Coral, Florida. The proposed DBE participation is valued at $9,685 which represents 4.7% DBE participation for this project and exceeds the goal of 4 %. Based on the review of the bid summary and bidder's submittal packages, it is the Engineer's recommendation that the contract be awarded to Quality Enterprises USA, Inc. in the amount of ^ $195,925. This amount reflects the deletion of $11,760 for Item L- 853 -4.D Retroreflective Markers. Very truly yours, HOLE M S, INC. Lu0,t1. Carriere, P.E. *e' President LJC /kgc C. C.: Chris Curry Enclosure Packet Page -2872- Packet Page -2873- 9/24/2013 16.G.2. C F �,SSoS3SSSoBSSSSSSSSaSSSoSC, O U 0 O p a pppp O Q o op Oo O Op o O.-1 pp O Cp7 0 o 0 ppp pp p pp (ri M E t/) c J O O r+) n CJ a LA P ,� fA O r. fV m N nm m p m 0 V) 0 lD 0 a L' �') N N n n V! O (a VT l n m VI 0 w V? 0 u) 0 o° a W d N M V! Vl .-1 V• Vl Vl VT V! VY Vl V1 rV V) 1p Vl r� VI (p r.. , ~ Vl d wg$g °Sg$SBgpS .q �o °C) oQ C op d Ci o r v) ri t<i �] p o m Vl ri v) ui m Op O vi vl v Op o o v) 0 0 0 O C W .+ = Ul N N N !n N V? ✓h O (ii Vl Vl (n Vl Ln .-( Vl vryi VOj Zvi V) a V1 O Lr N O O M r1 Vl D _ m r) o o 0 0 0 0 0 o g 0 o 0 0 0 o 0 m 0 o 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o m [-E (() U m O O Q N O O O OJ O O O N U m O 0 O M Q U m 0 0 0 Ci CJ ui O V' lri eY o n CJ o ai rn ui V Q Q O m O m Q ]A m m N U N N In ap O 7 O (D N U] Q 47 N O O h So O nm rnw w rw N w w Nw w W tri VU' (fl w w w w w w d w w w w w w w aQq (mD m w E m r) °a n° a0 g rn m v° c g oo o' o o 00 `It ry 0Q m m oo o 00 Q U m N 6mA M M M f Q "+ U rn U '_� Q w ri w (y Q , Q O O O N (i m 0 0 W w c9 w o v O en w w w w w cv (0 o v m w $ ccy) w w w w in O iri 0 O 0 O 0 O O 0 O 0 O 0 O 0 0 0 0 0 0 0 0 0 O 0 O 0 O 0 0 0 0 0 0 0 p N to G O m 0 0 0 U 0 0 0 0 o O LO It) O o 0 o o •- N (D (n Cn ]D N m cD m N O ac d o (n 1- m M O tt) (D O O O m m 0 o (D 0 8 0 C) 0 O 0 U u) u E m N ri m° rn a v V) Q n O Q 6 v. O -- N Q Q m w C w w N m W Ing w w w w w w .OA. e9 9 (� A Q Q U 0 O 0 u7 0 (n 0 (n Q N O �7 U 0 O 0 O 0 )� r- O W N 0 0 0 0 0 0 (() lD 0 0 0 0 0 0 a. '� ry U O O O O O Q N N O n D d N cc) - 0 O 0 U 0 0 (,N w w o O o in ) w w w (n v u' w (9 w w CY w 'A w M V O 0 O 0 O 0 O 0 0 O 0 O o O n O (D O 0 o 0 QQ (p N N c', O- N O O O O 0 O 0 o 0 O 0 O Q h r- O m m n (� O r-- W (D W O m N U) N O O v t) �.- V H U rn m U tD U> In Q +) i v (n Q U m .0-- W o] m M m O tD m OMO M rn 6 M N m r iD =d w w w w CV N w w w w w w fl9 w w w _ w w w w w � 6) N w Vi C d U Q O m m m SO C h O N V r- O N (D M N V [L) N t _ X d m co fA QW N ('� bm9 W m u} Q w U m w (O m (O O O V RI E9 O u7 Qw a o m n 0 N 16 (A' w w (y N (� O w /A w to N . m tO (c) ^ Q o w w Qw W w N O O U O O O O O O O o O O O O O O o O O O O O o O o O O O O O U O O U O p O O O O O O O O O w = O U d N o f00 O ( O CV O V d' m O <C t;� U O (O (D (n O O rn O .p V O U n - N . 0 O N O 0 m O O 0 O o O O (() N O U (p 1f1 U o o N O O (r, lC) t� E en V9 w V w W r - O w w en w w rY w w w w w vi c/i w to di w M K° p C (!s w N w r W V n N N N m V ICJ O U m O (V Q d. �- V O 0 O 0 O 0 U 0 o 0 0 0 (n N 0 m 0 o 0 0 0 0 0 0 0 0 0 0 U lc) w (!) 0 0 m (U (� O (O r) w CJ w w w w 0 O O A' w w w w w W w to L7 _ C c•) •- w '� lC) fA w w w to w O J V7 VI U U U J J Y CJ O J Q W (!) ij Q ❑.7 S W d. N J C' 1 C9 ....) W Y U) UJ _.� __l J W W (.1 o O O n O 0 O 0 l) 0 r- U O O V p[ N r- .- n �^ O 0 o 0 0 N O R'= C A m N V N O Q O ]n �- CA N QI c 41 O yl m c m D U v n a) rn j O o (v (n cl m LL n, x o ° _O N O v E :r m x> g en v -U E y m m a v o m o) v`_, c m a v O u o (n u) u] r O U m C L ti x li. N N N t C W )- E ~ o> o v a m >. E a 3 c " c v v i� u c �m 0 m ❑. m c o m 3— (n U) a C V T2 m (n U) �- Z t)7 v W m _•J J C O O Q q' m O O In Q CV N N U) V O tL m (D m r- Co N o O N o �- (D N W N m Q 0 '2 ILL IL1 ICL [1 Ll. Li L1 LL (1 [i (i Packet Page -2873- 9/24/2013 16.G.2. C F