Loading...
Agenda 10/08/2013 Item #11A 10/8/2013 11 .A. EXECUTIVE SUMMARY Recommendation to award a construction contract in the amount of $19,065,912.12 to Community Asphalt, Ft. Myers and reserve $1,623,088 on the purchase order for funding allowances, for a total of $20,689,000.12 for ITS No. 13-6134 — "Intersection Capacity Improvements (SR90 (US41) & SR/CR951) and SR 951 3R Improvements," Project No. 60116. OBJECTIVE: To award a Construction contract for US 41 (Tamiami Trail) and SR/CR 951 (Collier Boulevard) intersection improvements from south of Eagle Creek Drive to north of Triangle Boulevard and Resurfacing, Restoration and Rehabilitation (3R) of SR 951 (Collier Boulevard) from south of Fiddler's Creek Parkway to Tower Road CONSIDERATION: As part of the County's intersection improvement project at the intersection of SR/CR 951 and US41, the County and the Florida Department of Transportation (FDOT) entered into a Joint Participation Agreement that would incorporate the FDOT resurfacing project (from Fiddler's Creek Parkway to south of SR 90 (US41). There are two parts to the JPA based on the FDOT funding allocations. There is a CEI component and a construction component. Each component is identified as follows: • Resurfacing Project (FM #425209-1-58/68-01) — Construction and CEI, received Board approval on September 11, 2012 under item 16.A.13 and, • Intersection Improvements (FM# 428147-1-58-01) — Construction only, received Board approval on April 23, 2013 under item 16.A.13. These agreements were also fully executed by the FDOT on October 8, 2012 and May 31, 2013 respectively, which gave the green light for the projects to go to construction. There are approximately 5,200 feet of water main and 2,500 feet of force main that are in conflict with the roadway design. These utilities will be relocated as part of the project, and funded by the Public Utilities Division. On June 24, 2013, under ITB No. 13-6134 the County advertised both projects under one solicitation: 1,726 notices were sent out and 138 packages were downloaded. On August 8, 2013, the County received three bids as follows: Contractor Bid (Segment A+B) Community Asphalt, Ft. Myers $20,689,000.12 Conalvias, USA, Ft. Lauderdale $22,960,013.68 AJAX Paving,Ft. Myers $24,536,665.57 Community Asphalt, Ft. Myers was the apparent low bidder. The Engineer's estimate for the project was $16,963,760.75. Community Asphalt bid is nearly 22% above the Engineer's estimate and nearly 9% below the average of all bids. All of the bids include the $1,623,088 funding for Allowances. The county performed a bid analysis to determine if there were any Packet Page-552- 10/8/2013 11 .A. anomalies with the bids and to judge the credibility of the Engineer's estimate. The analysis showed that the largest increases were in the pavement and earthwork materials. It was found that the cost of earthwork has increased by 29% from June to July in FDOT District 1. The increase in prices could also be attributed to the increase in the cost of asphalt in FDOT District 1. Asphalt prices went up by 10% between June and July. Given those factors, staff has determined that the bids received are reasonable. The FDOT also reviewed the bids and analysis and concurred with our findings. Therefore; Staff is recommending that the Board approve a contract with the low bidder, Community Asphalt, Ft. Myers. FISCAL IMPACT: Source of funds as follows: Project# Division Fund Amount($) Source of Funds 60116-02 GMD 711 12,051,849.00 Grant 60116 GMD 336 & 313 6,070,705.92 Gas Taxes & Impact Fees 73045 PUD 414 962,595.50 Wastewater Capital 70045 PUD 412 1,101,262.53 Water Capital 70045 PUD 412 502,587.17* Water Capital Total $20,689,000.12 *Source of funds is to be drawn from the Water Capital Project No. 71050 by means of a budget amendment Under the JPA Agreement, the FDOT will be reimbursing the County for construction in the amount of$12,051,849. The County will invoice the FDOT quarterly for work performed under the JPA agreement. The City of Marco Island under a separate Interlocal Agreement will reimburse the County for Utility work an estimated amount of$136,736.05 at the completion of the construction project. Upon reimbursement the funds will be deposited back into gas taxes. Maintenance and Operating Cost: 1. The Public Utilities Division relocated assets will have an approximate life expectancy of fifty years, and are not expected to generate additional annual operational costs. 2. Traffic Operations will have no additional costs to due to this project as these roadways are on the state system and the County is reimbursed for both lighting and traffic signal maintenance from the FDOT. 3. The assets that will be maintained by the Road and Bridge Maintenance Department for this project include: Pavement Striping and Marking; Vegetation trimming and or removal; Mowing; Sidewalks; Curbing and Drainage pipes. These assets have an average life expectancy of 24.4 years and are expected to cost $26,859.98 per year to maintain. GROWTH MANAGEMENT IMPACT: The construction of US 41 (Tamiami Trail) and SR/CR 951 (Collier Boulevard) intersection improvements from south of Eagle Creek Drive to north of Triangle Boulevard and Resurfacing, Restoration and Rehabilitation (3R) of SR 951 (Collier Boulevard) from south of Fiddler's Creek Parkway to Tower Road is consistent with the Growth Management Plan. Packet Page-553- 10/8/2013 11 .A. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT RECOMMENDATION: Recommendation to: award Bid No. 13-6134 to Community Asphalt, Ft. Myers in the amount of$20,689,000.12 for the construction of US 41 (Tamiami Trail) and SR/CR 951 (Collier Boulevard) intersection improvements from south of Eagle Creek Drive to north of Triangle Boulevard and Resurfacing, Restoration and Rehabilitation (3R) of SR 951 (Collier Boulevard) from south of Fiddler's Creek Parkway to Tower Road; to authorize the Chairwoman to execute the attached contract with Community Asphalt, Ft. Myers after final review by the County Attorney and to authorize the necessary budget amendment. Prepared By: Marlene Messam, P.E., Sr. Project Manager, TECM Attachments: (1) Bid Analysis; (2) Tab Sheet Revised; (3) Budget Amendments; (4) Construction Agreement Packet Page-554- 10/8/2013 11 .A. COLLIER COUNTY Board of County Commissioners Item Number: 11.11.A. Item Summary: Recommendation to award a construction contract in the amount of $19,065,912.12 to Community Asphalt, Ft. Myers and reserve $1,623,088 on the purchase order for funding allowances, for a total of$20,689,000.12 for ITB No. 13-6134- "Intersection Capacity Improvements (SR90 (US41) & SR/CR951) and SR 951 3R Improvements," Project No. 60116. (Marlene Messam, Project Manager, Sr,Transportation Engineering, GMD Division) Meeting Date: 10/8/2013 Prepared By Name: MessamMarlene Title:Project Manager, Senior,Transportation Engineering 8/30/2013 10:55:34 AM Submitted by Title: Project Manager, Senior,Transportation Engineering Name: MessamMarlene 8/30/2013 10:55:36 AM Approved By Name: RitterSteve Title: Manager-Road Construction,Transportation Engineering&Construction Management Date: 9/5/2013 3:13:34 PM Name: PutaansuuGary Title:Project Manager,Principal,Transportation Engineer Date: 9/5/2013 3:34:07 PM Name: BrilhartBrenda Title: Purchasing Agent,Purchasing&General Services Date: 9/6/2013 11:30:44 AM Name: MarkiewiczJoanne Title:Manager-Purchasing Acquisition,Purchasing&Gene Packet Page-555- 10/8/2013 11 .A. Date: 9/6/2013 1:47:29 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 9/11/2013 2:23:04 PM Name: TaylorLisa Title: Management/Budget Analyst,Transportation Administr Date: 9/12/2013 4:18:05 PM Name: AhmadJay Title: Director-Transportation Engineering,Transportation Engineering&Construction Management Date: 9/17/2013 8:06:49 AM Name: ChmelikTom Title: Director,Public Utilities Engineering Date: 9/17/2013 10:38:36 AM Name: ShueGene Date: 9/17/2013 12:55:27 PM Name: LynchDiane Title: Administrative Assistant Date: 9/18/2013 11:09:09 AM Name: KearnsAllison Date: 9/25/2013 1:59:04 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 9/25/2013 2:50:43 PM Name: OberrathKaren Title: Senior Accountant, Grants Date: 9/26/2013 9:27:30 AM Name: MarcellaJeanne Title: Executive Secretary,Transportation Planning Date: 9/26/2013 3:30:14 PM Name: KlatzkowJeff Title: County Attorney Date: 9/27/2013 8:09:45 AM Packet Page-556- 10/8/2013 11 .A. Name: UsherSusan Title: Management/Budget Analyst, Senior,Office of Manage Date: 9/27/2013 4:48:40 PM Name: OchsLeo Title: County Manager Date: 9/29/2013 9:48:00 AM Packet Page-557- og Y o3 3 N 3om.oO.O3o : g . N o.A m ^ 2 � o � ° g2 3 10/8/2013 1 1 .A. J O N0 N , _ bb. ry g 0 o N W f0 F,;N b i0 m ' N , , a _ M _ _N n• _ _ N _ _ _ N iO O - n RV n o _ n . ^ ii 2 ~ N N i a d N N H H g N N N N N w N N H N N N N M M N M H H M w H N N N N N N N H N F; 1 l- ' , N H N N N N N H N H N N H N N N N X, fl !4,,' W W O g_ o O A t�♦♦v+ m ro m rn N N Y• n 1 8i 3 N 3. 8 V rn N 4 N g rn O N C m o O Y O m m N R S 6 ui V ` o> H 8 ° m Y o . o d o g 7 ry N y n y n a V m N m 8, Y 2 " o F F V m m Y Y m O V Z R m O g g O ` M 2 n O ry m 8 m 2 a 8a 7- m 2 T N rn f 8 2 b l{ g S g O O O o N M n J NCV E N A 0 V rn N N n N O m mO O m g V b y Y iiii O < m x N t N iii b _ Y Y M M n N -- N y n y ^ N G. 744N m 0 O ^<N N^N' R a C a A f ^ N N fn°. a 9d H N N K N N N N N N N N N N N N w g H N M N M N M N N M w N H N N N N M M N M M N M N H N N H N N N N J g3 y m m rn _ <r;""! ; N rn ; m o (V r4 O ;-i O fp 3.2 n',I: h n N M Y rn N 2. O y N y M - w N N M O w- O Y N 0 N h E, < G � O m n O N ' N i N . N Otyy O 0 C tG N p N U C a N iri m n fc t 0., N Z 7 W W N N q N Yi N N N N N N N w H N H M N H w N w N N N H H H N N N N N w N N N N N N N w N M N N N N N w w 0 U Z Z � g � O y C F UT K wF 7 f pZ O Ug 0 U Y F 7 O p p Y U 1 S N N N K rn p_2 O 0 o wa K H U fY `,14 C C m < .-- 00v Y n y m A ,O N N m m N Y Y O e N f V vn e Y - - - m m aa c -m N N- N M C e Et f "' u U o o °ry ;,,,,, a ? x m o 8 ' - r n a W O 000_4 N M rn m ry ry yf vm m rn N Y n n m m rn m y 2 N z O pp q O m < m O M O O T N N N O N O N S O1N N N O f0 N O F N N v5i O 5 O O U 8 N C hl y N 8 2 O V N m N N A V O t^ rn N N m 0 m N g Oi m 0 t> O Om 0 g m 0O pp G J ~ b m A m M O N m . F m n N ^ N N m 0 " N O ' 9 ' A 8 n W FO N Y N N N _ y ,. N N m - 5. m N H N H N N C Ya b N M N H g N N H N H H q H H N N N H N H H N H N H N N N N H q H q H N H H N N N H g q H H H F f j4,. W 5 y Y m N g O 0 0 ,. g N m 0 O .y eD y 0 0 0 0 0 m L m 2 g n N d N o n r N N N y y m r N y m m O a .m. Y. m o 20 U V- y n N 0 o C C m C H C N G t o N A N ry tf n O N ,_ 0 A.T ti r, 2 - N N N Y m ,2 .- 0 O O N,- y m:.°,7_-- n f r m m - m rn a 0 m . n m M - 0 :-!:.• ., n N Y 2- m y n m rn N y - - N Z U W WJ ❑ ❑W ❑ 6 9 2 N LL J LL W 6 N U• Q U W J > 9 > > > > N > to > to F > WW ¢ 66666 Z U 0 U LL W Z K U fY m L ¢ d O W Q Z W > Z Z m j 0 0 O ❑ U m . ❑ w§ N a a 0 U tt U O F F ¢ Z O m i w .0 r z a >w w ¢ o Z 2 w N N ~ = o m m m w W 1= m U v' K Q U Z o 4 Z m p W O = w, O WN Z N O W W U R_ a a a ❑ ❑ w U U y n F > c.> ,❑LL LL ❑ LL Z J '7i m- FW F KZ F W Y W K w w Q W_r a 0 o m a ¢ w w 0 Y a 2 5 ("9.1 .g i o Z O Z Da. S S- S N U�a F ¢tr Y ��IWF L Z F)) m¢ QK W u,F �❑ c a J• �i K z ) � {5-� z 2 7 Z J Z JQ❑ O J 4 Fo LL L W Q O O =2¢ m p w O w a O a O O O O > O O F O J ¢ V V LL a gK Qx J mN Z m m Z > E. z 0 zU Cm w 7 m aa a U U Fa z 1 2 ymtq >>>v; =' 0 z 1 0 0 (2 O S Z O U (z K w w z w a Z m F F O ¢Q ¢ Q S a S a g� _ y w w F F F m m w w i w FT,_ w i i o § o, m ' Vg � l = 6 � m Z U 6 > F w w U F 7 wt,u wf wa a a Q aa U O Z = ¢❑ O FZ a O W rO 5 J W W S Z K U a W O m E Y F ii 0 O O W W Q m m Q m m w m W W O ZW 8 Qi fa tD fD g o m P Pa Q ZF W¢LL U O w W Q Q w F Q o Q Q y_ F <U Z '� g a ¢ K x 2 > >¢ y m Q a a a( O o a a J - g y uo > U U U U U Li m z m E E¢ > _ _, ' ,, LL SJ w W w 3 m c f l c m a F F,8F z z J a a a U m z >w w w w w w ofork W O iO R O y" ¢m a❑ CS 9 W E W O W W Q W ¢ O ? 2 1 J0 iU W W W I a a a a J J N m Q Qa m ig ¢ Q Z J J Z Z Z IN 0�>>F j n mm Y a_�i ci a - N o 0 O m ' N rn m ' rn v N ry a h M Y Y m Z _ - n '07,8 Y n y - Y - m Y r n 2 n O O y m ¢ ^ N O O O O N o Y _O 0 0 F. O N 0 N N O VN N N 2d W 2 . . . . . . . . . .. . . . . . . . . . . . . . . . .,. . . .a. 2,2_2_2222_2_222288888888_8 Packet Page -558-g, A <8 2' 8, MYYYYYYYYYYmyyy 222 N4-2:1- 2g2222g 2220 ¢ 10/8/2013 11.A. J c9 G ^22 Y M tam 2 N G co. • to_o. - o H N N N N N M M Y N of N V m N n Y G.N m M b N N Y 0 n < Z Rd N N N«H w w H N w w H H H H w N H N H H H N N H H w H N M H H N H H H N«N N«N N w w N«N H H M w w H Z dfo° acLL ¢ p �OO �011 N d ¢ ill m 0< 0 < r M O O ' 0 lO n, 0 Yf O m n V r fV N n m N m n N 'e aMD 0 f^ �p < f 0 < O m O f ^N N b Vl W A N n n 0 0'0 r N.Y 0 0 e 0 M 0 e0'l O N tN•) b 0 M N Y Y f^ W = n 0 � CC ee �p VV OO CC VV ((pp G << <C O '4 8 8. N V N O g." 8 fG 2.Z S O {O S N T <0 ID �Nll g g 0 N n O N 0 N a 0 0 M O 8. S g 0 4 0 0 00i V� pp G Ol fV OO m bb O lV 0 t+l Oi �cryryC Y!Yll 0 t�l Ci n ^N N N G fV ��OO f l0 n 91.N N r 0 Oei za_OMi h N n a n 00i O N 0 5 0 mp g h < W N M N e N O N m 00i f0 RN N O N N N n g n g O a b g 0 ; 0.001 te+l g n 21 U- ln2 N N N N w ««« N« s vYn H N w N«N w H w N N NO H N Nf N M N M N N«N w H««N H N N «N N N N w N M« N f Mp N N Q J W 0�p O O 0 O WC m m�0lpp O m e N V N 2 4 o�D N m N 2 N N Oryry n N 0 0 0 0 < O OT O O N.1 O N n lU N O LL U in N S N a fp n n N ( 5 N n ONi m Ol N M W tip,OF N N N M e 0 N C M 0D p 0 0 (.1 y n.- Y l0 1p 0 m 0 0 m H N N M w w N w N N N N w M N N N H H M N N N H N N N w w w N N N N w M N N w N N N w N H N N N N N M N N N w U d �Z `8,1 0 W= a U� O U y- 2 O yy (-U) 2Q O rc W G V d m 3 M Vg Q O Y r - m e M K H K C ^ E G o mF r 0 V Y N Y M m ^� e " Na 6' Ki m Y ME ° 00,2 = N 8 888g88 °0 88888v8l "' Sloo8888 °ry88o0oa, °OSS8888g � cN ° °n 88S °o ° n m o m ' m a a p Epp o 'c�i 8" N o vl q o ttOO c '2 a a o a o o 2 o O F 0 M Y 0 _N N N Y n O o V 0 U)O o M(a(D �U') �p < N O^ Y Or m 0 (U N Cl N 0 O 0 0 co o.0 Ol g n g < l0 M M J H N N N lV N M Y N e N M M Y t2p N M N N N ' (V N '� O N N N M ' N a 0 w N H N N w H H ¢� w H H N N N w N H H w H w H H H H N N w N H w H w w H H N N H N N H N H H«N H H N« N N N H C T 2 J �LL O 0 0 0 8 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 y f8 N Yl O t0 <0< Q n Y� O Yl ��O G♦♦ v? 3I �ee yy U F- 1p N 0 aNp < Y 0 0n m r O • .- m N N Y m Ol M O M N M n 0 uNi M N N N N N N O? = C) •- Y 0 O �'i O (- n N Y N e N N Y Y e„; M n S Y N N n m e n 0 0 N _ M n O g L a n 0 l0'l e , °m 5l g O N a N 7 WM 0 0 O WO ] f� D O N Z Z K K d' y h O Z Z N i/ p p p p p p O p m N in v d K K d U U U U U U U U S x x W W W m N � W W W W N y W m N 0 N N m U U U p p p p U U p U U W W L a z K ry a d LL ° ° e H a d d d d d d d Z W W W w W 0 0 0 0 0 0 0 0 Z Z Z Z Z Z Z w w o d d O 2 3 w > j OOz g p K J LL >m a >m a w S Q WQ gg a ¢F 0 ¢ ¢w W-¢J w W tQ m J J ax 0 j ¢ a 0 a F Q F O 0 F a ¢F O ¢F O 2F O ¢F O F Oz0 F P w ow rn k>«> A k>« k>N kO mZ F aw F J= O J U y U N 2 Q m w F a O N > z g O O C p U Q Q 2 0 Z w W W Z Z Z Z 2 F F W w z U O W J J Q a m rx w K w W 0 0 0 0 0 0 Y W p 2 Z W w !^w w w w w O d x 0 N Z x K K w ao� J J J J$ zzzzzigg QOQ Z0K ' o _ wwggSW-" J o0 F 0 0 0 0 F JF F 0 o oo w ° "" w °UO,Z LL pp 0a a s www0020 C 0 0 0 0 0 0 0 0 0 0 0 W W W W N W W > > a w N Q U - J S U U U U D W W W W W W W W W W W W QQ QQ QQ a K Z Z m m S x 0 0 0 0 0 0 f l m m W K K K aW Z g gw W O D m -) a. .. O E QQ 0 z U U 5 o S 5 U o 0 o O 0 O O 0 0 0 O O O O O O O 0 O O w w w w w w w w . S d' a! Q O x 5 8 a x x p p o g p p U U U U U U U 0 0 0 0 0 0 0 U U U K � K K d' K U �xxx wwwwwww w ¢ OOQO mNww 4� l- V- KKKOKK w w w w w w w w z z z w w w w w w w w w w w w w w w w w F �� F �, ~ ~ � � 0 0 0 0 0 0 > > > a J J d a d d d a d d a d d d d d a a d m 2 Z Z Z Z Z 2 � � � d d d d d d d a a d d d d d a a a � � � � �� � f s a 0 0 0 Q fA m m d p K 0 2 O C7 U' N O Q E R u „Ts. ^ 7 Z N ryry Nn Yl -n n N M M <Y 0 VV A N A n N n g g N T N Oi e W V m g Oi N V p O O ,NN N 0 0 m 0 A A 7. n lN 0 n N N N Y e e e e - m 0 M ry N ry N Y e O n 00 gm N N N 0 ; 0 ; n V M ; V n N g g N g N N O O O O O O O Y 0 O 0 M O O O O O O O ! N N N N V t O O 12 00 0 22 A 2020 2182 2 2 0 0 0 22W 22 I 0 2m 0 2 0 0 0 0 0 0 0 0 0 Packet Page -559- m bO b N ^ I t0 b mb NN n m 282 rn N,4 an 2 NN Niff N' C 10/8/2013 0/8/2013 11.A..A. J N m OE 0 N N A M § .,74: m n Ip N aO EA-; F N — r N b M N b m < b mM M X � Q Ili 2 m w g ><a ««w w H«w««««««w«w w H w w w ««« « w w w w H«««««««««««w w w w w w w w w w lie LL U a 1 H o N Oe n 2 m N 0 M N 0 Y1 7 .6 m 2 n N M O m n 0 N Ym1 Y n Nm m (O m m fA O 1 Q r N .- NymeNa2v"' 22m to gg*MaBAogA 1. V, 401 m Z N n ry m A n n b b < V b b y S. d 10 r O m m N rmp. Omi N O 8 .7f.'! 8 8 m ^V<q N a N m N f0 N O 0 2 m 8 O� r N fC IV O (V� Oi N Cp r1 ,5,. . M ,� � � < m Oi N ro Oi Oi N IN J N f f0 O O In.1 N O M O § g. O . T Y N N m N O b O m a - I+i V b Yf N ry .7 fV tl m m N - <'12 ^ N N- a o M M ^m °m 21 r m? 54. w H««««w w««w H H w w H.«««« ... « w H H.«««««««««............. J g2 O a g. N O n V N mA N d 0 Na.- ON aD vn�i i ry^ Om , W m < ( N O ^ N O N a 0 O V m Q b Ia I V N, V W U N m ^ ' m O ^ m Oi N < m N m M r V a 2 m N p O N N . n ei' mm ° M vm r M m■ r o w w w w w w w«w w w w w w w w w w H w w w w w w w w w w w w«w w«w«w w w w w w w w w w O U O a2 f 00 O U T ER 0 2 O U 0 0 U Yr j0 Y O Z U Y N 2 0 60 Z� H U wa cc N cc, DD 1OO q K O 2 N N O N N m I'+1 O N N N N . lV m b vN N `� n N o N OI m O _ _ < 0 N _ 0 O O n N N m (O C 0' N n c M E 0 Zii. ‘2 §- U V y- ry O m 2-8-"=. N 0 M M M a n N < ,, - ,`-" ,, , `,1 ,9, -.A*. 2 rc o -w r ! b n , o m b b O rn M m n . ,'.r- r N W D sz G m m.71. m- - 0 N n 2.m m N N O O O o N N o 8 O O V (N MVV m N O 2. p O N n p N C J J O N N Y 0 N l N <m 0 M V N N o g i :nO ' M�n 0 O F N - N . N N e O' ' n a ' m' ! O m N in m m d D n m N V n Q O a a N n- 4 y w w w w H H H H w H H H H H H H w«H H H H«w « w w H w H w«w H H H w H H H H H«« w w«««« Z« �W w a 'M° m IB. N N ° n o ^m o 0m Ibi E3 °o o ° °o I°p o0 00 a ° o 8 00,a a 2 . 0 b Iy °m, U r hb01 a t+l SI O O M N^ a m 10 m O IP n f0 lV a n 0 T 01 2 N `mG IS h 17 M N M '' D 2 n 2 r r .- .. n b n b - b b b 0 0 tg o O N n < n N - ..7 M 2 r b m N ! n1 0 r O Z Q Q Q %> > g W 5 W g Q Z f.7 4 0 0 0 J J j Q W m N fA m m I/1 m OJ M 2 m Ol i Fc Q Q Q Q S Q li i i W LLLL1I W N N N N Z J J (J W 111111 LLl 111 W LLl IL X Q Q Q Q Q Q Q Q Q Q Q Q Z (7 W LLl LLI 111 LLI W N N J Z Z W O b H! IHD: -a F a 0 0 0 m O r W>W 3 0 W F y r i W W>w UJ im ZW W>W F0 ❑N 0 0 p a N y O z 0 0 4 ❑ i (t. U m WN J EE b �W "2 n W O m I- M W- CY�5Q d❑�W 7 ❑ W Q Q Q 0 0 z Z U W 0 5 K ❑ Q pp❑ mw <J 0❑ N z w W Z Z aZ p Q < Q� m ?c Q ,q mroo u aO U U Q U U 1: ,,i.0_ K O_ 01 W cc rt U N wc K K m m r m 0 m 0 0 z z z t-..- . 0 > > Z c0 0 o w 0 Z N z 0 W F F o 0 o Z 0 o o N o N 2 J ! Vwm r > U 1, Y ? Z O E Y 2 U Y r r N W W O Z 7 Z Y Z 2 2 0 § g 0 0 < N 0 0 Y U U Z O N N 0 r r F r rc M > Z K m Z Z O 0_ m Z N m F m m m a g W WA -1 LL LL LL . W Q Q Q Q r W gI r ‹ .:, , ,i- , _, . 5 ,,, . y . . , Z Z Z N N O m m w K U❑ ❑ ¢ W - 2 . ,.y m • z W W z❑ Y rr 5 W H r a 0 W L W N m r Fr r F , W W W W O ❑ a ¢ ¢ Q Q Q Q d¢ 0 z a s Z > a W m m m m m ❑ ❑ ❑ ❑Q ¢ O w ¢ Q aQ Q Q � m ❑ ❑ 0 ❑ 0 ❑ ❑O O W W K W a a U a a a a a 66W m W K ❑ ❑ a O O O U K K a F S Kp Z W W S , LW T0 m 1- W F K 2 S K m m m 0 0 z p W �W w W m Q Q d Z Z Z Z Z Z m R m J 7 a I Z Zm Z J W W W p 0 ¢m Z S r E m a i5 W G 21 Z O .7 ,,4 ,-,-41 - - - - -M N N N m ❑ a 0 ' 71 < 10 . " ' R8 - - ^ .- 0 ^ N n m N Y N a V m 0 r b o Y! Z ro b O m ' m _ ' . A m I 2 N N N N o o N : : : 0 0 : M f (� NN MO O m O O O O a ZO O - b m m b 0 0 0 0 0 rO W o m b n O o o o U U O m o o m m m o m m m as F 0000000 .-_UU 1' 1000000000000000000000000000 N n b b m NNNNNNN - MM < ; a < < e < e < pbbbbbbb2 b PacketPage -560- RgS ym : S8go28 Neo.TEI ■= 2 10/8/201311.A. o N 01 F o m wmi of 6 _ N J � N n O !!!!! ! !! ! ! !!! _^N o° x,� LL U m rn n m (D c m y 8 n n m°.�'i 9 :P v v v' - n ry a+ s d ; g n n K N ,� �p m O O r tD .Op m O N � y ^�(C N �- ro� b ; yd _ m Y . C N O r <C- O a Omi b O N - N a.O N OI b M O 2 1 an d mO 0 N m N N M N N 7 N m � 2 - Y Y Y Y Y y 0] N N .- � ��pp yy ��pp ♦♦ ffVV 11OO VV •'8 a R M 2 h ti A m fnl O b O 8 Y O O T Y Y N O N m 0 ONi iO N ,T N S N P .Y- V 2 Y O N yv�0 ly'1 O m 8 O t2 n J m `& mSain rNi_m°m YN5° a miE.55E li e � nnmo "gin amSmm :8- § - N `y11On EiE Q O --- - .R2. = , N M b N y f Y ^42 ^ Y 2 y m ro ' � N N N N< 8 ` ` ,N a .m 54 ............ N ................................N.N N N.. 1.= p p b•2 r- O 2 00 n g <n -t 2 N nN 12 ` N SOD,O CmC 2�,1 ONi 7, 0 2 4 t''�, 2 b O 2 0 tNtOO N C O ry m ONE n O 2 2 2 1AO ONi 0 LL g '' .- N V .- O M N .- V) ¢I T m N y 0 OI m m m 1O m N V Y<O b m N h N m a M 1y'1 N W U G ! m O- m - N '� ,4 .7.4 .1 - - ^ m y N N N .N. O y N 2 ' w w N N N M M N N N N N M w N H M N H N M w M M M N N N N N N M w H M N N M N M w N N N N N N M N N N 0 V K m Z f 5 >3e C 8 U ET w; O 0 0 v be M0 22 Fq a zm N V wa K to try O: O O O A z 3 a Ol m ry _ Y b N N N N N N NM M •- e4 ;2 .-. N .- Y m Y N N N N Y N °m v.: a N . - - .N ttVV - ,.., -- ,. - 0 a y NK C ^ E .707, zit 5,1] N 8 umi n n RE _ _ , m S - ? Y N 5 ,T Y °- 22 m Y Y - m v ap E a W 0 N N y y �' �2 33223e$ 22 8 2 2 22 2 2N((y VV 1 M c Mr y�y p�oM 2,1 °V t� 8V 2F 1 2 RH 2N m N w w N y N N w e 8w H N H N o Nw Y J < ,- m m N b N m n . 5 ^amm R5 m O O N ro<NM V ry R y I N C Q N y , N Ny N M ` A O d Y m' - N m - N - -V n O, R M -- ! Y N E. mN E. mN H H w N H N M H H H w W 2 . m2 O m ' < 1+1 Y a n n N n((VV r N 1, N _y rN 0 N(ryN V O10 v a m N n O Y O m O N <f p ' m O < O W t0 b Oi N . . <O N O : m O m N . m n ) m N N a V•-2 ' Y M y O3 ' y W o V y y h 0 m N N N m m 7 N <ml , g y y O N m 0 0 m N m .- N N m m F, ... m V Y m .- N h N .- 0 A m .- N m m m m Y Y Y N ao Z J J 1 g J Q W Z J J N O L a a QQ W Q W Q W Q J a Q W Q W Q W Q W Q W W Q Q Q Q Q W Q W Q W W Q W Q Q Q W Q W Q W Q W W Q W W Q Q W a W W Q W Q W w '° °_ Q Z v Z¢Q F K yZ 7 g jQ» w w w Z Q W y W yV Q(O w Nl Q a M >J I 0 , Y ° Z > u1 N. . N w y - a Z W w ° 0 0 o o a B pNI 22, a 0 0 0 Q ck w 0 §§ a 0 p Q y my Q O) ¢N y OI U i w w D o g x X a- Es a1-U 3,2„-L, ! !, 0 Z a i Qo Q g g g X m m U . ` y y X 0 g W .p y W p , —.120 . Y J m J J J Q W U a K w K 0 K T K a Z Z o a-Iy U 4.W a g g y O W j g Z W w m Q Q Q QQ Q Q O > Z Z 2 p Z A g a Q NZ Z 0 1 M eLL U Z Z Z y U O O -. 2 `y y a > (O y 6N a 0 N SD y y i = l W N LL 0 0 1w -:, O Q ¢ y y . y y N N N N N O0 2 4 LL y 7 w X w N 0 p a y U U W LL yO LL LL LL Q g K Y . Y Y 8 Y g p Z a "m m m U a M .E W W > W r.0 W W W W W a O W g e g g g g g g g m y LL > > Z J t m g p2.-L E E = a Q 1U H y 555 , 5555 ,_ . = 1 y J o 0 0 0 0 2 a y w w g g LL LL 0 0 Q j 2> W J y p w C a Q a Qa a Q a Q Q a Q 9 : yo , F a y y eUZ , LL- _ y w W O W W _j 5 y y f W F J a a a J -2a Q f F g N Z U Q i g a W w J O §a a D K g W g g g g 0 g y O , !J W N h W Zggg a a U U O g aJ 0 J F U y y W W g Z Z O m a 7 »a J y y %(U y O w S O Z Z y y y y 0 0 Z =w E E m f a FF W N N N N n N N g i m m - m-0222 - - Oo . -v _ n N N VO O O F O Q n O 2 F m a s 0 0 0 0 8m y O oY y o o On m <o $ o o DO m m 0 O b m 0 0 oy m 110 0 0 111O Z; 22 ,12222 ,2 0 1 m a 0 N N N N N N N N N `Packet Page-561 23 -7.3322 o2 2.2 a 2 � m o m Z p ao 10/8/2013 11.A. J n b_ O N o M z 0 m N O n. b m n ' N R y ' '- g O m N g N N M O o _N - 3 M- Z x ~O w ' - N X 1❑ N N N N H H N N H H N w N N H N H H H N N N N N H H H H N N N H H H H N H N H V1 H N N N N T f O 1 W W a ry b O �p _ p b Q 6 n (y m b m N O N N < m O m b b m 10 10p ' 01 f0 N N d m Y (mOO 3 < F N N 5 5 N d N g N m Oj m N M O 4 O O O N N M N M 2 N M lV tG O n b O 2 N m b N .N N O M N b N 0 O O pp << n V ffN VV 0 0 2 2 a r4 aN p C M R ry( N P pp 0 GG N 2 ,1 J � O�0 N N Y O 5 N 5 C O � m A 5 N Fi N aG g b 5 N N O N 0< ro O n � � n5 n Y i b q O V V- V N M N n M b N m N n h N b n M �- g-.1- � ' M m �x w M h MN O M .v 54 ....... N N N H H N H N N N N N........AA N .... N ....... N .. i J $. r---.7. 2.7.2.n M N 1 O N O N N N b Y O m N N a O M b O n O o b F N m N Ob b C O W a CC + N O li m N Om H $ b n N R D d � n 3 N N w N N w M M N N N N M N M w N N N H N N N N N N N M N N N N w N w w w w N w ... 0 a'U 2z 0, 0 U r EP J U'I 0 0 = N O U Y F Z =O n2 0 T, Fs w a h U a' Co C Y K q K 2 Y T n a N N - - ,`,i,3. M N N Ys M M M M N M M N 71 K yC m h N Z OO Ea pm O Y b a b N .73.7 . - - O O b0 O Obi N N N N V N < of- F E :0'2.4` =2 a O �O OS g b1 O 0 n-O M < m n Y O m O b m b A m V N b b O < O m N 4( RR 0 -J b 5 N N m ro ms b N N Y N .IC a N N M - -H H H H N H w N w N w H H N H N H N N N H N H N N w N H H H H N N H N N N j ILL W IL 4 N N n N N M b m m . O~i ^ b n M N O M b < b Obi n m d A ... O a co O M U I- wi i� O ry P2 m ^ 6 g I`+ ' i� N MO b 2 b `''S g 6 '� m m .- b (= g M n W, n ry 'ii 2 N' M N,O^ ^ n fG b M O M n N a s N r LL QQ M a N O m�^ N a N N N aa V a N O ' N b Q b . ,- b � M Z a a QQ W QQ W LL J LL a a a a J J J a X w LI LI J a a a W J L `= LL z LL o tl b uS M m LL y LL _LL LL z W Q — p LL LL y o .7-; w O O b I¢ N o n J b ¢ w O K O w ❑ W = 0 2 2 w e_ m_ Z fflh1IIJL b ttO N?U V H o w F LL O Z F c7 O K K a w LL s as = w 0 I w a s m M °6 .F O w U z w cai ° ww mLL ° ¢ O O $ o W w W oo , ,a n. m O o ZI 3 w z ¢a a i a 3 ❑ w =oa a Ow% v ° w m zz z O w o 0 z o a o $ Y o z z o o i w w g 6ji- LL > > .p p m a m x I¢ N z ; ?? o x E w ¢ LL g m LL m w w b m ^LL > m0F1 > "F ac“' O¢ E OwoO 06 , 0aa?OLL a s N U V w a 5 O o 4O ❑ m z LL LL w 0 f w > > » 1 o § § m m v z b O z a E LL c, z a m rc W F F F u O a a I- z W O y z z z 2 O z O O ¢J J w 0 b .- LL W aydwww p w6000 ¢ 0 F >> 2 y0ww O 0 0 0 0 0 W W > 0 w w O00 wwZ0O > a J W as W: w? .i m OomKmKOLLK zzO J JaOwww j O 0O0cof oo WZ 000- 0 ¢ 7 as FzFF 0-ao_ aOOwz o U Z O S z U aU LL LL LL LL O m o 0 0 aO a w05o 5 x Ix w x I- Fz ? O a OT 0b 2 b 25 O F ti N y H N F H N F F F J J S 0 00 U 9¢ _E 2 isj?F O b m% > .:.. ... O z m z F N W U. H :22 ,,g1 ; - N N 7 < b 7- .- - - N " 15 ; 9 E M O .- N J U U N N w O f 2 :1' 27-. 4_ o °b � v Z = m Z 8 m N F m . V m Ob bV C 0) H F N N O Q ' er § 1- J m m0 Ci e0 0l m bN O� S b �O m S J n 0- w 1 I I I I 1 8 w '4 0 `8 o O m U �? 8 8 c? O O O O n O U J �p OU J U M b b : O O CO V b N 0 0 0 N N N NNNNNNNN NNNNNNNN f Packet Page-562 N ,'-=:, N NNNNNry N NN 4m sgnS mg*8w mgm �� � 10/8/201311.A. J ^' Som °M° u`"i $ m=' m81°nrm U,i, °NO NNElq.k mN " E, Nm °n � Nm ,o � OWN^ ^ m n i O N N Y Y M < N ^ ^ n ^ N O N ^ N , N m ^ ^ N^ ry ^ V M M c7 r a Z u = of LL �' V 1p �p tO 1D 7 m M m a _ Q b 2 m V. n N r m V 1 S 2 m m 2 m m n O < ri ^ aao M.,V o n (D O m m n co N N O g ^ (a(Di ^ 1- 11% N 0 h e'0 S 2 A m 2 N S ^ ^ ^ ^ m O .1 N iO S Oni N O m N n f m N m M 0 ~b 10 m m N N n N O° N N I.- Z -(V g tNp ♦♦ pp CC p y�0� ♦ 11OO S N m 10 d 10'I Y a0 m' 0 m m V N S O 4 g O N m S <0 m 0 `'g° A O N m INO, 4 m n g m F4 g < m INe, ' ry ♦ m N m Qaa� (m(OO ^ Ct M �1pp n ffpp OMO m O� m lV �^ 1� � 'N i Oi N �1yy N N J h 0 0 Ymi O m vmi h 100 m N N m N Y A d W m O n N V 0 1'<N Imo S ro N 0 01 0 Omi II N �O1pp h ^ E Inal N N N V A E IQ- a v O m Oma M N S H 0 r M OI ^^ ^ N 0)IG -N' M n^ Oi Oi N n n N 0 1 ^ O N , W .- m N° Q O ' m N ^ N N N m H N 1 Q Y N y1 N N N N N N.y N N w........N w N N w N N w w N N N N N N H N N w.....N N N w N N J 0q m m ON O ♦ m n n n m m M n 0 O N O N N Om m O O m m N m N N 4 m O N 0v m a J � p � < o � < m m N N m eMD N m O �L O N n � m g e� d Y) m 2 W tOO k1p mm (DD O{JI. � M 0 Y n ro M Y N h M In M N N N N m h m .N- N � m m W N 0 N Oi ap O ^Omi °m Omi Imo N �n n e r n S � m a a N N Y n N U N M ^ N •- ^ M Y n ^ n „ N N N n''W Ot IV Oi a ^ ^ ^ a a Z N N N Y1 N w H N w N N N N N N N N YI M W H N M N N N N H N i9 N N N N N N N N H w H H H N w N N N N N M N N N M O U 0 U K J g N n n < m m M Q N = . W JO c .p m m N a N N m ^ e°i U O U g'§ r O K 2 FQ a 2w ii V 1 W 2 N a,_ C K m ; Fao W 0: C M E -o n O C m W C, l0 U E W d N m10N r°'1 OSS ° SNSSSSONi.SgSOSSSS ° SSS COO SSSS $ SSSSSOSS ° Li `o AEI Id N F64. vi c o a�� a o N V m o�p 0' :-'' §c o 0 0 ooI' � vi 0 0 0 0 ry o d 'c°,1 C J OI Imo N m m Omi N O M O^ b V M <N N S o n F N N m ry O m r 0 Ip N N Omi O n O ~.1 o N N N I Oa M N ^n ^ ^ ^ O < - Q o + O m • N M Di N Q y N V1 N N N N w w N H N H H N H N w w w N w N w w N N H w w H N N N H H H N H H H N N w w N H H N H w w H N N w Z J 2 LL W ° 0 0 0 ° o u N ° N N N N ° °o °o o °o,°o°o 0o S o °o o ° °o °o o. ° o°o° 0 0 ° S °o°o 0 a M 1�1Opp N 100 O n m Y � g � n n N S S M j((pp yj ryry. p � �0 ^ O O OI' O � Yi p. V h 1^O N Si WWW n YO m m ^ N F 66666 n O N H N m m Mm < 3 IN U1 ro^ m V ON"i ^!N O�N _V°f M N(?OOmi 28 O N O p 0 m S N 0 < N N n N n °J S m O m N m m n 0 •- m N M N M M ^ N •- � ^ m ^ N m N m N " ^ ^ ^ M Z J J J J J J J J J J J J J J J J J J J J J 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 2 6 6 6 J 6 6 6 6 6 6 6 6 6 6 6 OI N W < N V (0 > ' K � � LL m " a Z W 6222622 0' o^ H N 0 n o io N a a . O N Zo Z a N N Z a ° .° � oO ° ° aFFFFF cwicwicwi� < . oNm CNCN _ O O N N 0 m O N D D D V n >S > a a J J F J J § V > O O 0 0' K 0_m O N i0 J m m m m N m m N w U U K x K K K re rr K Z Z Z Z Z w w w w ^ ^ ^N m m m m 2 2 2 w m 2 2 w N w Z V > > > 5¢U)>a W¢ W r W¢ 1 LL U w H U U U U!N- o J 0 a N J a a J a a 7 Ja LL 3 7 Ja a §N OZ k p m ° W¢Z IL W¢J W»LL W J LL tl LL N N Z LL N Z LL op! W>J N N J ¢LL LL N Z O U Z LL T ZN O Z X W 0UZ! O c~N P wW W W W W W U00 00N O 6, NN O Q Q O m m 0 W W W N 0 N N N N ¢ Z N ¢ Z o" Z d w X a a N N N Z N Z W W W W W W O 10 S 0 W W W W W ¢ O ¢ K O p O W � � Q W U¢ ¢ ¢ ¢ 00000000W W . — Jtt tw¢ > ¢ 4 ¢ = ¢ ¢_ w Z L(� w wD > ¢ ¢ w W w % o .0 d 3 5 V U Z Z Z Z U „ ] LL Q O O O U O U O O w W w - a 0 w 0 o Z Z 2 g „ LL O ; ' a aa > d> N H N 8 8 8 6. 8 8 H U tl LL LL w LL LL LL LL LL O Z(1 ry m > R Z LLLLLL yLL rilLL tLL ,LL LL ME N N N N N N N N N N N N N LL Z Y F m p aaa a a d a a a a O 7 7x LL >LL > >> Z m Wx Pe' r r r r i w K U w L O O Va LL LL E F F F E F F F F F F F F F F r F g F F F F F F F E F E F F F F F F F F g F F F F F F o w O O w x w w w E m > > > >> > > >> >> > > >> > > >> >> > > > >>> >> > >> >> >> > > LL p p v v o a o ffVV O N ry c N VV a O N O N N O O O n a a a N N N V Va V N N ° ^ N M o N m n O Z m m m m -- - - -- -- -- - - - - - - - - - - - M OS 0 S S S S O O " N N N N m " N N " N r ” ^ N N " M M U ° M M PacketPage -563- U,3S. � 2P“; Ng 2 a 3 = a 2 m '° IA 10/8/2013 11.A. a _O m V V `Ti N w�i O O a ` N =m c fO : N< M ^ ^ N it S ° .. e a .m, »»>Z»»> O H N If N H m Z 51 ........ 4k N N M o x,� °o pt gLL w c a a U . ern ti f RU 111AFIgRAlq m O N O S M pp OO N N r pp 2 N N N N i O 2 N o N m p. f; e ri J N N O N O Ci m 'N N N9 2 0 a n H n m ^ .4 " H Q yv N J J w cW9 o b e O V N.� O t O5 O- U m^ n a .D ry c'i U ¢ d n n.- 2 2 N ...N N N N N O U '40 O p y ^ n U ^ MR W 3,_' N O[. a U a O U 7 Y F O ¢2 mq a H U wa K W a> A K 3 m m a0 O N Wa 4 C N m mF .ii o zw U P. ∎W a n -E o a °0 2 ° 2 om r2 ao 8 22 2 2 8. 2 8 n 2 c J o °a 1 c v.� 2 3 m vi m v w n .re o M N � 4 o fOu1 NMM ^ ^ "s i l e »»>3»z» N I- H r O T N N N N N N Di- H Cd N N N N N H N H N g.; W 1 O 1 2 g 0 Vf 0 2 0 2 0 R U Z ' M h n [V 2 FI „ n 0 0 '- r g 2 N Y ^ N ^ ^ ~ 6W W aa QQ QQ QQ W D _ J J W W W LL W W W Z J J 2 Q Q 8 8 a a ' "� m< 40 O ro a iv ry 4 Q m w Z Z a w W W ' H a C z w w w y ° a J v E ',' W i J O O O O W w w 0 J F J 52 m Q 4 N W w N N m J N g 7 F FO I- E y 4J q Q -,W Z_U y Or m O a C S IA F Q O w W N Q Q Q ry Q m< W E F W W ; C y W We y S W ¢ H W W W W F a F F O - q 85r, W W F f/1 W W W y Q F F J O L^ F F J m m y_ E O H > >?? d' K Z U 7 S. t' C F O 7 F m = o mm m. N J 2 7 g 9 = 2 Z > W O 2 F e.. m > zm — F $ yYa - J m Q > 4 FFQ � ~ cai g o - mx¢ F m - d' o o F f Q N H U' d. N O W o c m 2 °m J - .oem ^ ^ .nN U l c Z a w F W U m L W c5o. da` 0 m J Z 0 8 0 0N a, W m a 2 z ~ x J W W F pl,, mO f vi o U 0 a"8_° 222 Q O O g O N (7 O a Q 01 Fc & .D as o U U_f 2 f m_d' N f/1 � J.Uf m N��N f9 F Q �=J in .o n w m o F, .h n n M m m ;9, n M M Packet Page -564- 10/8/2013 1 1 .A. . _ Wg' • -ma 4 E.,,AIEEE::,WW,ii40,EtlE40478U48.“1:14EEEIIIEERIEIMEEEEEEEE-WE.,.V=IWEFAILAWEIE!k i ilay.- -.i.f.,-3E..r.p. .I aa Huif,1,a EARiEa a..i 7., cri..Ers-n_Em.. gzi.m il mmmamm.i . . .ma m t i a iligt.f.NEYAVili!k. ,WW,Eitii4A=.0Att,VAq!!!PW.!.P.F,P.Apl..qERF,t!iXMO-Aqi!=;;Fl Eb il F.i RIEElv.R.flimg...1R.IE '.E. 11.......'="...""3 L:ag-Eoo- 1 *' o-- d . . .. di !:“W";IMWigWilr4014MgM/F1114figM“MfMgM15,5gr.55M15W.ME.MgEggfAMIlilif,1 F 1 ,-88E8-sg--.8888;188g6'w.8nt88081888888E08888888.88888888,88 .888088888188888.888E8.888. i . et p. ' ti1=616ggaN,IlggfiWagtaggg166141M4.414NNN5It6EMNialalaN5gt;;NglagiNIMNIMMIIIMINI!IA - 0.4Norlagdn :0220agiaa;8EEioNgallitaaNataNaatagaauNaNaggowEaaaalaNalallaaaNEERNEaalaapaa 1 El',Os za u - •*-P- g g ' e.!g''''' eli 1'fltq F g'RA"--"22222222 222 2 '20''.'1 2 . ,,;ttt-.d011:ivriti:04401;tisr245011014;r4C2DOONZVi.igAkit.OM1WIWP01.Vg.:Mniiii0. 'iiiialjaa;a0ia.ataa:1:;aPa0.5!alifd »MaPiA;APal;aaa".4""a'atmalaOriX«1154;aapi«PaP««.1Paa a-' Vilnel'EL'aE '18";01g"8;14;105151o11121earirill1;;;;;;RIPIMth;;;;;IINIWP"40 .., g--g--0 N A" il. loggloog; .aRgialvtos -, , . -, - a,.,a.- ,;apaaapaaalaPPa 0.1aa«au « ,«,PSaga;t1 ,P . .,3 igapapal«lapaaaau,««;;fl pa ;1«a«a u po «I p,so,pap aasamsaammasaaassamasrannasmanemaaasaaPam,..Pamasessaassamaseammm.m,tmaral..mm,laa.m!...5,m,, . aalmtgEmEtikW.a"IFEWUJEEPRP4WiirEgF,EPPIEWIREEFnF“,kkaaaam,44.Ski.RaWO:W'JaWatA ' - .p vv..... ” 8,.. v",,, .,, “ 22,42r0210, 1222* 0222222222222020220 ;822202 2 ...,$...11 ; 8iOgs7F,IggsgEgggIRiggiggilgixg;gmg;,EAg!.OR'1"igg.t!O . fiW—g!iaFli5iiliA5E'455a0.11P4P;;Ai:11:461:W0.16"'"'" "'""."D".".gDa!ald;;.Z;.ag if z i El I 8 8 .4 8881 11;!; 'f.A.F. ;11r,:; !OW! s IIAAA !! !IA! ; . 1 . - . IE " 8 2 ; . 2„ ,..... . ..o.... .20,8288. N ii;;;P:AaL7,1!E8!!:: p I A: t !Al OA!p10410,1A88 A!=PAAAAAIAAIAAFo!, §!!!A ""-""--- 2222282222R;'.228132;8".. 2"22.2.7.2222212622.2;.S.:22-2222;;ABRA22222272222222222222$222622 VigOgi'n'ig:10tAhOggtrg0i002.611ffilAgrOtgUrfriggrk16:04W2'451r6g5UYggi“OgW4'1g§'551U§W6U- :s ggeio,, 83 ,J,g vgp.o.%--. :Ir., Ap.w.aFgt5: F:eem liEplisisAfieti:f8K.e.g.t wcgvRA e , i ti.It 1 i' t 118 : 1 ""VanInNW9F !i- -.1.71;11;-.10nFigqf12 AUMWW4'AiII,Igar-.2'201Y11'. 011igg"6" x- vusesa===..4==r$FINpz.R“=rziutTisia.,R=ERRF,= .1,8.1 = qAmsieslcrs. =ii$v,sals.4.R$2g.gloiRorliqggc■= 'i MWoog5R-i6g-IgtgUl5MM.Mvq6n!!;!IE01pp1k 5M 0.2Mgyot.5i g : - g men o E ogvH 8..8 ... 8 oiRx e=o.1q25,g,W—t! . ., 1 gl 128 W28 2 .3 1 8S5 142.28 8 2243 2.5 8 8124-3 3 28291 d2223822222222228 8 82.22.2228822.2.2.22.2.24.,22$2222. 12. 218 98..1 MA8 "' i" "88W8 M 81588739 838289 , E - I ll . . Rs ° . ., . !A =I 5 8 5 R88 0 . 8888 g 1 =88:—..5 v-,v 8 " nOlq.10W,laaa! .Daai !i-R1 fi !! i !PE 0 a . . . aEam§ii 8§8E.i 8Wil $18888; .8888 8M2$N$R$1.51R88 87. a8$§18$e8.$9,$81!!”, . 2m”g95a”aRaFg1..9$R0g,$F.18 ValgMna U 88p888888888888#88 g0R 83 888 8^, 8, 2 22 . 6FIttA'fftrir#2'88A2t 222.222..22,222A^2 892,2tttn ITE; •- • , 22 d t Sv ! 1,M1! 'tn,91.NPSWW*51M”4W";,W4Hiliii!!!!ii!!!!!P;WW:EMMAi!iiiii[P7 E g --W=0„r-9-RMA92 -=OR-1-kr,.F.030WR.Zp.121,88.2.0_,„,,,,,„„,,h..„,g, „wg, _______,, . . I 91E,888 56E8819881 -.8856. 58E.58888589-988886866888888868E,E, E.51.. 5E5E-.838838888 lll sa El 2 . 8 —EC,.!.8PMEEREHT, 1H]' N .., ;10.6ra E i — ff.21« " l„ml8,„.8 9.,., R „88 i 8 g , 888— ,2, R,2t1 8„ ww9999°B. .w Vd '.1B' 0 rT g V20. ggdgN88q,giHtE,EVH§B§ 1 0 Zi ErtF80p5. ” Hjeariiie'" .'- - "" g $401-14PTil ig t!“!, trMV ' tii ! 4iiiiigg;;;;;POnrggggat .Y 85,.4.00 PEA §i : Iiiilinhebi -'””11-H ig, 26gz .1:pi 0, . it . EOt..Et;;lqEo8s'8-gz og;,".g84o A RPEL82WR-0;djEg2*.ko”rmfo,E-gggod81g R mg?6.8qp 6q Taiowglsg do llvA4".l q8Bg.aw84 6.h o2Uo2oW1.2g...%Wr."8w80vl"i,rrgLgdq-g.i'tt.1.t.--.0.•L',—Ei46c-'-1,0g.—WWi6.-E„p-E;!qffi;!,cs„!08;3W@ii iM.1°I§4Mgi9§'1V L o" fiW 88 g80E%1g.,.EA'?. .'..8.-" 192 §,5., RE9oilg04." , .66"6"AVBE.00B BEE Boo0o0a, 0E.° MMIti$W00-1C0 dfflaiNotEYffiEWIAidAaesddddi;iNIMMIni=kkiirgT.01; il gr 888F8A888855.88EH8888'888198 37 2,, __ .!aaaaaaa««3777-_,,: rr ,4ggrgiliii:: g_ „,8 st «,;..,toem - .-- il.... ! Vt:-!!nn,t'•!!!nivn::V:21rt Packet Page-565-AMETEMHMMFMMUMMIR§ri £ _ _ 2fi1, x5.,X 4f ^F4 �. 10/8/2013 11.A. . _ - . .-dda : .- 2 _: .x - 2 Ce. 99 q _ iN T!R!88fi8Sa .X£i; ^�..BBXLRXX4Me7 ... `.SMX$$a8=4:=J2-� - -=S _ a ' G -F3 f .. a a oW;E!;A x.x FGeIEEI J;SWe: e11.1i a gsa 3ag5? xr:G;: re s 7E ,.. A- - 'S9 8. 3. 3«Y2:: S .... _2a _ - X- R -Y T R3' e . '� & 6a6 a 56gn-'4-rt A94:a,e ci_ 8 ` -tE t5.; eti 45Ka5et@ 1 54 .§ "qc ; ^i,,,,, : ......i=?8a22 22 2422R1`8•a 8 . ..X8_32. 2 6252.2^98 2 6F 666 .6 662. 6ggg5QEa4gggg6446g6g56gia < 8 6 6 o"6g_r"g9„aieegg5t"65 e4g4 66 6 X68 .4666 s ttg S tag:.. 2a.�-..:w?...§Agaa gti a9_ .g:g6 Al a ' _""XX6_:Xr : _mo9:d„xgoaen5�.:_:i:9 C El, 8 q 1 " . agg ' :. . E 4 s ae 1F. a . 4X81 6.1151oea g.sa2: : pOaaoa55ax 33 1:!.. ..1 , .„!ti� 3®„5 :. 4. 0. a E . e @ Ep"-"8ggel"§86888g8g 575Ce @i=gn" E A8 gR 8 = 85§"gggg55B7658g 84ag880 ;0424 Xtl O i «98I FAati5r�ggE_adiag ;;I d agg a 33 pp�8.;86 B_ ?58 ? - ggp GG++ gg - . R CG'a a0 G.S�Se ;S, 5,,aI2aISIS ISJS8a 88,888 3Ra ?RR9 Sale a X s8a gr� 885 Pe. .2222sse.. PS w rt :Y LfxFt es!! X 888s988ae88sxx68e: W .7X 484 Sea 995.88 X 88; p M UP a r,P e.E W �f 2X R!lP R" : r Pe6 A .tS ^��.P R3y_ " S e V W e@X..R 8 A9 Rp 0; • 0 E X59fR "Eitl"...... 3 XGM X .f'XgX.. f4 f g f?€.,003§safsaY: Xs f xsfafsaXRX f ; aXa ___ 'r. k i.. ...9l�9..!--..B5gi0d.Iesd W « a=:eig..G:3s2 E" F ea16s-' - 'Px_3:. ! _3{ S Cg F`. E 1E a 8 a SC r. G 6 8 II 888 I 8 I I ;I Y ass € g4?: x X 55;;;W a6 gae8s4 !" 5 5 3, 5Y°!886!8.., rat M BS s 04,40 ASe.anenA •'_'W_3 XY a-B =Ys Xg59gTka se % gs3-f_!£$ rta8i ;s=z�.agXX 3.y Xas°sa:0..4 c X66 XeA- "868888 5 888888«8788°8857886888 555888 880 S 85888 C 444.!$52°5®885 865585 5822 8 888 gFgsMgg.5: X525. W 4,0 08$0 €Sb.4.111 3$5>W4:BE 888 e$REeS'gSSgC3d64.gg 48.x0ffdg.R.ag M 0aalt FSe i2 M g 2 92 '385 2.8PRe.e 865m58Ri8.. 8 080 GR 2 8 8885 7 2 P ,-29 8« 6edp 65ig. ,,-. 299 8.8 i 4 __^R^^gaXg` .. arar.Ya_ da. "as„l 5A"5„s a@ ae!gq,A/ pr,n 2^ :„-^ $=R° : - g`a. U " %a 88885 888688588888 ,8888888 .86°588 8008 888 4 888^4 8 s588Rag6888 8G20884R868258F8 4 888 _ ZE.9GM5V 4 .a$gr 5?il756EM7,Uga5E105 gggm S Sa-eR g&S RS . .96SGeV.","§S58a4°a a9`a.gs E.. m5E aX =-gcr « -5«- " . =X^- "" . z _^a{ c^a^" =a^a__ " a^" _ d ^p3 58? g »e « 8 si «.,« c od u 2ep `^85656 8«.5555585875o4525a558G58 8'° X88?^ .,888888°82888-.58 C2 8_ 5 RB" g __^S 8S8SM8: ' -S-"88.T ""s° R"Figir5 9 "-Fit 554 g$R a6 18858^g5^^-g� - 8 _ "'88 _ _ « ^ aaa^.^� ^ 5; ° $1. ig n $ 8 eS ° C5 45. ^ 28- 5 $!Semen$`!"""" ^ e ^'R"°" 6«e"' _ . . wgg6N" 5 ":35" 5E ° g6,qe5g°15. 5aq -" MA !!,F, r85^^^ 5 ii'l "-2------ "-q48"8 aS 2 W;t a^." ^ 6' 512-2 8888888888220"88858 08188 88888 898 888888 888888 8868888258588 3885 4 88 8 886 4Im"sa6 «555 455$a"gg85S555 5 IgRR�d5Be55 494. 5.55.-8 5 A M 9 maaa5a2a"9.N 5 Sys 67221 655. ' ' -_� " . -^B -.^^"- 5..585 __ 5 ^ 288 IC a2,_._ 8 _ _ 5R - 5^K. 847 rP F" g a8 9", $884888 62 0 8 5a 8 .88^8 6 8868.886688864848=^^5^ 288 8 ^8 "4 8 _ _M,M...«R4BA°4 4,,mg 06�^� , ,,mu ^1Rgz_p� gym'.s.6656 484 E4a2'^:,R'^ 28,8 8^sR5nm86ss `8. S 58 p6?cox.2m m5a„$"_,,li n.me.m4E.-«.`._,gg.- _:R^. „'_.""o..=5i8255G'_5Rag8855^age_ m„^ ,,±,4t,3m4 36,2,1314445 6;g6M63"y2,4 8855. 9588858a5ataa n8555aa88S °888585 855 a� m gg <;S . &4 ` a°tt ao "66> �d ii p n aaa -gag 8 F� a c 2f m U `g t !gge a 5 ia,a B ti¢yy g!55G a "g _<a map ' `_ 1,0aa 3 atgl4f;S;W Wi vl s h a Fa g g �5�'� � � aFY �j °°�°,=�xa,s�C=pas � �Ff�FEf 1�� a tea; it t• >>> �'W I &88¢2228 :5�a�5 N o<g 4. 64511 G,.G,g5 uaee'> g W q 6 n nii S<<:<<0008 655 F� 1 8 183°am�a��s8,g^oSifiui4$ �Bda aoaadaamaa Uhl' FRFOmA ooaasoo;o-6ez< : 4 _� .__ f aY r8g, oS "5 85556'=� ^^.i 'I I.I _I_I I..B"�1ina.^.. 8°85, 8?-5- 8_""" s " a" �• 8RRR888R^Raa 865X56°A^g9°u'O_ ___ 688885'SM668 560^000000000vovo8 a Cgfg _ 5ai866a6686aa�6566556�B66a0000i00000 Packet Page-566-Io55°ove°o e ol� � i 5 .1== "111_zT, !!!5li x 6 sd 1 a rd d 10/8/2013 1 1.A. id 8 ;9 H dfi3.d.$!Y!8¢ =ed3d3"PlI V:Ei2 : !ii 48 Bpfi! : 'g3§lix N�$�mIP H vii! �� ®.. _ .. _8d�•SM �. -.. tl P3. a ^.L V .. ���'. La3x9: « ���'x . ai dx'x E n 8 s df - Y 5 € +'`= 39i;O lR u _ P:M O y? $ «d .r_x e .. c Eft: a, a«a ._ YYxYY.^.x39 as Il Crt'k6 iC= GG K A. �p65&ig! -gyp€ MIgigl= = r $ g lIgH3„ag`'in 1 gce MIg:€4 s..@l g M !E Sg <kSRBC�Yi03 R.i..,9F& ?sx8C9 6PSMB R ®86 aBiSOGkg R:ayc&8 C88.IRS=BSCi&8 PS D 1 i gxt! ggEEP!^a"r.isa`_a E!4 55!EFa6q_"deg&=RRE g 5g.' Sgrt$'s6!CckggAgl!E9 'r a r5aaa! 6 R !"! NxstiR-..y-B'zxE3a.cox39:-k E-a.59Fs :..O^'S-a„aB g Si^ Iv.sVEg6 .a. :':98 C 9E«dv..9R9V_B C sOtA 555 8 9 — - - 8 is d :°d s E S R s r 8 3 8 q ef`d B. $ � ' = YE. M 6 8 ¢ 9 o B g a£ ' 9 s r 66 =5 k . 1 d a H Es ° ° as s y 1 g a 8 8 8 C S d ,V,y 11 a @ d 8 o C B R2! BB, li A:3 EA R as _ ; aR,7. R B „8 'q 69, S m�em R 1^ aA i El gl :p{ 8 87 B 8.`y fr ° ^d ^988 , n; 2 r C d S BAR �^- of u gg f2 g3 ig gs ii R 'F 88 R C112P 8 0 8 8ffi8 �1O Ely % ag.g.g g y v s gEa E e. - Ea ae Y 8-p °88: R V. 8N „^R S N8 2.7 3336 s 3 � ., 6_.3 3 5� •y g ? '$ P �_ w g „ffi gf". 9f RI = o V q 0 .,Y0 9'..E g1 y gffi g ? u S . VA ,. g € u ° P ` 42 e. kB®o d n o Sg s a< sp Pg ! i R5 55 111111111111111111111111111111 Packet Pa a-567 111116 A'����III� E N _Easa =�=a 8Pia. a.$7.1R a a_$ E - 7PP 10/8/2013 11 .A. PE- ,k e R e 0 P 0 ea a u P+„ ^_ -- 88 8 -fie% 8 88 8P9 fi R -S _ � R iz ':ix_8 Is baa$S�FaiYsay�:.i $� $ $$!� irtaa $,e$$$5 s$ i.: 688aRFc 1 i ^. F $ eBa C ii 222gEgtile.. .423222 :23_2agi s:.$r.2 .$_as+;$-p8�s . - .4 =22 rk4 11.gag -. g�Fge`-55a EEIM "^ ag„55.141fiE;Ek;565'^6515Mituou5sa .a e7 538 wag E' a Q:iRGOROA J5R�8 t6§tddRadli91288aa98R8_ad7 8j Pda6caR.g : R 0.^Gd_g .555. qq gg 5 gg. R 8 R e. F X`a gii,RSw RiE3®e°"e/egg aRX rtORRggi5tglae® ep4RF.F pGpafgggxoio d R.W g,Edg4i;e B.,PEaiisd 38iag.1R�igE,��:888E 88888.»..8d 88d88g888.°.8......"IX.A..C:.:885 9SSS SSSS 8 8 8 8 8 8 8 8 qQ 8 gg gg g g ieiSa B.ig 00;11 �u1Ry4a�Ra Q;i®;;Ie_e.gp;;@9;C1;10101111SE1.g'g;;a;@a . Esaiaad�_`^ a6 gs?R $ F 8.5 1 1 8!8{8:17 e�p,a;s a 8:a d d 8;S A SS ;8 8,8 8 5 8 8 5 5 5-.5 5 5 i d 8 R d e 5 5 5 5 55S;8 5 8 88:8 88,8 88A8F88 S.s 88888.,88 8.8s 8c 8. 88 .8 R 8& .-98888. S P 85 8 ra Jgg a0G2 _ i R '. 8 868858®.8 Q g0..14 VffiBB:R.0 S.S88R58888ssgsSss8¢8885i88s8R88R8€GSa8g ; .$g..eRs=. d yE KN3.8 ,. k.:...."q':w,&a:1 _�ei :. . 6 IMI04$554A9-.'Ak $RF 5li F gsl!Eg§.�4,5 i i2 E a E E e FE 1 s aaaass;Raaraga° aaa,°4,4d ...y1 36.diR&@Si?ii€i...i1.1.; °ggi: se aggi. ::. . ^}<i aa5: $.i.ii -5:18' 277:7- _ Paea7858N gagarda5x,ese 88RRRad8B5'.d�S8888d88a8.Ra2Rd7a'Y 668 8,58a8178088 876588; 8 g§M aE Rai€tggWoa8R�g48gl igR-c5§85iZ:E-z6sa&gie.§.5gg�w Fa e.a °da$:2'5 EFE l-se-8248 p a°g BiWi _- aR^HSa.�.a8°e 55Ss589 A-p_._- ! Sg., _ _ 87 = gSl!FA i s; z e r geaR6 yasR°!B-ReeeOr .eFe6Sgg°'648?k3�6°M.Wi gg.g§a@ EE 4u 01;AX. fE ° x.88$8_ a XQ 8..85885.8858;8858_8888758188 8858¢ 7�8R8RW88 68 885998' 8 28828588 S 558$888 ` 6EsE$daE1REZE4I..0E EE6§.R 6 ig.W.OgEE - imggGEn�a s 4 EB @aE 58 5 'e i.E.0. 5 I. �� a e _a8888gd g .6' F _ H7.- .F°.>ag 7g.ImWa^R-°"s -4g ,,---^ 8E e.ES°a#Ni a E d 6 >8 = od u a75aw? zz«gE ° 5 gc &ig n .g 2 0`E#E $ kiEgg9gassgEllEg5 ggy - *amEEd€g R . 'c ago.-a- _ 6C .96 agg marvEa8aad8��M:i...8-P.a-^a..a.._,. .-....a.-.�_„a `zo xI N6 0 = 68 88888888888 888888888888 8881888888588888858888588$$817 85 888888 @@85-888 W.- mg 3Ebg 1888_ 38885E a ENEEagAgig .5EE°-.Eg 888.88 E°i gmE.�S a-E^Sg . .°g°pa�RgRil -R- ----g-"W° d 8498..:5 a_W -- 1 App^a --„3 pKEN! a9 r ng8$SS°9888R...888e88 88888888888886688868888886 6868688 g 8888, 86300 Gaga. °._ "k1 W F& E6$NEgF Eg6°4Ra 0 ggg 3sa�EEE ° Ega r65-SBgsRR6a..-R-- ........ ......a._----- o.4-_a__ 1. b -PeF E£Eb €3 g „ o . 'Ca beR k =e -<8 _ M E. $g $8„gbnba F�ii��W �u�sg£w.g : 2 Egg B 2222.- 4�4Q�LL°LLtt� 7d agq¢R B i7 <� ° Us °a ° w9ggR � W s rn' adddffgd gEg........H.g azaayt 6¢� i tae g E888o ___ =-SSa & 849_4�a=-888a05p5d`�®rtSsd i 3 �� °°5"aaaw.a°.. G 4 g> 8$ ���� y R a.e. 55 888$53. 944 � �2 a uma �o° 3w'°�' ° ° ss - ��-°� �- � s 6n.ww iE 0 P e6 Pt ii 8 8555558588 5555c5555gg5555555555Sg555 5555'g0a8°6F.8e'awwgEggTaEg55?5t E§=_oQ,_ F5 4444„a�EEEEEEgEaEaa°s 5888888W4gaaaga°..°aa®. ;8gFEggfg.g''g 1Wga -5g •6 EEjEEEEEEEgEEEEEEEEEEEsEEE°sEEEEEEEE Packet Page -568-1 .g EEEEas°sxpa m o Q Q°Q g a 10/8/2013 11.A. N N N N IT N N M 1 N M I N N to 4.4 M.N all.M I.A N N N N y N 0 N c''.'M I MIN N N N N M I N N N N N N E N E E E E E E E E E E E N E m 3 3 3 3 3 3 3 3 3 E 3 E m m 3 3 3 3 m m m m m 3 3 m m 0' 3 ' ' ' ' ' ' ' ' ' 2 E ± o 32322222 E E x 2 3 2 ° - 2 i x x x ° ° x x x 2 ° w w w v 'w w 2-2 v 2 ° u 8 0 2 2 2 2 2 2 2 2 2 2 2 2 d E m E E E E E E E E E E E E E E N Y L S-J v 03 3 3 3 3 3 3 E Y Y L J J 3S L m Lm-mL m L m m L-m-m- J J J J J J J > > > 3 K m3 0 0 0 0 0 0 a � o S a 9 0 O V'O 9 C 'O a'O�'O 'C'O p N N co C N N 2 S x S 2 2 2 S 2 2 d W W W W N N w v <+ v v f N C 3 3 to ~ a - m e- e te e e e e e e a e e e e e e e e e e e e X e e e e e M O `, M 000 . a N O b0 O ~ N N O O N U 00 0 M Cr) CO t. N 2 ° • N U, O 0 .n 0 O O N t0 . Cl O N 10 O y n Q ^� o v ^ v G.1 7 C H L Q N Q n N ti ti a w ° m W m m to o, O10 ° m m U00 .7.y .4 CO cn .M- .M-1 OM1 .Ni .Ni o, .Oi 001 e e e C m E m W O. W U H 3 V M- I- re W ^Qe Weeeeeeeeeeeeeee- -tee ee e eeee ee e e C C .y O 0 m 0 M cr . 8O O C O cc• to p O O O O t0 m N O N 7 N dm' 0 O m .1 to O O O to M .y O . 0 0 0 7 m W N d0'. 0 M ui 01 CO m ON t0 d m Z - V W ti O ON .-i .m. ~ n to ✓ni N N-i .- .0-i .m-1 O o - A H H N n W t00 ti 00 ON O OV .Mi ui lal W e M N M tU .1 a e 0 N N F N N N C Q t(1 M N R M ¢ r C N w 10 SO pp ¢ 0 LO 0 0 Ct 01 K CO C OV O CO or O O O O1 N N Om OM N N N 0000000 .0000000000000 N innf O O O O V O 0 0 0 0 0 0 0 0 0 0 tOnf "0 0 O M O m 0 .V 0 a E 9 O m t(l O N N 0 N 0 N N 01 0 Ti O O N O N O N . 0 0 0 M O N O .-I m N to In R of m N C O 0 0 0 Q cn N N N tll O N CO CO CO O 01 N N N N N M LC1 ti CT V N CO LO CO no N l0 t0 CO 0 A M CO M N O .i N M N C N N O CO 0 Ot 0 a V in CO M O M M q m W ... N W 0 Ol H N . co en' ti O FA m O N 7 t0 N N .-I 4C u 3 u g u o p i_ p W o tel M 1 N N M I N N N N T W N N N N VT N N M I N N N 1.4 N M I N M I N N N N N N N N N M I VT M I N N N N N co N K W W A W W Z z. 2 Z Z. Z. a z. O u1 O N 0 '- z 0 N M , N m a m O O Z C . N M M N . 2 0 N N = Z C . W C - .Mq N N 00 '^ N Ol - 2 2 0 M M ? - . . .1 M tO N .t M O O N W J m .Ni t0 W > > .t to Ot N N T C 00 M tO to 1 CO ,_ c a e m m H 2 2 W d =H a =H C l C N C = W r. .c W ..., .+ S' 6 W u W W W W N to Ow Y Y Y Y Y Y Y Z W W W W W W al a a a W W W W W W tL <L W V to (� -+ p N to to v V of to vl to �- -., w w w D Y N ¢ 0 0i C 0/f C = Z m 2 y C ¢= ¢ .2 O = m 2 2 W ^^ = C Z Q C ' H N 0 0 z L C0C W O hV -w 3 G 0 ~ F-- C C C G C Z JO m �. w C OZ a 0 0 0 W a J Ti W m U 000000000- 0_ ,. H z W 1- H 2 Z = U U U U N N V1 7, 01 0, D Z m O O -' CO`= O o in to -" m a m a m c N La uT e N C E < otn °° $ c wsw '" ax z0000000a ¢ oo 2 cc Q a w i C7 a w m m L. 0- m o > m 0m 00 0 U, i, 1-t_ 0 3 °zg > 2 o ? 0 L.L.� 0 > pO o: 000OOOOww > > :, a 0 Qmm a Z l0 Z �a y y j - C C C K K K s 2 2 O O o. Lac LL.> U 'LT, V G O. ° O r i- a > w Q _ _ ..H r Z z 7,2 5: j z u w a X ¢ z W to N r a z oC C C< C < < 0 0 0 0 aG O 0 0 Z O � > m O j 3 O z � � a s'+p� Q O O O O O O O Q Q Z z 0020 Yw °0wi E G ¢ OZ > > ,-� mZ oo^2a adaa a O. ZZ M M ¢ o: w O a aO ¢ z � �' O o 000000000 LL LL Q z Q J N s V tO c GL t- V O O Q Q U v v ¢ a s rn < ¢ 2 m 'r ,- w a W Z Z n. a m n Z Z Z Z Z Z Z Z O O u u w z a z o Z Z ZO C. n 00000000 wa 0 Z N O f° z w t' N O ~ r a CI a a ¢ r- m oG 0. t- F- U I- a a F O a a w 0 M ~ n a co m ^ ^ x n O a a a a w w w w w w w w w J LI N 2 co w <1.- w > w a a o. O r r 0 in to to of to to to of to GLL GLL w l7 j� Q w N a 0 d N z a H to N N M p 0 F- 1.- a U a a L2,' w u' h w 0 0 0 Q 1- 0 X w m m a a a m 03 03 , z z Z z Z z 2 z 2 H z w x x X z 0 1 w w wwww w w w w a a a Z y V m O CO lD z Y Q Q w w Q O 7 > > w 0 0 0 O O O O p p a a z � H Q � _ dzOH m O Z` So_ 20 = < 00zzzImwww O U C w � wrc � � w W Lrr_- u o Z Z = a W x E 2 m 2 w w w m r 1= _, _. o. z z , r 1- t- 1- 1- 1- 1- -' w a 00 QOwa 0 0 N O x W as Naa as I= F- m Z U to a o. v > . z 0 z > 2 1= u z z 0 0 2 2 > z z z 2 a 2 2 2 2 2 2 2 2 2 > > O tiN Of N ill N 0 N O1 N N O V N V N CLJ N M N O 01 .i .y .I 0 0 L. L. V .y 0 N O N N 0 L-1 O M to N tl) N N N N < a 0 nr nr N N M •O o 0 .-t O O O .-t 0 O O o O cn O O O O N a a m n m m W co m CO CO CO CO N .i O 2 F M 0 .i v1 0 m 01 V �O Z Z .'t O .a tO N N N N F u1 0 ..1 ..1 .-I N 01 01 CT N 01 m 01 01 01 .-i .y E O N O CO 01- M M M O M O 0 0 O O N N E O O O M O 0000 .M N E 2 O O O N m N N N N N N N N M M t• rt1 M M O LA CU U N 0 0 0 0 N 0 N N 0 N N M rn M V V K C O C 0. C V R O K O V R O O O N 0 0 0 0 0 0 0 0 0 0 0 C O > C0000000000_00000000000000000 . . 0 Packet Page -569- 10/8/2013 11.A. u. E .n.n..n E•-n.n.n E En E en In•n.n E V+.■V`H H an.n H N.n.n an 3 E 3 3 3 E 3 3 3 E 3 3 3 3 3 3 3 E 3 3 3 3 3 3 3 3 3 3 3 3 o o o 0 o 0 0 0 o v v v 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 2 2 22 0 2 0 co 3 E E E E E E y 3 2 3 3 3 ' 3 3 3 3 3 '- 3 3 3 3 ? 3 3 3 3 3 3 3 3 3 3 3 3 m % o in 0 w o 0 0 0 0 0 o o o J 0 v J o J o J .1 0 0 0 0 0 .1 3 u E w .E d >....E. E a E :o co C oh O O .0. C • C C C O O .2, O O m y e e m 0 e a `C e e e e e e e e e e e a e e,1 e e e e e e e Q D C . 2 0 0, M . tD P, .N. ^ M N N M M O N O O O O O ,n W W M C E y 00 00 Q O N Q m N N N Q Q N N N N 0 0 Q 0 N N Z O O ci o C a Q, N ti _ 00, , W CO m CO m 001 V N LO LO N o0 0°1 O O O 0 N 3 Om1 0m, CO m 00, 0a, CO N 01 '"' Ma 0 0 Y 0 w 00 O > = C 0 N a d m 3 3 a, 3 0 i, O O •O C C O Y Y O c cc e e °0gjeeee e e eeeee -ee ee ee-feeee ee ee e 7,4 G co 0) a L L 01 0 0 lO 0 0 0 O O N 10 0 0 0 O N 00 00 K 1O N - N M .. N O O (0 a a m 0 O '. M O 0 M O CO M t0 00 a .. m 00 0 b M t0 O ,O N 01 Q 0 O O L C >' >' C > > ,• 00Ni u, V 0 O 0 .N. O ,Mn .M. O 0 0 c1 N .N.O O N ^t ,01-' W Q M O m0n um. 00 O O ;N 0E E >. Ol m ° N N N N N N LO N N N N .. N Q u, u, .1 m Q i� 0 2o 5 L OOyH 0) O d O (j CO U `0) 01` O N Ol v 0 10,) N 0 'C L >.0 > C C O C d♦- O H O fn 7 m of 0 0 O O N O 0 0 0 ut 0 M 0p 0 0 0 0 0 0 f u, 0 0 0 0 0 0 0 0 e e e e e e e e 10 Q 10 0 01 rt1 Q 0 Q 0 0 N N a M 0 0 0 Ut O N N 0 0 0 0 0 0 0 0 N a 0 10 m 1.. N N O N n n t0 C O n tO 6 tO 1� 01 ut i O 01 00 of n vi O u1 d u1 vi O O co 15, 00 M1 N 1D O W N N NN N 0 N 01 0 u1 N 01 M n .Q. m M N 00 0, 0 0 0 tO N t0 N 00 10 01 0 0 0 01 t0 W O N O N v, W _00 0 N 0 M Q N 01 Q (7 O tp to a 1.i N C M ut T 05 m N .. M a N NNN . N . . . .ILO N O . m 0 .0 N N > 01 O ,A OI C0 O, CO CT N .-I Q e In U) An in Vl In VI In N Vf In N.n In N N V.In N In N In VI In N VI,In V,V.N a e e e e e e e O 0 a (- 00 0 < 01 O■ 0 W m N <0 N O) en r N y O^ .y N ti M M W M C° O Q O W et .y Cr' M n vN1 m m 0 0, 01 n N . .. 0 N Q .. "'� W N N Q N n J Z Q W O I- >- Q a 01 0 in N M N C E 1- id t0 0 N O O 2 N on N m CO 0 W 10 10 N tO L4-3 N 0 Cl N tO O a ti < a w w w w W w Q w w Q w Q Q 0 O ra i h 0D t0 N 03 P) .� -+ -, -1 -1 -, .� -J -, W W W W O 0 U' p O b t0 N 1M0 100- 02 O0i_ w Z - h to 8 m W .- . Y t0 0 N CO 0 0 N c.0— N OD CO 0 CO N 0 N 2 • t0 N. co A a p0 CO N N 0 01 CO 0 It N CO K 0 U Q O t00 001 CA N ttOO tn COO 0 70 0 10 O V N CA N to 1n_ to ti N m 0) 1- N N R cc O .0. 1 0 a 3 1- co - - - - a0 D- I- O 030- 0155 N a 0 1=,) z W 0 0 ¢3 b3 a 3------Z- o- O z = O m 7 7 7 7 7 -J 0 ° No N z F V w _0 0 0 0 0 ..O x0 u F 3z z Z Z ms 0 a m , mz 0000 00 x \ — w w . w .. w 00 w ~ m U , .c w _ _ or 1/ —? J . ._ N .. V, 0 0 0 0 N Q 0 .. .. M m M M W W F ,- O O a V Z w ■ w ¢W Z Z in io iw w w w I- H —O O Q F - U Q m Nj - H Q a a a Oo w > z a a a DU U o U V U 2 F Z j o 0 7 .oa m X ,,, ,,, 1,, ,,, 1„∎,� ~ N w ° w w l O 0 0 O O 0 O O O O O 0 i- ce c m 'i '—n m—w 1- > z-a a s N v~) . t~„ O O O O O u. u. a.. ._ ,, ,. 'o) 0U Z 0 RVC▪ Q O Q 2 m Z -0b 06 t� 0 0 0 0 255510101010101010 0 ,� 2 ,�„ K Q O Q 7 K K z ¢ s U' l7 l7 l7 l7 l7 l7 0) Z u O -' Z () z z Z Z z Z Z O O v, 1- w Z w 7 y 0 7 7 7 a a a a a a a a a a a a G 0- IL 0-- a - - � N ,-- r- w -, -. 1- _ L.= a O O O O a D_ a 0_ a s D_ a 0 a D_ a tr_ ,>_ ,i ti w ,_ 1i w 7 w ,0 a z z z r r r r r r r r r r r r r r r r r r r 3 a W to z Z z 0 wO1- OOOr1- 1- 1- 1- 1- t- 1- 1- 1- F- r- rr1- 1- 1- 1- 1- Z. U H N 2 N > Q 1n w 01 N u) N 1- 1- 1- 1- F- 1- F- 0 1- H 0 H F- - h- 1- 1- - h- 0`) N 0 W W O 1.1 a twit a. a irn z = = = 7 7 7 7 7 7 7 7 7 7 7 7 7 7 0 7 7 7 7 > WW N Z 4-1 1-- H C' Z CO I- r W < 0 E n 7. g F w H N Q Q 1,10111 u1 N N N Q Q Q 0 ti 10 111 ,1-1 N >' Otl 7 ~Ch a N O .. N .I N N N O O O O O N N N Q N S a m M M 0 .. . '4 N N N u, ut u, u, O O O O O Q Q Q Q Q Q Q - Z 71 2 Z W O .. . a .., .m.. ° m QQ1Q .-, .-.. - - .-. .-. .-. - .1D. . . . . . . . . . ..-� 0 Z Q F 1•- J 0 M OCCM0 000 Mo0000 0 0 0 0 0 0 0 000 000 Q Z Z = J C O m m m m Oo m m m m m u, mn u1 u1 w m u„n u1 to M u, m u, m mn a) 0 0 0 0 0 O Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > re m N F J V 5 Packet Page -570- 10/8/2013 11 .A. Packet Page-571- 10/8/2013 11 .A. +C�o County Adrninistrathe Services Orvision Purthasing Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements COLLIER COUNTY BID NO. 13-6134 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: brendabrilhart @colliergov.net Telephone: (239) 252-8446 FAX: (239) 252 -6697 Design Professional: STANLEY CONSULTANTS ,,,stl4 ~''Ir- Pas asmN s:oriert•3327 Termer',Trail East•Nat .Florida 34112-490'•t wv coliiergov.ne:purchasing 13-6134 Intersection Improvements SR 90&SR 951 1 Packet Page-572- 10/8/2013 11 .A. Cott,* County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Add Semites Division FAX: (239) 252-6697 Purnasing ADDENDUM #9 Memorandum Date: July 30, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134 -Addendum #9—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: • The S&PM pay items that changed are: 1. 0700 20 14, Single Post Sign, F&I, 21-30 SF, for the US 41/CR 951 Intersection Improvements, revised Qty of 1 AS to Qty of none AS. Total revised from Qty of 21 As to Qty of 20 As. 2. 0700 21 12, Multi- Post Sign, F&I, 51-100 SF, for the US 41/CR 951 Intersection Improvements, revised Qty of 3 AS to Qty of 4 AS. Total revised from Qty of 3 As to Qty of 4 As. ADD: • Revised Bid Schedule • Revised Plan Sheets (7) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam, Senior Project Manager Encs: 2 1 Packet Page-573- 10/8/2013 11 .A. i i W 1 �'+ice r a R! j !E ��.�� �: ' " 010 e!kkh1 i ti i! A�tl 41 _ it ,';.':.c. d 8' O ",8 Wyyt'j$ WW�ii f wmy Wo coi 4 3 E 1 ~ '.14 C„i n e� n8n .II !_� q 000 X11„ 1 117- �i_L: -y C,1� cla h I+ O - Y a 4 4� m8°e�, 2 + I I �rO"` =j W QI VIA h o ry b W1,0 �H�I�r, il�liJ i.i j0 .. z i- w 4 0 3 .Q)-. I oeo a 141 I<!-,\M'�F�N B !h'E.iliO r ' ^; '~ i D N V° 81'O Y1 0. ¢ n e O p O Ban Illitillitt 7: � i - ►' 1 I 4 w w W °� ~ ail,. r :'°�,Ij:I '' 4 R S t e g� . �~ a� � 4 W Han$° a �VjO � p � 7g,� _ 16111�I�` ,'�'1 s O 8, 08'3 '''' w, � 0 j. i ►� 'z� e x oon le 2QROi�o4 `�y N% J °1,f ,=,,,,, . °w I� v„ii'' : 4 V)wh J Z 111 iIJ1.i is ,iq r�)' x `gi p e .c.2.uec cz,c W O i M ` 1 °'" .-- i ' Imo^ > qt'''y G �C5, 0 2"8 z wlnmv`, s� 1111 x-.., _ 5 t4 t 4 ,a..4 ,N ate mm�� q!"14! 3 € vi X01 P t, ; 1 ;i;;; ; °- 18 iii 11 Zr 1 igggggggg E is a�a IjIl � 81-eiR l "� *oJ ffl as k���it et_. m� ??pp a ?I Q 1a8 i 1 yj 1 6 Vll 4"1"1 N N 1 4 4 :C 4"4 N li I ?II Y itIlll( N4,gali y�l�>�siYp�sngda.,1 ...tttlitUttlut�gi9atF4��� Mll el O�� a 4 la 12 !hi fa A1 s ;i. Packet Page -574- 10/8/2013 11 .A. IMEMEMEMECOMEMECOMMESSIMMENIE 0. _ F?= �tfl A S z !!x$ s a a _ y " s _ C E I :yi 2 .?„,i; t n . 3 i t ^ N 0§g ,1, :.,- Eg2 iE t W . d _ : : : • : ARM 66 aa5 g I I+1 111111111111111111111111111n1111111 1 ibl k, INN a VEIL Iaft it xa o FA Z FA; sc 3, _ �. ,a?ty 1.4_,4 %k4g St Si a 9 wWgcgedcd01g9- 2o ER § . w — P r ��" tsfx �4i9i.gi5V, H< gqh33 'o _ o gt 't3Si£4 00 off ' ay 0. t a° " " m"1, u Y i<< c 3 3; 3 3 3 0 o;F of g a ° o Q o Y Y 2 Z O G D O�O _ W 8 a s i :i q @ S g f Q 2 z r<: : : iii ° A ,>, o g.E �LL" LL o ^ 5555 a? 12 §§io�ccoo oc gag ' >oo ,,,, Sot !ES g"a aii„> ?y ggxYCxxafan��aG, aG,aCi 'a'� aa <Gt -':3= loo= Wei "� � '^.g - -€..m ${$I$ �' � 3'W WLLLLzLL� �e� g&lo = �� a55i35'' .zuWW,z.i2.!,2222 2 °a`'° SNN5 .‹...sui0So a o W c{i �u u{t3�l Mb n"W wtZ xW~ ,-> r,- S 9 c o00oic o : P o�i3 > >s S i S z z z z o o y� LL a "" """" " WIWg aaaaa`danda °a 3 %9888g2 "4§§ N $ 00000000 "gW"" o �Y, �k' a a d W o°o g o m i W u g° o W° u o z z z z vuvuvu t>»>>_ 99»,., w §o 5 11 E x 101? 8f #1�:s4 z 4 s��s ^F4§.,..�.» V,FA, �I4 r.$ R N r ry 9 1 g 3 1 N a ]y a t !6 !a6c !1!!f o o° l a 0 0^ 0 o c G o m o s ol o v o^° r_Ve Ti, f i a I i O t a M °" y die 6 ® ai a Packet Page-575- 10/8/2013 11 .A. W g I ., 1 1 I II II i1 H 11 1 1 1 a i INPIInIP!InnIII1IIIIIIIIUIIIIIIIIIUHII UHIUIIIInnnn�I 11 11 1011 1^11111®10111111101010111 0BE1 RECII IQI 01 1 a nip 111111I] UIIIIIUIIII111111 IIIInImnImIII11111MIInnII d®a,gzial«II.0 . uIomEIIn.ImEII uITIELE IMEL ucl g r I:u.,Hnn°nIIu inI.nuI:lnuiiu nnimI.uuIEINZIM ii 6 NgIIIIIn11n111nninn111 hIII111u1II111Innlmlil®IIIIHIimill UuhIIO IIII1m11I1n1111n10161nnliIIIIII 111111iI x1 IJIII 1 nlnn111111IIIIIlnllllIIIIIllllnl IIIIIIUIImllllnllnllll m, �IIO IIn1011111n111nnhIIIHI 01�1111111nI in11n9I u10101u111110I ' IIIhn111 1I]nnnunn11NI1n111111111Im11nI1m111I1m1111111 inaINIMEMENHEMENECEMEMUMECIMINECEEMEI BiiuInllllulnllnlnnI nlllnnnnlfmlllllinnllllnlllllllil . IUIIn1on11IIHH HMIIIIf0CI H111I119E111 On[11111010101011111 �nlllllllunlullnlmlllnIIHIIlnnlllllllllllluI111111I1inHII1 DIl1hIIIi®1®IuI1111111II0mnm1IFI II10nlIlI] I E1nanl W Oaoioin I. hnmaN I I] ® MaInan uI IEIS " ]III O1llhI!II!I!OIHlIIO!IIl!IIIIII!PI!I!PI!llI!I !I!IIIOI w LI Nnlnlmnnlnlln1IIIHIminllllmlllnllllnllllnllililminl a 1 mem nIIlnnlalm0lun011nln9ni111 uniiIll®1 muman @111 g 41 F anlnln lull■nllll nlnl lnninlmnlninlnlllmlllnnllllli ' 5 aan1111111®111n111u1IIIIIN QnlllllllllEnllllll11111IUCI11111111 A N Q 1np18m10 <I 11118101n010101110111011101M19101F 1EMIDIZ101010101 i ,,_ . , , f) r c '8 8 peg 1 e 11 11 I r L el •� � 1IJi 'IJ , �Jy ==11 �m 1 1 i d 11 R` Q a 1ffi B ffi $ 4 i $ 1 § I$ I i 3 1 1 f $ $ :,..1:; 1 1 ; d i a l W 1 11-'1 1 1 , 1 i& ; ; 11l ' 1 1 II 11 ;1 ; � � � 1 &i ff g $' i ff i g; ff ff iff ff Iff € W t a Hill It tiMMIlliiiii 1 ,1111111Lli • ' $l ' !$ $ A $ $ o 0 8 0 6 16 o o i,a 1 I .1 - ti ,- 1� 1- - 1- - i I i d6 I Packet Page-576- 10/8/2013 11 .A. eel 600402 ‘4 ct-5 1336 33S MMUS e /40°0 t ii I $. _____\ an u X I,a1 b _ 1 i ROT 1 $ !il ' TURN MUST t PoW1T g �' Q+v =pi % 1 s p I 3 i I.E II s 1 4/ da ` r.-- SPEED 1 if li 1 : 1 ?. i ; p I 1 1, ..._ : 1 * -11 p g I 55 1 R 11111 o -1-05i ,, "A Z avv I i 1N i 41000 • / s E x, S p deo:, &&H siat _ Et: 0 li . 1 1 ait w A 0:1.0 a P AUI(I. . ..b >,mt3 r ET >p 0 m;S2 > ��I1' 1 1 I ii SOLI iii A 2 e �\\����� R R Lam—' ` bie CI' 'w, 9;1 6'0/ � u ' ,i . g - .. I 4 i I . ;i li i C/4D k Z [ig;1.4 R Iii w� .1.1 11 asa O33aS ` tl , flU �— "", 1Vlgl�Yi 11(3N m giii-.t p z~ e P 19 w _ ,.111•3 ,,♦ /4 a .ice'• I. 1 a I It 01 ik y U , 1171Y1S ill 3W7 a-s.33H5 33S aiv.L its i pg C w Packet Page-577- 10/8/2013 11 .A. ■ W W t t r . i W M '4' •-• 1, I I }...1 1 r:1 m 1 I - — I g Fm o m I- Z _. i I.*:-'- '— — 4 b • Fi -• ; ' " j___, i 1... I ISM 5� . • 7i - .j W 3�C1 E 0 vp= t ° a °_i _ _ � _ �iC �t ax a II: :b;8 T u *t n't! d ).6 T Ys : i ! i 5 d i Tai -5 -'.1 sit Rd'' ■$a 5. a i 145 n R. _J__ c s # — ama Nt. _� .. N to 0 - C 1 1 p 4-. - iii I j L to A r $ g � � g U 1— ft a , � ___ — _ A W x Q ' 4 x _ J = y u I I t •9.,i g _ 8 a Oi _ a 4. amen '111111 ' k e 1 ilinEtli X11111" - � =� . Eli 1 �s e i ore aim : , ,, g ��JY�J�1 �� G U 6 V G V 6 V T U a U ; O 4 K 65 65 y< 1-5 r5 i 5, .1111 t.: 11 ih V a V» 8» 8u 8» 3i1I1g Un 8N 8» §»I 8 in 8 » I Packet Page-578- 10/8/2013 11 .A. \ § 3 4 . 5 U & k | i § ) § % § ,. §. ` `� B . / . , § jk ~ � � � a ` - 2 » � 1 r4 $§§ O - . . . . ,, Q. 2 ( | , , , , / \ } , | a § . " \ . 2 \ . i � t R■e� � § £ ® § x§1111 p i § - ® - 4 - \ ( { 3&g& ■ F ¥ t _ 2 - $ zk- § k 0 ; ii } \ ` K:( . -- � ■ ! (k k k - ( ¢\!%% | Z e; . . . a __ § Z\/k | � � ° \ ( \ \o\t # • ? 'i ? & ` ' - ` \. i klkk § @ . t 5 . ;- °© ° ( 2| §b§§§ 9 � 2 §k2 § I » § i § « .| |§ Packet Page-579- 10/8/2013 11 .A. ak a it s 3 —I ► s ti J W V 1. - 800�+a~" .ai ti ~�` ;a; Ca F.Lin K a• N i zl 1 S is Rg W h ¢moo o I� ti R 4 j4�~ C 3 � � C y! a ii 5 e40cJ° �`C� W 0 A L -•--� 4 '4t:-'4,-1 24 t la M 'y? w {trg 2JO c ,ai�K np N g.a tE 4 4 U C t 4 N ia�Vy<F°. a `3!< 4 UZ a \Oi t i x 'ERE,ZNii ft R-" � H it t k i� c m u ? e 2 ^ E B � it g gN{ i li N • n n n n dr.).:1i1 linagi 6 1 g � . p b it in 4 1 • n n n n K �, ^ Q $ i i li,it 0 • 8 : n is g pW i „ • n np i^p °I * 45 rt I KW W * a tUS� V. Ore 0 9 i t$ O 4 _ ti A ; k c=2 [ciWi W W lci¢ W o,^ie"i 6 2! ¢Gh K W 88 pv 8NEi 4C:'4°:2 2 Y I 2.J to C.8�t t 2zo. 1l p31; 5 NN 8 4 Ns t Ia glz Y i ! Y r1 iiNS lO.E, m N R 2 x {f{.� N yIht > i i Y V Pa z: N 1gIi1qyyy i i N O� i yWgevp t�..li2 $N M oil t LN V^ SZi -80:a.-E JW W agE! 7 imS xc r6 O YW ,At W -.., ayt, ia.W�a, N <Wi yYy��.y1.il i2N z-i.,tpty ^ tfi' hi i1:14( - Oa a sz RJN41 UO QC¢ a CN JcN4 W o-92'2= 2-881%1 ri a - ,.Y ,- i`u,a0`d' a ''. 4;-qg iiiit 4 L0 J OWgqq� g aW.W.,guOW 4 .itef. oc Y iW it-, <4■SW !P- i ! a�n c 0 U O W K ,,T*. N �J 3 Y W�a^y t".. , g -O di g¢eo.°a ` KI- N< e• _ a _ 0I 0 ., a, Packet Page-580- s, 10/8/2013 11 .A. C i{D r?;?"CAnivity Email: BrendaBrilhart @colliergov.net Telephone: (239) 252-8446 Administrative Services Diivisian FAX: (239) 252-6697 Purchasing ADDENDUM #8 Memorandum Date: July 10, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum#8—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: • Because of the funding source, local vendor preference will be waived for this solicitation. • Pay Items: 0999-16 & 0999-25 CLARIFICATION: (REV 5-15-12) (FA 5-21-12) (1-13) ARTICLE 8-3 (Pages 80 - 81) is expanded by the following new Subarticle: 8-3.6 Partnering: For this Contract, a non-bid pay item in the Lump Sum amount of $8,500.00 has been established for Partnering. The objective of Partnering is to establish a partnership charter and action plan for the Contractor, the Engineer and other parties impacted by the activities covered under this Contract to identify and achieve reciprocal goals. These objectives may be met through participation in a major workshop held as early as possible after the Contract is awarded and follow-up workshops held periodically throughout the duration of the Contract. As early as possible and prior to the preconstruction conference, meet with the Department's District Construction Engineer and plan an initial partnering/team building workshop. At this planning session, select a workshop facilitator, suitable to the District Construction Engineer, from the Department approved list of facilitators maintained by the State Construction Office. Additionally, the agenda, duration, location, time, and attendees for the initial workshop should be determined. Attendees should include the Department's District Construction Engineer and key project personnel, the Contractor's Superintendent and key personnel as well as other project or field level personnel. 1 Packet Page -581- 10/8/2013 11 .A. Partnering workshops may be held periodically throughout the duration of the Contract if authorized by the District Construction Engineer. The Department will reimburse the Contractor based on actual invoice amounts for the following costs associated with Partnering: a. Meeting room. b. Facilitator fees. c. Travel expenses of the facilitator, in accordance with Section 112.061, Florida Statutes. The Department will not reimburse the Contractor for any other expenses. Payment will be the actual cost prorated as a percent of the Lump Sum amount. Payment shall be made under: Item No. 999- 16-Partnering - lump sum. • DELETE Pay item 999 25 "Initial contingency amount"—cost is included in the allowance pay items per category of work. ADD: • Revised Bid Schedule • COMPUTATION BOOKS: Addendum #6 (attached) was intended to add the comp books, which could not be executed because of the file type and size—these downsized files for the 3R Improvements and Intersection are included with this addendum. • 425209_Computation Book. PDF • 428147_Computation Book. PDF If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam, Senior Project Manager Encs: 2 Packet Page-582- 10/8/2013 11 .A. - - - - Az oa• a . - ' z 0 ma a C: ' I z a O J J �pp K''= o s O N N d z C W d OIL _ II p� p pVp {}pOQ �p Q O O �� [n O W LO W I[I R �- 7' N Q a N O m r .p" N N ,p 0 r W N r:: m m074 ' O E. S M 'n Q O N Q O O m <., m m j d C O . S Q O a N O p N Q M " Q � N ' m N M 8 pp pp a pp n g F2 S m g O N� O, O, N m 8 M 2 2 4 N S mm 6 2 $ 2 N W g m m m N 8 W g ,71 8 o pp 10 . ma ,� pp Np E M p R - S , 0 Q M S y Q C J O m W W , . - M Y OQ 0 . Q ■ Q Oi Y- oo NN y p ^ O m N N TA M O ^ 0 2 p1+/ N - ca : g ' N r N M N r ' . n N K ■ N H O H N M W N a a W N m w N w W M W N W w N .a N a w w N N M N w M w . W aq w . . y W N M N N M N N N H N at O N mm m m Ql m W M ^ r n n QQ n W'1H Q N m N h N O M 1� �p O r 0 .`- M N . N 0 M Q m �. N Or' N N Q N YI r M N V N t'1 m O r O 0 M M N N M m N O m N n n M r N MQ� WW 1; n • Cp g O g N O O W o M C] , M o A r O M O N 0 ['l N Q ,_ n m M O N [V tV (V O <1 M N N O, V , AN N O O� OO�I off fV r h o ,; ry N Mt z W 19 N . N N N V! NI Cq W N W N W N N M .0 M W 0 N M N g N N W W M W N+N M y N 0 W f9 p g M N N . . . . . . Ica Q M I!I r M W g n M M W ry pp C N M m_n , - NN Qm L^ O n m E '' ''t .7, th 10 N '- "' — .0 N . O , W , MM M W 0 m W GC r O O N Q o `QQ' ,- O N n .- ..?O V- * 4 Q n _ r O W f7 O N m N EO N r n M - - ai N O , M Q m 0 n m N u n M `m ¢ ~.;. N m r'x O QQ u�y.I° ° 0 0 a 0 0 ° O O r LL LL Y U U W m N m U U N y 1 J N W frq irA ~ ? F- Z H U W W W W W J J U'2 W W J W w w w W W J w W w m J J W W m 4 6 J -. Z r m O 0 K S U r LL 0 > O m m „,,,m,r z o a z m ix N o O z r w O ¢ z lil w - - Oo x za ILHHHHu�" m~z w K z 2 3 m wo z z ¢ > z w N 1- J Q �'K Z z O o a s 8 i_0 VI'W w W z i- } W K J W w 0 OU uj w} r C 4 Z Z O w 4 K LL Z �+ 4 O w a d U F- 2 i m r ¢ 0 S+ O U J O O O O N eTj Z Z p j a 5 o b ¢ r Z U ° O w z M �' K z 2 p z 0000 '-. O O 1= O p W w O J O ,E a oe W ° w a y O ''' oM ¢IQ m > U U U U J 4a G LL J u. z cc z u. 2 m w 2. z s ¢ z m `° p c� c7 c� c9 ¢ a � O LL O a �, u, 11_ ly x W J -1 W p W Y (� Z z w w w w a a a H H `�I¢ �- a 4 4 4 N "� U md Z F m m 7 m ° Z z z O p m (� m m = = S J J W r- m W 1- o. 6 d • w p M O o c7 O a z W O U 1, ¢ w Z w a m C F F r m m m m w a a = = W U 4 w 1... m w W w H J W 0, a. Z , 2 m C7 q W z w C m m m 4 m m m m a ¢ m {A M N ' ayy 0. 0- z p J K O J w W Z 2 - U S q-J ° > m m z O K O 0 x LL LL V Z CD W W W W 2 Q 6 w w O LL ] O a O r }- F N mm W W J m m m N ,- 1- t- 4 Q Z U O O d w H m 4 4 d 4 m m m Z w 4 ° z ¢ O Z m * w W 2 ›- O; r U i d LL V r m U O J W ^a O O w ww 4 m m m m uy7 w w Q Q F O z O X K z m F'a U U m O O 4 m w z J r (27 N d Q -,. J m do Q d Z -1 m U U U ~ O m a 4 4 w '- 4 m 4 _, 04 a 4 Z 4 ¢ 0 U' X _ 4 6 Y z z Z 2 0 0 U' a a J J J p a W w U N W w U U,Z Z O m 0 4 h ,- U W WY O C d U m z Om m 0 0 4 m 0 _O O O z z Z W W 2 = rwJ N = w 1- 1-1- U Z 2 w m 0¢: M K ? _ 2 _ '2 d' 2 2 1- m .4 r W w 0 J W '2 r2 0 m w 1- F- J J J a a CO z < J J J C ,....3 2 0 i- > m m m m ¢ r. rw- 7i 220i - a r lw-a uwi tm m-015 2 M Q,z m m w 0 0.I7 0 O 2 ;1 2 m m e.„0-.0-, V 2 > Z Z z m Y r r N _ _ N pn m '° T' co r n 1�i t 7-. ..- e., n r M p 0 0 0 O O O �. r r M Z NC�1 tOD O Ir A n ^ N r co (OO(..i O' O N N 00 O1 N n r Q [OY r W Qp n n n 1.- n r r , A r Op N O r 6 * 4 0 0 0 0 O O O O N O O O O O o 0 0 Qo 8 S 8 O 8 0 0 - 0 0 0 N N Cp CWp m Wm WW N N N M n22 ,O N N N N N fm �. m olo ofo 0 0 olo 0 0 0l0 0 0 0 0 0 0 00 0 o a o 0 0 0 0 0 0 0 0Cy 0 �,s'loQ x 0 0 0 0 0 0 0 QO{p g g gp r N M Q W n W O O r N M Q N O n CD m O r N N N N N N N N M M M lM'� M ." tC1 Cm'I R 4- < Q Q V V Q Q b ii(l) Packet Page-583- 10/8/2013 11 .A. S . <o z O Dc U' a g }V 2 O W P G 03o' Y F • ?O J J Z > • 'R 1- a- m W Z U 4 to N M m cc ■ I Z 1 m o Lc g V_a y• - m m M N Q Q Q N N •Q Q M , N n m Q a Q m h N n ,0 Q n .- r 4- m CO N 4- M 0 m m 2 S O"nl Q N W Y W r M r N h (O 2 an CC an 22828 .2 h O N Q N O m 1- Op m b CQD mm10 4- m N N Q 01 �l0 in b hj4- N N 4 N I, h ��O0p to r In < W O ppp mp O N S 4 J D; h Omi j N 3 N N m 0 1' m 2 N N ti Y m 8 h 28 :218822q2 h W h N S Z I., N O N . m.N m N N h Q s N N 1� O M Q n Q n M ,-.7 m v. " h 7 m m pp N �Cl N O aa K] 6 m M 6 1 m " Q r M N Q' Q m w en. O E- Q r N N N N r M N M t7 m Q m O w N Q 0 § t'1 N �- n r M M r T `•' M M bbb N N N re en C m N M N N 49 .9 99 w m N w m m w M as N N p m N m N W w w N w m I O9 w I m m m m w m w IN m m M N Y/ N N N M M M ` m h O tS Vwm m S . ti r4- et rN n r ∎m ,- m 1 O n 0 0 m m'MO w O m d - . N CO O . C . V CO Oo .- h ID IA N N mAI O Q O N m D F 0 Q p A t0 n N Q N ti O; V Q p 07 h N t O t0 W co - V m O N m h 1� m N O U CO CO CO N 0 CO CO N 01 et h Q Q h O) OD Q O CO CO CO • N .- m N . N N Q , - N M M O] n m O V tr. N N M m m LO CO N N 4- N 1- N M M n D N n O! N N M M tD n N I. Q m m m m d n to 01 m'm E 1- f zl 00 - m w m M w M M M w N N w m m Vi,w m m w m M N . . . . . .. .. .. . . . . . . . . . 3S M 61 M w, m 6 m ca.I M r 9. r N Op d . - a W QQ W d a W d < a a < a W J tJ. J J LL LL LL LL J LL LL J LL J i..t J Q a a Q 116 d W 6 J_ J a J a tY V)Y Y W LL) ww 000 o g g z ❑Ip n y w u. w m m m t N O z fAIN o ❑ ❑ ❑ O O O O aD p p p m a re W , U U U U U U U U N 1 N W W W . `v F- M wlwwwiONmini."6473 uaxxxp ❑ p ❑ ppgm N w a a l O O O M M to m o b to Iv Tt ¢ ¢ U U U U i 10/8/2013 11 .A. ff 2 re D <a a !g -.:-: z -.-., o' ,q -,, -,,,. .. . :,. 41s, 1 11111111111111111111111111011111111111111111!111111111 3 0 : ' ! :.. R a au 0 0. '^ , iC tc !el;ge II .. ■ in re CO x 8 . 11 .7. Rw -2 a a• ca m II- r e . 00 . :2 8 cst r4 ,_ SI 1. rti cli C ...I r(.117.. E m cri ax c-4 0, eq. cesr, 2 ,- A- isii11 In 0' mi .- .... „... re 1- as co ,- i .. WO nE „ . ON .8- r... 2 o ; : -4 N: ■-.. I u FI CO ig 15 tl. M 010 . el , E _. ....- A- i _ ' - 11111.4. 1111111111111111 '111111111111.' '' , o .2. 'E:1 011:1101111111111101110111:11:1111111111° :11111111111111111110 .i" 2 H11111111111:11111111111111:11:11111111:11111111111111111:111111101 'to L.0 '-'• to to co la is, 4, z a g d 00 0 cn 2 a 1. 7- • — oRo co 21=i - ul • cr < L-T., 1 < d Z d d rl 0 -.1 0: : ci r.--: , ,':". > u, a o. 6 6 0) • (l) Cll ...- 1( ' 00 11111 g'-' 11L 2 8 ° — WsWrswgdm (t) 1 2 222 zz 2:t Z662 a al< 0 0 Ix •cc cc 6 cc cc cc o 1.- (/) (A w 0 .,.. CC CC CC CC - _. tu al LLI WI la ILI - - 0 CD w m .... o 000 - < < m wmwo Mwww Z C..."-> Z . __, I. . ." 0 F I■ 1= laiX cY Lt d d d 0 0 '78" ""3 '7.1 w L" 4 4 •ri .i i Ft IC < m< 0 Fiel ° < '" azi; ,= .4z ),.., zx ou 4L.0-. § < Z-ZgZZ -ez-wwwoli ,iii (r7 0t202aanc, < < - 2 .,", 22 11222 ze. 761.73 ,:rw . 2 S2 -'9- 2000S) S2SnWLU •sW 2 _, • F... o. a o. o_ ta 11 0- - >,, -I. a 00-000cnowanta ,1 < itc o• d d'cc d c c ce c c c c c c m a 0 o a o_ ci: 1.- < itt 14.1 o. o_ a a o. 2 g g). L W J E zocioR' occidti, z xoz w u.s Lu w i,' Eaelei lit _. a-,' .o - wwww , .,. , - Trrt,' '±ir ??, CO Ict` c.i .- LYJr.i .c,k5iStc' 1;k- cl '211E ii- ii 'i V.,,Q 0 0 --' —. --' —' P,i-- Pmctiztecomm =, ZB < co z uI ODOCL, DMMDC) CptliLLIR47 . 74 Zi' . R. Rixo = 2 ZZz'zZ03-z > > > > mn = 0 z00 cn 0cO0000coz 0. 2 0. 0. 0- o_ a_ a a a. ci3 1- Dmax 40_ re CO CO fil CO 03 2 20000 < < < 2 a - ..,-F. . INV Y I ;: IN1 7.I g ;7, 8 P. 775r.il- ■t- 11,1 72 °HD >" '4C t- tNI:st 0 g ..- it' V '''') 'A 8 :1" - F., ..c E O. ,.7 ,- .., NNIN Z el 0 0 0 0 2 xREogoncoggRo, vmoul0000000cio .- ..- .- •- abs2coo, ' z 8 88800 ,880808 ,- ,- - 18 02 8 02 20 8 o' 8 o` g g Ng ou 0^ 6" o" o^ 0" 0^ 0^ ^o 0^ o' o' 01'4 2 2 re,' 6-16- 'a r3 g O.• -th cii 82 ,7) 88888 ° '- " " ° " " ' " ZsIP, 2Ant,",:i22 .f ;; PIAA 28 ';32,32 .7 '4 '4"4442 "4W4 Packet Page-585- 10/8/2013 11 .A. ga a O O y ❑a *J z V- 0 J J O U , . zr 2 2 N Q U a CO r > pp o �.�Q F N • t+1 O V N M N O Y O� Vf N O f0 H N 01 N N N N g N M a.t e- N f N Q M W't Q r o N r N M v. o ._ N y CC '4 m F 4-- o WOW - d 4 P ` V c8 . nf N o 1' n "y m < - M r 8 . G Q � .. C m r' v, r r Wa N r r 01 N ui M V CV 0 ' k W N r =2 c - 1 CC CCOO N O n mm 0 m CO CO N CO CO 2.'0 < M CO W CO CO N M I W M Q �Ca O O� �Qpp O e- m re r Qy N Q O OpN! 1C0p N AO N M Ol {(LLpp7 IN+J �O� A : ] J m O N N Q N N m O> CO CO. lN.i W CO.M m N OP CD.Of' CO ,O 0, m 0 C.) W OD O a I� .- m l+1 m O OMl r-1 .- e7 W v m C7 r N N u1 N W 01 A I` N r m N N N • 0 Q M ti Q Oi M CO r 4 ' r CO O 0.. r .-- N N M M m N • ' ' •Q o m • N N CC N a M N C• N N N M ul N N N C9 N tl9 w M N W h N w M 0 0 w N Ml H K w . . . . . N W M w M1 w N N N W w w 49 C Q I Cp {p Cp y 0� M E C<Cpp t0D n IM+ CO�1 C`Q'/ Ch O CNO n O CO� m O Y CEO COI CO CCNOD O e- I0 t0 4 e- N q� p� Ol CQyN�+'i'1 OpD �Cm'p� (pO� eh (0g.�� m+O C7 C+�j G QU OI N N M iO N cc N N r . + N a r m N CD R CD CO CO m 0 0 N a O o M m f�f CO OC Cn n Op m m ' S a M N M 0 CO N ' Q m m `ri r Q a Q Q r r F- 4. Z O p L _ w K h N Y9 M (9 W M N M h N a K a 0 W a a 0 W M W N N M 49 69 M a 0 N 69 a N W W a M M N N W N M N ■ CCOO QQ p. Cp m L �; Q h r 1' , r_ N 'i N - r .8 R 10 R , o ; m 4 8 • 0 N M r n N M M10 r M Q M N N r ID m CO M m 1 q a g q LL LL LL LL LL W '�' LL d 4 LL J LL W LL .{ Q a y uy q 6n < < < d N y y to a a d a 2 W w W W W y y J Z Z J J J J 0 J W W Z J y X J J a a W W w < -1 111 W W W W < a < a W W W W 1 LL W• 1 N m a b ,W N co< cc,C Z 0 O - - - y y w m .- CO 17 > 1w °z ,iiomm � NMat0q , 6d.2 W a w o H g , W O D 0 0 0 D y� y O -., J m c� r, a Cu- h w 2 N N ❑ J1-J J J J O w 0 CC O O1. W : a. x Q �a CC 0- = 3 u D m y y N L a up N ci p 2 < 3 0 Z Z >< W z JO Z j. j. w W - CC 3 W CC . r F 1- F- r N N.,I- F O -I O O = K cc ~ hIK UIJ y J W W 3 (� > W o z °z z 3 X13 S r i JoJ M. ¢ �S o m m °O w `....`>» W X c-^ ~ W1 LL )' Z F- O la- ❑ ❑ ❑ ❑ O ❑ 3 y ❑ ❑ ❑ ❑ J N ' J m J J ,,,W In V ' ❑ J J J a a y a CO. Z o� ca R a K R d W K a z w c < o a a LL z a a w z 0t i 3 ❑ O °m ~ Q a a a a a a d 1_ a a a a >. W ? ,- o e0 W F- N 0 W UJ ❑ ❑ ❑ ❑ ❑ ❑I C 2 ❑ ❑ ❑ ❑ ❑ c F- Z W J z w O N N U' Z Z Z Z Z Z } Z Z Z Z R O Q .- w Z ❑ - - -W Z m 1•aT CD C y r I- m - U.L.m ❑ W 0 Z Ul Z < a < < < a } < a < < a < In ? Z LL LL o U W O u. 4'1 F 1-.-..�.O o Z Z LL ALL..f - 2 z Y 0 N Y I- 1- ti I- 1- r Z O r r F- r O W 2 Z .p m W j ,S U - W W > > w 111 M F- w -. K Z Z y y y V1 C!i y F , Cn rn y N < K h y a S 2 y N U- y K N J w LL LL LL LO W O O m LL y N W w W a d Y 2 y N y u C!1 y , y co co) co y N CA Z 6 Z N y O X X X „sal > ❑ O J ✓ wW >W N y CL 0 a a m W - 2 m F Y Y Y YiX Y 0 0 Y Y 'X `X In Y -Q Cn � ¢ N mlm 0 W U U V a J m m m LL W W F k- O IX CO O X > ~ Z Z 222222 Y Y 2 2 `2 2 Y 2 W r > > Z c2 CD 03 CL. W � uz, wi i w1- 1- r r M 9 I- X a m tl.. zpo � � o Z a 2 2 2 --- ,-.. v Y Y LL' W W W 2 11 2Iu1 W < a < a a a 5 > Q a a a 5 a n- Ca 0 _,-0 O O h a y N o V Z y 4) In LL LL t ,z g r u.z Q 0 LL < 4 >�> < J J J J J J a a a a J a a J Z , r. CZD W Z ° Z < 4 < w 2 Z a < < d a ❑ ❑ W W W W r §' r "' aaaia aaaaaaaaaaaaa aal, W F R " c� c� v_ � j a �r a auicnww 63 a a cc ❑ ❑ 0 0 0 0 0 0 0 0 0 D a 1 0 0 F L- C ¢ WW z L('--. d d J J J J < < J J U W W Z 0 W h W W H 2 2 2 IX CO CC K K M 2 CC CC 21 IX z C7 ❑ 0pp J Z M as -/ U U U y .0 W r r F- !Z!� Z Z 2 a a 551 , U y. J F- - Z Z Z Z W w W W W W W W W W W W WIW a _. 2 Z Z m < J J J W W W W -D W < < < V 0 0 0 O O w.. m m W W Q a z a S 2 = = Z = Z = Z Z Z■I = S Y W O O a a O 7 7 J J J K h 4 a a -, 00 . . ❑ 0 0 ❑ C a a a a a r 1- I- C. 1- 1- F- F- 1- I- 1-i F- C [F- to K r CD U U y a a a W,W W a Q Cn 2 2 21 m Cn Cn y J J > > �.. PL. 2i - n� pp.o a n v n pp P. Q 0 0 CO F .- Q 0 et 0 t r M < C9■I� N q •- N N N N ('f u) CO n N CO a 1 Q- ^J Q N y 0 N M u7 CO u1 N < N r CO ~' b W •I Q dtalaas CO'�C Z O O ‘-- lr O _, .p- <pp h Q} r I< < N M N < r C� ICI 0 or .- N N N N mq .. IA 0 to N O I O o o O Z Z C.I l+I C') M c�� C�.1 M m V Q V C11 ,O CMl1 CC1 0 0 0 0g3 °1 r 0000000 0 0 0 0 0 0 0 0 0 0 0 NNN Norii N'. m 03 '880051i 1OOO `�i8 `8 `8[`8 0 $ 2ofoD000 `!t o 3 . N M CQ n 2 uN m 0 0 ! m M Q 2 2 I�m ?a' $ IO r r N M Q i O2 m m M O 2 m m 2 8 8 01 N M Q 3 N OC n r A CO CL a. Packet Page -586- 10/8/2013 11 .A. o5 a Z W? c;. 3 0 I IINIHHIIIIIIIIIIIIIIIIIIIIIIOIIIIIIIIIIHIIIII:.' I as ffi p I O d IIIIIIIIIIIIIIIIIII .,_ =z,.. a C yy N S p W , h r pp m 0 t-,., 8 O pp g NCA Q 0 O N u.C J § , O $ ry b N - 0 g • ,... i CV.trl [N N m N 0 F N p8 ~ — N N T. m W O i g — N V C H N H N N N H N N N H H N O N N ., N M N- N N $ N;; '._.. E a. J R a ea V 4 O t O1111111111111111111111111111011111111111111111111111111:110111 w c) . LL m LL U Z LL K LL u LL M N H .. ^UIHIHIHI r O _ W -m a >yzd O yJ o O 2< Q _ � - ( u Z w • =O N i V o O Y J 2 O m giO IS O M Z 8 Z Q E W d U O I , W J LL 0 °- O w W z 0 ~~ > Q U W < w O W Q W < O 4 S W a m N 0 } O K N W . 0 LL Z Z O U O O m Z f m Q H J Z W r 0 m ! W .5 6 J O W ¢ U m , W � _V 0 w OU N Zs Q Q a W U a m W W x- m Z ❑ . W W O O J J > 7 6 W a 0 J W ❑ W 4 N W J J d Q 6 n a W W J K a - W F m Z O K z w 0 ❑ a i > > W W a U LL it • m LL 5U U a ❑ j ; > 4 J, ❑ Z Z W y N Q ❑ 0 J Z Z 2 O G Z z UW W O O > } > (r W O O O O W W a O w U U f O (A m y m y N m OD CO o A CO n o n m 0/ to 01 t0 a U U N m to F a O a a U U > a to U K in to N F ❑1 J p t t ~ - r ~ ~ - ~ t ,- ~ ~ ~ ~ ~ CO 0) IV 2�O//11/11111111 O U u' N f7 O m LJI, r t7 2 .- 2- Q .°n Q: CO N CO Q 7 h W :Z rf t7 M P] Nl W i v „O m m m mm� o v.:'-» - - 0 0 0 - - o - oo - . - - ..: Z m m W S p N t� 8 p m ppp R. o N M 'P m CO m O+ (per N C'� Q m t m� Iry� m O� o N f�1 �yJ N m 1. N o N m W W (y (y N N N N (0+1 tV N N N N N N N N N N N 2(NV (NV N N N N N N N N N N N N 01 N (NY CV CNN N N N . a a _ Packet Page-587- 10/8/2013 11 .A. t 0 . 2 2/ 0 o E m 0 . al * 8 o § 0 R •- " ' ' i 1; ^ o 3 st " ° ':-, ggs8 ,-.") ,,,^- . . . s - 4- 0 en 4- 2 1.- 2 0 et 2 I- - 0 re g _ — re c., ,.: ,.. 0 , .a. , -.... ..-- I W 0, 0g0, 0 ,4 - 0 ,"141,-. 00, 0, 00 ;_z0, groVgS3 . „, ,_ 3 w / / 5 ..1 o ._ 7.., '.- ,-., •-• 03 S 0 0 4- 0 0 ••• ID au 0 CO A Mt CD 0 30 .- N gi. 2 F- en a c V 0 ILI .- 0 0 0 .,- ..-; E +.6 0 8 0 N • • 0- 0 in A 03 0 ., c . 8 .7:. . 8 :+7 , ;-, 7, el K .-- tn .- V r•-. 4, el V ..- 0') 00 0) 01 tv r4 7 ai C- M E .4" 2 2. 4 4 4 4 0. 4 0 1 4 0 0 0 f i b 440 40 11 1.1 40 VP 431 40 40 4.1 44 4.1 0 40 fa 4 4 4 4 69 69 4* 69 fr, 99 49 .19 69 fOr 49 IA 01 69 e9 C (..) C IA § E s,, „.en ,....9 "e„, N ■- ,9, zi, - ot. 0 $ 8 0 § re. .- " ' ch * ^ 0 3 v " Crl '-e) i 2 M 8 A "co cr, . ,- ;,1 ,... , . m •- a E : _L.-- a u_ w a •:( .a .< < < a <1 a Ai a a a u a a a u_ a a a a, a a L. u. L_ a. u_ u_ u_ u_ u- u_ u_ < < < < < < A 6 6 - = ■ -,--,—, ` ' VZ .., V al .0 . OD 0 c0 o a; . . - b , b nr CO *. .- •,- •■••• CV 4- N — 2 2 - 4 , a • - - ccrocccaccercembb ,, b N . re ci cincolmoo "' " ' "' CI iii iii La a; 0o o - -, -a °. b b N iv to iro a gr. R R. 0000 q. ---- 01 --' • la. 0 rir. 07077 5 5 5 5 b ->- (9 ° C) 0 CI I C) CI CC = CC et - - a > co D ceterec,: trctrxrcrEzzzizz w w W ai W LU W W W W 0 0 0 0 0 U.I UJ LIJ CU •-• ... .- N J 03 CO 2 ° Cs) U' U) '---" '-' "'b 00 - 0 0 0 .,cui 3 3 3 3 33333130000u , . A_ u_ t... LL LL g ,t < > 0 0 --I WWWWwWWWWW (Doc, 002, 420 :9: ;Ig00000 00 .-.-- ,-,j, w 4 0 a_ o_ a cr) co 0 (1) a) Ca CO) CO (0 t0 I- I.. I... 1.- COMMICOUlulwi, ‹ -• - < ^ w cc x (0 V) >- .._ V) cc cc co ir co cc CCIYECZZZZZLULUILLIIILIDDMMaiLtril ' IULUW < cc 71 > L11u1 0 0 MO ° Lli W W lil 111 al La al la W La 9 9 9 9 : 0 0 - - < < < <U.2 U) (J) W CO 0 0 0 0 ID ....-•-.'U-' !- /- -I- , - .: 0 2 Z aj c< LL 9 o< 0 I- I- - I- H I- I- I- I I ".• 0 0 0 0 0 0 < ----.—..:, -•-- - L., Q a .T, 7, 7, LuullukaLuQ2Q1:100 -1 D00000ion » ct it .75 .3 .3 Z 0 Li,> 0000000000wIllaIlLIWwWwMaiu- CLEI- 0- 0- j 0 ..‘,.u.:. .-1-- °. °- °- °- a. D- 0 < o ,5800mmt51- 1,1 „,2 . u". . . wwwiwwwwwwwwwwwww . ..iuu . ,.. - , - , 00 „, „ ,,,,, , , ,,L , 0 ., . ... , I- -,LL W W 0. 0000 0-.! 0Ory (-01.9 [1_ 0 CC • E t77 2 I! F2 1.,,,°-0,11 1:75 1,7. 2.`"' _.. xi= J- -i-..... 1 .1.- 9 .9,_._ ..._ ryC'5 • F., '-_--., 41J 0000 0,,s0- 003a10050 Ca 5 1_ I._ ,_ 1_ 1.- 1- I- I- I-I I- r- I- -I I- .- I- I- 1- i- t, 1- 1- 1- 1- ■-- 1- 1- i-- ,.- P 1- 1- 1- 0 ...J -1 -.I -1 --I w -J -J -J _I 1-71 n 1 En -3 .3 000000000707071000.0M07077707000000 7 • >- ■ D) I- 2 2 E 111 ''' ° 2 n 4: •- 0 ..- •- 0 •.- 0 •- v , v a, ,... X w OD ID ID ID W CI II0 MI CD . . . . . .I,- •-• ., . ..- .- .- N N "I .9 I' N- II-- x`.. r, ..- .- I■ -n g 2 cr, NNNN NI NNNINNINNIN 33 it5 33 rai3 8 3 F21 s s s :-.:. s s ,Q ',..-_ ■:1.. ■2 ■,:r. ;:_, ',,.. r_ c0,... .-_- s a- s 2 a 2 E 6 2 R°:, . . N 0 cv 41 N N CV Cv 01 NI N N N N N4 NI N (9 NI N N N N NI CY N N N N N NJ Packet Page -588- 10/8/2013 11.A. f n. r n R,,,:.. 7 > N Q o Q LL CF r p O N P I[] .- v 2 7 U:,11r - - N N N CD N e t m .- N OW N m O N .- '- r t0 N ii ° Le 2 W2- va V 6 r0 o F vW '7 H O N m GD z N I Oe r ° T O ") m N N O 0 Y,' < 4 r r O m p 0 p p V ' N NOIN- . N lj V 4 m NT N , r . E11.7, 50 . — ,-.1. -,...1 C J m N m O . OP . P P1 Q - r �r P m -7 N N N O 2 O p N y N t: 5 - P . 6 - a:N ri r: a O I/ 7 a: v N r.: r ro - W N n r ei v wr r N n of M r D•, m ^ S O d Ti n of n O N N P r Q 0, N `.`: O r0 0 N v. N W 7i ' •i N.y W K lie q rr M W M Yl 19 & 0 Yf K M W'W 0 0 N 19 Nf M M 19 Vf Oi W W 0 K M H p N M N 4 N O O N O Q O Q i 04 O O A 0 0 0 Q 0 4 m A 0 N O Q f O N O O 8 8 O 2 v 0 0 W - e7 V �0pp (h [0) r N p Q Q N. ^ n 0. rf) Q m 0) n) mi O m m r V r-Y:. O Or O) 0_ Oi (D N Q Of .4- O� R Q r N 10 Orl P P 10 N 0 N 01 a O .- M V ti r r- H Q rA N tr nI N! 1` .- m .- Oi N 6 O A r H C N1- /- V r P U S W W.e W E9 H M f9 M r9 . H M a9 W to H K . . .. . . . p p Yi q W N VI N C }} ~ C 1� .- rO N M M N V , O , N O N O O N v ^ v v. M O ^ n r Q A Q .- O .- Q N • C o U-C z W q W W W W 1 N W W W y W q 1 W W W W W 6 W 1 W W 'I- J W W W W 0 w O Y N U K K ❑ 2 2m minty W 2 W LL3a wI3of w n x b N m 7 •- m Z O N I N > a W W W W J J J��-- J J ~ J J , > m mIm J m m Im N m m 2 N N CC w - 122 W IL f 2 2 g W W W ce 2 W W 0 ❑ ¢ < a 0 W W W W U1 N CO W N N F 2 W O }j N v) u) rn u) v0 N to rn NN N z coq � 3 vnNmN ¢ ¢ ¢ 3vi ¢ ¢ z p > Q w Ncaoa o W W W W Q aId O W < Q O 4 H �CC Z w W d e i'J q ¢ z J J J > V V V IL L1 V V V 0 O J CO y N q Q Q g q Q W Q q q W Z gC = 711 v Sq Z ¢ 2 J'. CO W W LL W > > > > > > Z rL Z�1< S LL LL S 7 2= /LLB a ~ �_ W W W O Q J LL LL VII LL LL L. LL LL LL W LL LL U. - O Z N m �" Q J W m. J 0 0 0 2 W C W O J l. J co N N N N N co m co fn N N}LL c d N Z 2 Ur 2 p Z 2 IW N N N m 2 N Z m < o ~ W W W WIW W W W W W W W X g X H 4 ¢ O O • MEEMM MK2M 2XXKl- W WN ," Y 0 ,- m 0 < 00o zcY3 m '. p.• ■ 2 1=1-- 2 2 u ' ■ 2-- 2 F F 71-- < ,0 3- 0 E K OO X z X Y Y o W N 2 2 2 .1' O O 0, IA J W a - X X X X X X X X X X X X x W J W w W 5 2 J 0 P q ¢ ¢ Q w LL LL U. LL U. LL U. W LL W LL LL 51 ~ ~ ~ ~ m H F 6 Q q W N U, N 3 u- m a W w 0 ~ W Q } Y }} Y yy }} Y }} Y >> ∎ } W O W 'Al V ~ V W V 21 0 t �' J > 8 > J a }} p~ry }} ~ J 0 Dr ~ U w F- F J -J I- -1 1- F r F = a Z Z W J (7 U a d 7 _3 i O O O F N -. ] -'• ?' Z m a J F W I- N !- 1- 1- F- H F 1- 1- 1- J K O W O O W 2 W J W W W H.~ 2 N W!W WIN 6 2 H J O x W h' J ❑ - D D D D D D D > > 2 O O a 0 1- U U 0 1- O a O I- H O.7 ? Z lY I Ir CC 13 0 D r 7 1- N J O 7 W E y �p �p C Fww 0Z 0 0 W Z Y r G O O O O O Q �pp pp� O O r-'.V y N o o r �C O J -, . q F y ~ V O. • 4 P P P P P P P P 1- Q G O N P r O Gn r i:� Q -O O Q Q 0 0 2 O f 2 C O m00000000000 .O O ;w O .- m 0 ro r ,- co 0 O S' - w Z i 0 0 0 0 0 0 0 0 0 0 0 -3 V r - ❑: W D 4 � ~ J V W '1 p o 0 o p o P r r r r r r r- r r r J K ro ai n vi °o °i O p f9 f7 tl1 (7 J C '. 8'28888. 8888 8Igggggsps § § E § 00488000loog - N. o 2 0u) 3 0 N In O r G0 N r0 s O m A ° r N - 4 O O r O 6r O N C) o, ac rn rn 8 m a Si S c r.Qi chi �i c4i �i M in M in of �, r� on rh V, e a 0.00. N N N N N N N N N N o'1 m Packet Page -589- 10/8/2013 11 .A. ie'r Co-Lofty Email: BrendaBrilhart©colliergov.net Telephone: (239) 252-8446 Acirrihistralive Services Division FAX: (239) 252-6697 Purchaskig. ADDENDUM #7 Memorandum Date: July 8, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134 -Addendum #7—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Plan Sets (3-R and Intersection). If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam, Senior Project Manager Enc: 2 1 Packet Page-590- 10/8/2013 11 .A. Clkier County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 A:kliriistrati a Service Division FAX: (239) 252-6697 Pumhausrg ADDENDUM #6 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134- Addendum#6—Intersection Capacity Improvements (SR 90 (US 41) SRICR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Computation Book (5) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 1 item l Packet Page-591- 10/8/2013 11.A. Co r c. nt Email: BrendaBrilhart @colliergov.net Telephone: (239) 252-8446 M s Servi Division FAX: (239) 252-6697 Purchasing ADDENDUM #5 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134 -Addendum#5—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Computation Books (3 and 4) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 2 items 1 Packet Page-592- 10/8/2013 11.A. Carrier Comity Email: BrendaBrilhart @colliergov.net Telephone: (239) 252-8446 Administalive Services Division FAX (239) 252-6697 Purc}tasing ADDENDUM #4 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum #4—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: REMOVE: 12.7 Local Vendor Preference and Affidavit for Claiming Status as a local vendor Local Vendor Preference ADD: Computation Books and Pre-Bid Attendance Sheets If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 3 items 1 Packet Page-593- 10/8/2013 11 .A. Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Ackninistraive Servi Divi icrr FAX: (239) 252-6697 Purchasing ADDENDUM #3 Memorandum Date: June 28, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134 - Addendum # 3—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The correct bid number for this solicitation is 13-6134. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager 1 Packet Page-594- 10/8/2013 11 .A. Co 7E'1" County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Acerenistrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #2 Memorandum Date: June 25, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6118 -Addendum #2—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements ■ The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Utility Work Schedules CHANGE: An error occurred while uploading the plan files with Addendum #1 -due to the file size, the plans for the Intersection Improvements will be made available at the Purchasing Building, 3327 Tamiami Trail East, Naples Fl 34112. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager Eric: 1 1 Packet Page-595- 10/8/2013 11 .A. Coik7 r County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #1 Memorandum Date: June 25, 2013 From: Brenda Brilhart, Procurement Strategist To: interested Bidders Subject: ITB 13-6118-Addendum# 1 — Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951)and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Plans — Intersection Improvements Utility Work Schedules If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager Enc: 2 1 Packet Page-596- 10/8/2013 11 .A. TABLE OF CONTENTS PUBLIC NOTICE 3 PART B - INSTRUCTIONS TO BIDDERS 5 CONSTRUCTION BID 13 BID SCHEDULE 14 MATERIAL MANUFACTURERS 15 LIST OF MAJOR SUBCONTRACTORS 16 STATEMENT OF EXPERIENCE OF BIDDER 17 TRENCH SAFETY ACT 18 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS 19 IMMIGRATION LAW AFFIDAVIT CERTIFICATION 20 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W—9 21 BID BOND 25 BIDDERS CHECK LIST 26 CONSTRUCTION AGREEMENT 27 EXHIBIT A 1: PUBLIC PAYMENT BOND 34 EXHIBIT A 2: PUBLIC PERFORMANCE BOND 37 EXHIBIT B: INSURANCE REQUIREMENTS 40 EXHIBIT C: RELEASE AND AFFIDAVIT FORM 44 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT 45 EXHIBIT E: CHANGE ORDER 49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION 51 EXHIBIT G: FINAL PAYMENT CHECKLIST 53 EXHIBIT H: GENERAL TERMS AND CONDITIONS 54 EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS 84 EXHIBIT J: TECHNICAL SPECIFICATIONS 85 EXHIBIT K: PERMITS 86 EXHIBIT L: STANDARD DETAILS 87 EXHIBIT M: PLANS AND SPECIFICATIONS 88 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT 89 13-6134 Intersection Improvements SR 90&SR 951 2 Packet Page-597- 10/8/2013 11.A. Cotier Comity Administrative Services Division Pure PUBLIC NOTICE INVITATION TO BID Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements COUNTY BID NO. 13-6134 Separate sealed bids for the construction of Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements, 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 8th day of August, 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 returned 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 1st day of July 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, of Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements, Bid No. 13-6134 and Bid Date of August 8, 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 Online Bidding System 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 cashier's 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 13-6134 Intersection Improvements SR 90&SR 951 3 Packet Page-598- 10/8/2013 11 .A. Certificates of Insurance shall be either executed by or countersigned by a licensed 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 six hundred and eight (608) 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. Dated this 24th day of June 2013. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: Is/ Joanne Markiewicz Interim Purchasing and General Services Director 13-6134 Intersection Improvements SR 90&SR 951 4 Packet Page-599- 10/8/2013 11 .A. 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 (pages 13 - 26 as bound in these Bidding Documents). 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 Tamiami Trail E, Naples, FL 34112. If submitted bid 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. 13-6134 Intersection Improvements SR 90&SR 951 5 Packet Page-600- 10/8/2013 11 .A. 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 cashier's 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 one hundred twenty (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 one hundred twenty (120) days from opening, unless otherwise agreed by the Purchasing Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) 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. Right 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. Section 5. Signing of Bids 5.1 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. 13-6134 Intersection Improvements SR 90&SR 951 6 Packet Page-601- 10/8/2013 11 .A. 5.2 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. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. 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 specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 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 and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and 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 via the Online Bidding System at their respective email 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. 8.2 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. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. 13-6134 Intersection Improvements SR 90&SR 951 7 Packet Page-602- 10/8/2013 11 .A. Section 9. Examination of Site and Contract Documents 9.1 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 the 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. 9.2 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 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 10. 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 11. Bid Quantities 11.1 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 price(s) where the actual quantity varies by more than twenty-five percent (25%) from the estimate at the time of bid. 13-6134 Intersection Improvements SR 90&SR 951 8 Packet Page-603- 10/8/2013 11.A. 11.2 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 12. Award of Contract 12.1 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. 12.2 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 all, 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 Purchasing professional 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. 12.3 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 http://www.colliergov.net/Index.aspx?page=762. 12.4 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. 12.6 Certificate of Authority to Conduct Business in the State of Florida (FI Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may 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. 13-6134 Intersection Improvements SR 90&SR 951 9 Packet Page-604- 10/8/2013 11 .A. 12.7 Local Vendor Preference: The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County contracts. A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e. the lowest local bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Section 287.087 F.S. if the lowest local bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Section 287.087 F.S. and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the 13-6134 intersection Improvements SR 90&SR 951 10 Packet Page-605- 10/8/2013 11 .A. purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Section 13. Sales Tax 13.1 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 14. Exclusion of County Permits in Bid Prices 14.1 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 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. 14.2 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 15. Use of Subcontractors 15.1 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." 15.2 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. 15.3 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. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder 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 13-6134 intersection Improvements SR 90&SR 951 11 Packet Page-606- 10/8/2013 11.A. 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 16. 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 Ill, 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. 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 17. 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. No funds received pursuant to this Contract may be expended for lobbying the Legislature, the judicial branch, or a state agency. Section 18. 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." 13-6134 Intersection Improvements SR 90&SR 951 12 Packet Page-607- 10/8/2013 11 .A. CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements BID NO. 13-6134 Full Name of Bidder COMMUNITY ASPHALT CORP. Main Business Address 9725 NW 117th Avenue, Suite 110, Miami, FL 33178 Place of Business limns NW 1 R6th Strrrz Hialeah, Fl 3301R Telephone No. (239) 337-9486 Fax No. (239) 337-9488 State Contractor's License# CGC011475 State of Florida Certificate of Authority Document Number 688538 Federal Tax Identification Number 59-2023298 DUNS # 055217699 CCR# Cage Code 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 if 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. 13-6134 Intersection Improvements SR 90&SR 951 13 Packet Page -608- 10/8/2013 11 .A. 0 0 *0 U W F. J • J( a . Y o D d o o CO CO K2 1- o .- O N c^1 a z W C L1 . g` yy 1pI� p O F N< CO n ^ ti N 0 A N N O^ m IN+ N' , to n N C) O m - - - m Omf Q Q o O N .- Ol N m N - we , .... .., Q O G — - - m 7 1V e N 0 A V WO OW 1 , z mm p S oarr Q G G tD =O O N 2- O m s.m a m N A N E ; - ' E i- i. O E — N 5t - 2 ° ' ' ^ O O Z m p {p O pp pp p ��pp pp p I� p p p p p pp p p m 8:T0 0- O O mO O 1 101'S R S R O 8 8 Y7 2 o 8 2 N N N O N O N 8 - 10'1, n N O N N , 0 1S S .- p (m Ipyn O p O m O $ 9 0 0 0 i1mpp N1�11 m N Imfi O tD 06 1� M ri p0 O ri N Ql ei pmp r: of m �Np Yu-1i .Np pGp ti 0i O h N N m M O ci ri u Ol 1 1�� m OD I O m m m o C J m tO m m Q OD < . .. O O - N m 1gi R m m m c0 N m CO 10 tD S P1 - - tr N 1� M t?m - v aD N 1[Y R�1±n p 'Q ��((J1 �(1 iC o 1�> ('i KI Ol pp f� fG to fV N N 1A 4. C.f0 - 6 m 1+ ..N m - n Rl V o] h O.- Ut r 01 tQi N f`7 - .- 1� tM+I o N 10[1 N m .- N -O m v- m N - N - P1 CO re CO 0 r - N N N w w-a b9 a a w M 10 S i9 Yi-N.1 M f9 N w K V).o N v}-W W f9/9 N 19-N 43 M K N W.w W W N 19 w W to V1 19 M N d d - 0 m ^ o M O O( O p In N ,- 1+ I�, a c� m NM cy O O O 1N 0 . O . O ' N ryry m • u . . . - - N . M W N . - . - - e. p N M ow, - - N H M - - - h I,. .n O O „, g . b 49 to $4 .4 4.4 N N - (.1 44 - N N N 17; 4:4 49 44 114 y U a m "° - N m w - - . _ e r a. ° P • z "1 v m a is 7 m A M 17 m N 0 - O N O m m A 0 m N N N '' 0 ^ R Rl M W M m N - W - N - - N e , R o M o m 1ND 2 rA fD - O O N v - a - O - N 1NR fV ^ e-0 T A O O - 07'Ni 01 O M 12 t i V R1 m V ti M O O N Q ,- - fh V 10 N I� M N O a 4 Q `a z m m > x o < w o 0 0 ❑ W ❑ o ❑ ❑ ❑ > LL LL 6 4 > U U Q m > m > > Y » Y > } > > Z z z Z Z } W 6 6 W 7 J J U g W J w w w W w J w w w m J J W W m a a w J m J 0 U m 0 m m m m m m r r r r r U . co r 0 U Z m 0 U r U m m } O ] 0 m Z M Y 0 0 O a o z h w cc❑ w v O � Ow � to rJ ^ ” lrim ? roa rw wwNwz a x W _ x U = w W ;' W W O 2 w -i m m m b d i m U la m zg Ww . wg ,mL ? o m O > z awa (waLpwaoowLL � �i� r J O ? r > i m m r z N J w LL A Y Y > U U' ❑ LL LL 0 Z J m - Z r r m z F- m Y > r w v 0 1� 0 a r r U W w ` Fc O `IQ w u1 a _0 1- Z z (0 a o . o W vi �a m a a a a -jam 6 u- z z ¢ m m >Y > U oO Z w Z 3 p U d 0 7 7 7 1,1er Z zQ O n. Q b 1 0 0 UO W rrOU1 0 = a •o -1 W � W di Oa CKCK1^- F- � ODUV u' � U Z �rC3LLzmW � � � Zr ❑ U3 0 (700 , UU � z a 1� Slwi Oa m2m � mmm z ❑ ZC9C9z zwwwwalaa r )- ` ❑ a W In n 'a mm0 w ma' am a azrm > mu1z 1g. zIQ Om m EElw1, m EL "' w � w mig � m . owzw ' E.‹ mRr,� ¢ Qm mmaa = < wg < � vi5a ' awa 0 , - "- 222 "- maZ ~ ~ Fc m , m ❑ Rx > � ui u;{yaam¢ ran cmiLL � OO � > Y Z z U -, z W 0 Q - W Q m } m > U O a m z w m 0 o W w o Z m 4 N a m Vol w 1- 1- 1- W a O W o Q 11C--I m m m oZZSO m uiwzm m UmjYr- rte .100 Ww�1J1 ¢ mmCiIDXxx > 5 oo Xmmmm !- ¢ UU '' ❑ ❑ WQ wz 'a F- UOJw oJJ m1- JJ IW W w < < V mw07 » > a. aZmUNmec < < o mm8wrcSZ ~ am < mOxza ci) ... w � aaiF- Jz -' mUUUU �Jww wwUU � ui0 < mrU w ❑ a V J r 21LL�- Y z Z - ,— a r a a LL m w ,- r 2 w.z m ,�� o o ❑ a m o 0 0 did Z Z w w = m = +� ix CVl m z 2 1 p co m m x > i m _ m m m 2 F ❑ “ w w w w .1 w w w m) d a a a J m z a a a b m � z w w w w E 0 immoli- mcconm ¢,4i, 1- a° 1- 1 m0m6U7, 2zvmmmwi- 0000222mm4 2o2 > zZZz �r - a - - N ^ O O O r m N - - O 0 0 0 0 0 0 0 ��^ m M r N m Ri M m _ �`m = O - - 1"1 w m N I, , rs , , m . - - - N n - Q N - . , , , n rr -- rti n - op m m - " - - •i 2 W a 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 O OIO O O O O O p . N NIW M. 010 M N N N R O M M 2 O e N� N N �N{ yyN N rz ¢ to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 010 0 00 0l0 0 0 0 �ol0 0 p 0p1� 0Q 0 0 0 0 0,0 0 0 0 111`"0'")11 0 0 0 0 0 O O O O p Op o - N Pl @ m m , m . 0 — N - O In m , m m N N N N N N 0 N N N 1'1 [� 1N'1 0 0 1`111'1 m M fm11 N Q V 1 V z V R V R % s 1f! Packet Page-609- 10/8/2013 11.A. O U "` W • c a D Z ' C U <c Y 4- 'r- uin.6- 02 a U= O U 2~ J O x2 t- a a v a x).. �o a rAO w TOv °'a a wix z .,o { p N oo tD Q)M N a C Q N LLj a 'd M N �i /'7 0 a M I O N N O 1� p� M m tNO. N O b - OQl_W O W r- M Q m A 0 ^ M f0 A < M W O N M N �j ('� Q O A . Q la 4- ' T - pp pp pp QQ p p QQ p p'p pp p O p op p p op p p p p m : 8 0 8 0 0 0 8 8 8 8. 0 8. 8 N ti 8 4 O, S ti O IOO, 8 8 2 8i, N S S O S S p S I O oO O p O K ti o N P. S) AO g.P42 O S O Op O O pO N N 0 N - py �*lp {O�pp Op O7 O 0) , N GOD .- O W tW mr N W m pM A A ' 1� 1� C7 In O W O7 p W CI f'f W N w O� w n 01 J toC <9 V1 A M M f0 .0 N In D) QOOM� Q6� er ta�p;a O o. tD 0Q1� M O M to Y9 N V N CO M cn N In a O O to O t0 Ul O N O C. F g O N - - - - - .- Y- N N N Y- N N M Q N 1 N M 12 < fg N Cq ^ ^ W m N V) e5 ^ N .- N 'N NI GO M ri CO .- Y- ge CA �p C 49 49 49 49 64 N 49 49 W W 44 N 49 49 99 Vi*9 VA 49 W 49 69*9 W W 69 V9 V9 49 V9 Vi V>N N M M 64 N 44 69 44 64 IA 44 N W 44 49 44 IN 64 09 E 8888888. . 0 p 0 $ °o °o, °o, 8 8 Q 8 8 8 n ry °o n°i 8 S g g, 8888 °o po rte- o o n v°i, ru'i, ¢i e o o w °n, o, A Y W a m 2 2 m g m O 1D IA ,ke, O W w m o r- O A M O h r OI O ' N Q , , M = t 0. �D 1�l h ,- co r- M el N h CO CO N NY- r., •a"#M'V,de) M O I.1 Q N LL'] D7 m V N < O W K H M M w K N K ^ N .1 1D .- CO CO _ On Cl. O Yi K M H w l9 63 V3 Nl N WOO N < ✓ x O N N N O H K K V) H N K w w - - O) M A - M M C a y w w N N . 1/ 19 K Y4 K Vi 40 M M M • G }" u m It a c..) N p � O F4 O ,y AN m V OVWD A N N g 77 V M - - - - 0 O N ^- M O ° O °' O . m O� m G a _ F '" ' N V 0 t 2 Q Q Q W Q 6 4 6 Q Q Q 1 LL . ±. =LL J ±, LL LL LL J lJ J lJ ± ,± lJ LL Q W Q W W Q 1 g w Q Q d w J 5 t l t fY A Y fA Y 3 % {J = , ec cc U o o op 1- t nln W W O m w r W W =IO 6 c v x m x m O z 7.s mlfn ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ N . q2 m m m . r. Q v o u o olo o x x x w ❑w w tO . w aim ww• W w ° .- N (7 to O u) uJ !A v7 V7 K ❑ ❑ ❑ O Q U U x War O 0 ❑ oxxinbyo <oivro =OCAaOGUOlrr) WMW m as mto000O NMMvo4 a `a 6mNa it Na < w U dd to C N G Q ❑ ❑ ❑ ❑ ❑ ❑ n n J J J N Q D. d N v z z z z z z z z W w w ❑ n ❑ ❑ n ❑ ❑ W W W a j'D dd dd¢ 4 > 81.6L2» » j > > w w D O o r Z Z Z Z J G O o w m o O O a a a 0 0 0 0 0 0 0 Q 4 • m J J D = n_ W W C C a C C C C m aQ 4 _10 oo o oCO OOOOw W - _I 22 �._f_I-iw wm2GCmxmm0 y w _ tl_ Q Z zZ G m m m x a a a g 5 g g;5 g 5 J J J J J J J je x W OW Wa r 2 ' v.+ ∎/ v , < < cc m x m mix m m m m Q Q Q Q Q Q 4 W W 6. T W i J J J J = = W w w W w i w W W W W W Z z Z z Z Z Z 2 M Y r w W X x m U nw = 5555uirnr• 1- rrF-lrr- 1-- oo0g000a o rhr U WlrUx - a W W W W m m a m x < ¢ c < a'a a a 0 0 O �- CZ r r F- h - K K a' x x Clw y m m 0 0 0 0 W W W W w w 2 z 2'2 2 2 4.10, a s a a a w W W W r G11m z x m C r r r r = x J -I -1,J J J J O O O O 00 O a z r r r r - z O Q O V d 4 v_, = v_,"r r r r ° o a 2 2 2 2 F-' r ¢ ¢ ¢'a al¢ a < ' � z z r r r r - O z auO r= m m �+? '? w v.V, J J J J O O z z z'Z ziz z z � zIz z zi0 z Z O O J » l4 t O O olo olo O O Q000000 a a w O 0 0 0 r U D *i O z Z W w w w O O G O a m <? Z Z Z Z a a a a ~ala ala a a a . a U U V UIU U U O ca m m m 1a m 1 n W o 0 I 0 0 0 0 W w G G O O'� � O O O O O O O O O O O N p p y , 1 6 o o .j x m m z ¢a t Wi'w v) 1 f- r r r m m m m ❑ y,I l+- a a a a a a a r H H H 1. W W n D o a x J , z:. W Y Y Y r ~ ~ ❑ ❑ O ❑ a ❑ n to m a O z C m Q m m m m 2 x x 4V, r r r- O D O O O O m m VE a C x x m z z z z z z z p x UUU > U ❑ w O J ' Q J . W W W W W W W W W LQ w W W W W x t..- > a• D = n = t t t GJ J J J J J J J JIJ J J1J J J J J J J J O ❑ 0 0 0 0 ❑ W w - W W W w J Q W mI> m u u u ❑ ❑ n n ❑ u o o O ❑ > > ❑ a ❑,❑ a » E > > > > n,n w W W W W W w W W ❑ a a m m a o = ee o dlx x o JE r-F-ai~r=I- `-F�= = = UUUUUUUUUOODUUU OUCmxmmxCC V' OOOU � m Cl) w w6 I- 2 W W w W W W W I Z Z II 2W �1 WW WW WW WW W W W W W W W W W W W W W W W W W w E W z z z z W CO y > I- C n m Q J J J JiJ J J J -IIQ Qld a a a a a a a a. 2 a a a a a a a r r r r r r r- x 1- 6 00000 D 6 W & 0 0 O E 0 z Z Z zlz Z Z z Z1m m m a a a a a a a a a a a a aim a,a n_ 22222222 f a G U U O y m m a ❑ m co Z O N C ,n tG F . e0- O V- N O O �0 GD V O O N W O Q U') M N W M O W M o) ^ N M M ,r 77 N uI N N Q Q N N Q m N 16- g .o p N N RR 01 0 _ _ ...- ..- ,- ,- NN N N N I W1W 11' O , a V e Q Vry) 10 2 100 QI O D7 W V V V V V O V) co co O V) N V) V) V)I V) V) N N N N 77 I 0 77 r A a] N Q A A A A A A A A A A A )r A A AIA A O O O GO m Z m m m m W M M e- .- .- '- M N M R .- M A PN� ._' 1G) N �0 N O b VG V) V1 O N O 0 0 0 0 010 O O I O O O O Op O p pp oCC VG O O O N N N �o A O0 E TA R .a a H O O O O O O 0,010 S O S 0177 a 0 0 0 0 0 O 7710 O O O O 0 77 3 g Olg l0 O Oi o O O g C gig O O g O O O O f.,!12 2P,[11,5 N .1343 6' 2 ,1 SeSmSEf27.: g2le. E $ I.o `enMm4 '22mmGODP o) Rw3 'fn' VaNa> 800 0 Packet Page-610- 10/8/2013 11 .A. R ak 7 U 1 .111 i . i a , Y t- Z • 39 etZ Y a 4 0 r W W 0`. C.)4 J l . QO O 0 tpp < N fA O 01 ..f t0 C.0 i- :2 ,9 .- N v" 8 N Q m o 4 N N N N r N O ,O n N N g N 4 O)a 0 r V - r N O C O N lV O Q'O to re z g*2 0 0 0 0 r O O 0 , •) 4.W , N 8 4 ti S N N S 0 8 6-- to N 5 m O m 0 J ao V Q /7 m S O c 4 % +tF N r r 4 N r,ri�to O N .... C3.'- ^ N m 6 t0 N/� 0 r 0 O l0 tD O m W m p p p p1 p pp� p co 0 8 0 0 F:! �,NN, Opt 0{. N ,$ (Opg 001 ti ilo2 76 M 1(pS N 2 00 O 8 N 88 888 888 4(1 8 (8�D:'O (p00, op8 tp8. O tppS 4007 8O O� $i O S 40 r4 st G _J R W O1 O ^ R Q O] Of C t7 t~D O N t0'1 O Q Q Ir O fD In • t'OI_ N t0:+ 8 f? O 0D ID yN N t0 Imo t0 00 m OF r o0 O f")N r N - - N N r C Pi 0G C) Oi Di v. t7 m W Z - - 4 m I.O.. 1,..:.6-..4 a N !") 1r co ;;; N H H H H N H H H H H H H H H H H H H H H H M H H H H H H H H A 69144 H H 690 H H H H. . ...H H C -A E EE 8 Z `chi m m m r m o Q o 2 n 8 v' r"- n o m °o, ° 2 S m I".1 °o °o, °o, °o, °o, °m, 0 °o, 8 80 °q °o, 4 0) 01 u°1 r°1 N Q 4 " 28_ 6- 3 " ' " " 2 " " " 7-, :', 1".",p N n N m LL'i pNo r ,••• W < 2 2 3 N O {2{� q?1 O 3 N 2 2 O 3 m 2 .0 H w 40 Q (O ' b O H N O w T w w [7 H1 N co_ 0? T 0, N O O N w Cl ` a W W w w w w w w w �0 ;0 M w CO w w H � M N W K N — E ]+I CD P Z . Y 00 a p pp J Cp 4 N Q N r N < g INCI 0 O 5,! Q O m N r t0) . w 10 1�.,�C S Q r N. te'I., W l,6•V I.. N r r 4 N N O V N u Q .. to 0 Q m M^ fD t7 O 2 I- J J w J w W W w VJ co co In Z J J J C7 W W Z a LL w W W 1i'J .... 11, x •• a Q d a a Al,a a a C a z z 0 11 1 .D 0 N to m p < Q N ggg D0co U LL y 3 U) fo N W 3 O J 1,-_ M _ W N 0 0 0 �I¢ = c1 a p x p p ° o 00 m ° 4 w = o 0 gl� z z o - o o x z ° m a � v v cn > � ›- . • LLa� 00 v, �v, muloa 'N °� � � � ❑ np } } } Z Z R `0i y LL LL LL w a s 0�' _ • .., _1 .... W a W W W C W O 0 m m m ❑ F- 1_ a t J J Z Z 2 S 2 x ° x J J W ❑ ❑ '. y z z z z Z C7 2 222 3a3 zz z w* rr ._, QQ a d w t- v :00 a J my.) (7, , . ¢ m 66 < OO Ct/NC ¢ � NDOD U :00 xLLLL C6. ¢ KCCUj co g (,) U �[ F !n L1:W O Y. W w W W C O O O Z❑ Y ❑ ❑ nO Z O LL N :w Z O Z - ,• 0 °4):N U w oW O:W > > > z Z Y O MI •H N ¢ ¢ ¢ LL LL 0 Q m < a Q p C9 m S Z O 1- H H ti ¢ R' r m !- C :Q a GA a J r N O O G , J 0000 ¢ .Z ¢ m y N 0 to y a CA y y r V U U ZO O '0 ,': W W '-W Z ZZ Zd Z a s a w a w W sJ( J > Z Z Z OU C' C� di.y- Vl tfi cA cA U7 t� ly ¢ J 'U ?U> - J lL LL 4,0,¢ ¢ u_ C U U 0) 0 Z '2 Z } > X ❑ ¢ 1 O a a a Ill 2 F=- J Y Z Y Y Y z Y Y In OI U a a Z Z'Z.z Z z z z �j cn N W w W W a W w w a c? c_'Jr 000 ¢xJ O a a w z z z . ¢ U LL f w - �, Y a -LL LL o �.'.� > > > > 2 2 2 w w FF {yJ r ~ r ! (n to 71,m to W a1,'.to C a' ¢ W {1J Y Y W Z C a C W W w a J J z ? > > > > > 7 5 W C W 011 LL W O1 W F- H 1-'H H M-.1-:.H H ' H > > ¢ J=1 O J J J J O J U a a a ¢ a a a a Q Q U z W Z C J 2 to O rt� v) m 0 to ❑ n ❑ a a d < • 0 r. Qa0QQa QOa � aaa. aaaaaaaa _, aw 11 .6.- ,... .>-, d w OOiJ00 E O ga aa221- a ¢ ¢ ¢ C ¢ Mx rt m 600000000w wC • . f- t' aaa;a a � :a WLL] W W W WHI- 6 .R' 00 Jd-' 0 0 0 O 2 x O z w w w w w w W w W x J = Z Z } W >y O w w W-,w w . 1'1 x 2 x x -1 U U 0 - ¢ ¢ V ¢ ¢ tt ¢ a. r ∎- , 3F- . . . . . H rIn UmUi- .., 0O H 0 JJJ JJr ,-r CC ¢ mgww3 W adwdaaa2n ¢ ¢ ❑ XZZZZZ ZZZZW >. < z E =, 0 m . Z OO .C.D0JJ WwW W ❑ ❑ n J W » a » > » 00 Wwaaa aaaaaQ ❑ 2a' WQ - r ¢ o », Y Zzxzzoa > » » > a' MW i a 0 0 010 c 0 0 co w z a 2 a a all. a_ a a aia co m r m a :'» ax - z a co-vi co In 7Z 2 0 0 o 0 « a o 0 d N N N r r . 4 . . . O N N .m tfp`N N 0 pap' Q 0 •- N D6,W tp0 ,k S l 6l•� UD .- N N - O r �� z r m P N m . m N 4 Q N 0p] �- '- r r r r r r O O M M sY:r r LL� C = N N N..N N N N:N N N N r r r 0 0 .- 00 00 0 0D t0 00 00 N O 0 0 V) O O O O O O 0 0 O ((�� 0n a) d Z O o,O O o 0 0 0 elf/ ∎ 0 N N YO) N *0 H 0 o o o a ' -. 0 U U D C7■ la0 X100 ��p0 y1 U A A A ti A A O S O O,O O O ',, S S O ti 0 0 0 0 0 0 y40000000 1(1 ( O H O O O O U O O 0 0 0 0 0 0 0 0l0 O O p01 U U C' N O�0O (*0 p,=O O o O:O o o O O O o 0lp0 O,O ■ 0 0 0 0 0 0 0 r N *0 4 1n tO ti >D 0) N N N N N N N N N R 'O O O N O 17 O S S R 4 4 4 4 4 4 a a 2 h 2 Packet Page-611- 10/8/2013 11.A. v re 4 S at e x O y ca w ri le p W J O= a V 7 . O U Y O 2 J 0 a t` N Ce Y 2 M' W 4 va . . _ . CC y C{ 7, G i- en O -" p A Q c. N C rr N Q ty N N N N N g N M M N .- N V M K N N OI 4 a tD N�D •- CAN T en T 01 ^ 0 0 2 y Z In O m f. Z V m N E N 0 2 W m n E Q r' o V w p p t2 N 8 n < $ v W h N n Q § - r g try I- S in '. O CD QQ O IN R;a o N ti - N N Vi M N Q N '6 O Iri N W In Q) p p p a O I O Ill m O e(CO CD CD O 919 O I CD C O I O O IL m O O O 110 m m O (,)19Q' O CD iG N t��1 N t0 O Q� A tD M CO C D 60 CO CO O .9101 CD W. W m (� _ N a0 N II�n a6 Op EO 0) O {{0D O M m CD Q Qi p 0 M r m r N ri m O g n N O t9 n N T m In Q 19 N Q A C J O O < n fil to C•) M ' N1 N O n to O M O '1ll- CO M II) 0 N N I• N C.3 M M 9. t0 co CV CO 4 N 1.0 Q N Cc-, O cV n Q1 ST O 4 IO N t0 I.- V M O O CO ■O N Ot N CO N C9 0 0 M 01 0 .- C9 Q n CO C9 CO Q r) C9 9. O •� 4 n {0 N ID ^Co Co ' G N CD ' O O 0 N.I CC N Ih.- lV C t0 ' �C, - R O) if .- N N Q N C CD VI OOOII.. 0 IO N M 0 t") I'D EC 0 0 uy w Cn w 0 v)I9 69 99 69 w 69 w 69 69 69 69 L9 69 69 69 N 69 u) 69 69 69 CA 69 69 69149 N W W H M 69 69 N 69169 69 69 N H w 69 69 to I I E el . ' m ° o o I� ° ° 0 S ry CO n n Qm o ° m °° N r g I° n m N l- m � en o m N m• II? o = m ID, 0 w W l7 IM ■ Ci ^ C^ N O O o N ^ a, �, v a m n D e , C. o m n, N O o < 0 O p 0 0 0 tv 61 b I7 0 CO c 0 CO mN ((.4 Y) ,....40004: {'7 O Nw Yf N K K N N W 0 K m CV C9 Q tO) I9( D 6.1 I•') ID 9 O I. m m N K m N b K m .v66 . -r K K N 0 ." 6K N N N m O. ° n ' 9 Cl) 6 N a .., ✓ _ m a U f2 p N Np T 8 O 1- CO th r N N n, re) N R O LL CD O co N M .- N M M , OS .- Q M .- N m N. �- m CO M N M Q Cf CV(�M tD M N�- tC c. C W 6 J J Z M J Q < 1 W W 5 7 W W y iD `D `O 1 w (� U a.4• 0g z0 dp 4 DIw 1c0 Y I/) GD N Z'1] ll) W 0 2 a z to FD m bD N b b U J"ci 0 01 a W ❑ 0 2 W vgi t� W ❑ ❑ ❑ D ❑ ❑ o tali O J J tO• U'I Z > 111 d W J J J J J J tl1 0 0 S W W 21 w .'m O O O O O O o t? _ �a o q w❑1uo w Z o z iw 0 z 4 a z. ID= O W IL LLI LL1 W Ili 0 `I w ti O O E 2 = U O a iio g O p 4 a 2a o 0 , M1,La W uI❑ - p ❑ x x x x x x w ci 2 2 ', J - JO J i O x0 O p K Wii1>> h ❑ O J W J.N w -to Z Z a 1Z °za < a a - - 3 3 - 3 = 0 �' . o 0 ¢ 0 x m 0 x w 1.- w x- , .• i i- z z w LL' ba al n pi- 000 0100 ,60000 --, M °• (f) < Ztg2 % 1 if W Q Y WZ iZ ¢ 6m0 � 7mj w ?W 0. -IJ -t > >. 00 N0 22 I- q 6 O r F ....a e6 li N 2 F- 1.- to to r ui 0 0 0 D 0 ❑ 2 ❑ ❑ ❑ ❑ n > Y at) N W a a LL Z 1 z Z z ❑ D v J 1- Z W A 0 vi 0 U' z z z z Z l z q0 Z Z z Z z 4 0 2 x Z z ❑ as e8 d W Z `� V) cA -5_ 1' ~ Z i Z •21 m m O F- ~ 2 Z Y 0 to 2 h h h !a- I--I h ?d. - h I-- I- I-- Z W 2 0 z a0 .6 W LL LL LL > IY ".*115-,_,LL i_>-.._. �. W W 7 LL.lir w W '"' Q - a g 2 Z Z 2 to y to y v7 !A N co N co y 4 K F.. J x 21,x u) W W X W D J J LL 'r h �I tn U U W N N ❑ J J etf Q Y a to fn ca.to N N to in W fn rn N Z 4 7 t� a _m m w a22 ¢ 20001000 ,4 N 17 C9 L7 C7 Cl) O W H LL 2 I Z N O'0 0 W W O J J J �=`w U:-.3,y -Q W I- r Y Y YIY Y Y O O Y Y1Y Y Y M ❑ S 2 U U (� Q-11_9 2 b 2 x LU y 7 Z Z l- , Z2 2 `.e 2 2 2 Y Y 22,2 MI 2 w m W liiO CO CO W > > Z JIJ 212 ~ ~ `.'CDv� 2• ci W WZ Z W t- 5 ( I0 ra 'zt" atngig_ 00w W OUZaWIW W UCJc8CDJJ V U2aas U y61 w W `a < < < < < D < < < 7 a J Qq)I Ul O• -1 > > wIw > d d a d O. 0- < < a aia aI< a ❑ M: N z.Z < U U U N J W II> Q a ¢ LL LL v v 2 2 ~ 1- O w w x O LL g a > > a a s a C7 40 0 W W w W U J J D J J J J J J J JJ -II J Z �C W Z Z Z a Q F . wad< a a a a a a 4 a J J a a a J a zd 171 . Q-1710 2 a > > U U U w m 1- `U U C W W (Q(��) Ct(!<!�1� 0 D W1- 0 0 d ❑ n O a O ~ D co �1 -! Z a 6 ¢.J J J a Q Q J J 111 212 2 a . 00 ❑ 000000 000 -- , 2 � Cw rn 2 O W Ww w w22222E 22 222 Z 0 ❑ ui rovoro h1- F- J a ¢ a6 0001- II�111 0 0 p" 1- r -I2 2 2 2 2 2 2 tY 2 C 2 2 2 z 2 y ❑ ❑ J Z!J J J 0 0 0 N 01w yv ~ r'Z Z Z Z a a Z Z ~ -_,w w-¢ Q < ¢ a S Z Z Z S x x S S x x 2 = Z z Y g 0 OIQ d'0 0 0 _ -J -J wlr=.1 QIS -0000 00 Op W W W O 0 y E 'D x 0. 0 a•a a I r 1- ■-• ■- 1- 1- r 11- H H I.- H F co 2 O U I U to I a n. a W UJ W a■a CO r2I to N to t4 J J > > a O U to 4 G O (0 Z 4 M In CO Q. p p O .- ' N M O )n 0 0 .f .- N 1 CO 9 0 O 0 t0 I- o R N N N N N M 0 CD n N to a 4, N 0 O O '- N O O ^ O ▪ g 0 9 N N N CA ('1. J NM '- M In N N .- 0 _ _ _ M In 0 O Q Q ^ ' CD -x- E CO m Z M n S 2'. < .pp- .p- n < .- .- . -- C(ND CMp (�N-{ - p- M F) 07 .- r {Np !NQ n rtr.- {.- in se I{pA tO 4 4 .;' .0 CCp O I O O O nO 8p 0 0 0 0 0 0 0 0 0 0 0 O V fD M O `O 0 0 0 0 0 `O O I O O 0000 ,0p 01 01 0 y $ �o O O O O O pn ti�(Ipp n n n n n n n n IO CD CD ID ID In K) �O tO CO ID CND IUD COD 'iii, t�0 ?a' r� N- N- N- N. W 60 CO ENO m tD CO m CO a0 0) Q) W OI O) On1 OOi N N Packet Page-612- 10/8/2013 11 .A. 0 U 'C .f21 y x t g 1- P OED O C7 • • W oZ a • U 0 0 U z H 3 K Z r4 a a v a ... CY} yy CNN .N. Q .' .` N N N me/ NOT 0 M N 0 0 co 0 M M m Q ,7 N M N M M m — ID 0= Z ;g _ or. �i Z'tl o `" of - ��'i �1 jN�; ;F .- m a c m Q N v �n u�i N °f�i M lf; N •- o ° ,,� r °-111 lil .� m a M - m O '- m, N _ CV 000, N '62 m m O D H � m m m m M O 0 O? NO O 0 C D N m I N M , m p m m - p m M M c{p 6 Q O w, m < 47 N Q, M m Q M m m o M N CI Of N: eV m m w R g O l In c7 N M n N Q — CD Ol m m m p ' m 00 10 O N N m 1 W m o M`OQ-m 1NC) M N fD N 5 * CQD m 67 00 < < M I� N N GO t0 tD 1D NN M lA pT R m (N� CD o ,- e••. ^ ' N Q N C 1C e- N Q — 111 N 1D m - ,,,m m [7 V— M N — Q M M a, 0 m m Q. m a N N tl L 49 1*W w N 49 w w 69 fn e9 1A W w e9 M 19 M 66 w eA en w.9 W 49 W CA N!M 69 CA w w w aD w N w w W p W 44 M M E h :. e N .- n rn 9 N .0 r( A n O m Q p r ^ , O .- Q m 0 O - A p CD m O '' .0 i ry a fl N 0? ,-. ,V (.Wn tl b ir'i N "'i ^ ' M ° 'NN N r ub . N 020 = ^ eD N e p 0 » m i H , 0 en 2- G W w w CD in . w 2- W N f N b — w N N 9 b .-. 0. N .-. 0! ..0. 0! » O ii N M M • - • — M - M W- h W ,r .- N b a. N N H h a !9 W ' A E r w c Z A o U - m 1 C ,- N m CNI r N M M M m Q O N — m M M f` ` ! — 1Q m e m N M M N O ^m m - M m o I- QQ gq Q Qa Q Q Q ��rr _ _ qq 44 QQ ❑ d Q4 q a 4 Q 44 QQ ❑ C 2 W W W W W l!I W LLl n W W a J a. W W 6 w w w J J w w W W J -I J W -I l,] W LLl W w W W X J J J -1 LL LT- O , LL LL y LL LL 5 LL,, u- Za } . �°�t, �� �o 0 -50g 0 N M U 1n W CC v Z O w �' -. W0 w W O J o en C 10 1- 4 ¢Im -, ¢ Z H y c2A [((/AA� V w d m z w N U Z U U Z• w J > >�� iQ > ^ O W W m v w -- V al [ HU ¢ Q > i O aim o f w W - w = app ., z p gO z �H• a � D It � > w ICCo z3 wJt aw - 0• U w W ¢ w 6 2 Y ¢ - W 0 0 O O O H x U - 2 Q ❑ ce Q ¢ S w > Z H W U U N a: CC 1n < m U 6 .6 W O w U W el .600- w LL Y C O W ¢ m Q - w w z w p 0 (� z a w Z m o > w W z W W - -, w =,2 > _J w > >O w ! - 1rw- N U w w z w I- a w o 4 5 w 0 , 0 -I z H >O o 0 w H W m w m x 0 x V1 O ° z z w Z O Z ❑ ❑ O = Y D: a Z a Z w Z Q V7 a) Z Z H ? w ¢ w g h z %� w'Z Z H OW a a M W > ¢ U W w ¢ L.J.W .-. 0 .I W W U H Z C ¢ en v w < 0 O = 1- > K ZZ 'D U w — U _ 0 ❑ O O w O W a 2 a W to K a0 a- ¢ m w O H < 0 C U 2 2- _6 iD sc w O z O (9 O o Fx- 'a $ Z U -J2 • o w w w u w ❑ ¢ w 7 ¢Im J Q 0 >IO Z › _O O J W Z U ZZ Z O m 2 O w �. g 0 O o __` V) m , mZ'Lum 0UmIJz ' O > O ZZ OmmZw u.. 0 W7 0 "-“"' 2Owr- HOHI_ x a m z < 0 1_ Vi W O W fIm Z Z J 0 -J M x O < U U OU z w O > ❑ ^, J w � � , U < -1C2 � LLI -' 00 W w � ¢ -' °aw ¢ < mUw (� () 00, Uim z � 2❑ uK ¢ 0Q � (Wi ooioo Z J 0 z N w O 00 Z a o Q ❑ Z d z U 0 ~ -1 0 2 0. d .J H 0. , t "• 0 a X O W fWJ) U ML) ,U ❑ Z O Z 0 0 Ljj <D:.. , » - 5 wO. O. w CC is w ¢ o) OwwH O z00000 `aw0 75YOw w ww 0 _1 U (oUU n � � s3 � awwCoHIhliH r- z¢ m. g1 > mmecO ,,. mE ❑ O 17z ? ° w W w00 zzzz•s w w w <n ¢ ❑ a• L, > > x WW O O W a. O w 0 C9 0 0 0 W I2 0, co O! m 1!1 ca tD N N V7 CO fA V) N fA I Vl N N N CO h_- +X' 0000 Jo E ❑ V) V) r- a m 0_ U U > 0- V) U K V) V) V) V)I Vi t.- ❑ C t t r H H ,- H F- t H H H t t I- moo S'` Cl) 4-- .,- Di p p pp _ mCp pNp — — (N — Q lD .- .N- — — N M M = M Z :1' 8;7 .'2 m0 N N O N M M CQ'1 Iti LLOY<O m 0 m — Q V 1D ...1 W - r - - N M M M Q 4 Q 1D 00 - N M m m - G 1,. P - - N N p p p O p p p p p p p ,h o N M M M M e.1 �1 M M M Q . . m m m S m m 1n ID _' �mmtppp am0 T OOi m Dr• W C+� .71 01 Q1 Q, �Oeppf �0�Cpp1 C O m j7. IA 1fI 0 m m to 00 [D t0 m 00 = 0 = w i m m m (,J 0.0.N - 0 0 0 0 0 0 0 0 0 0l0 at/ 0 0 C C O O U W' ~ 00000000047000 1... 0 0 O O O o OpHO U — J r7... o O O, N M Q m m CD m 0 — N M Q m 0 1� CO m 0 N M Q ,' "“ o N " MA 0 M 0 R e QQ 00000 0 0 0 N N N N N N N N N N O .t H N N N N N N N N N N N N N N N N N N N N N N N N N M N N N N N N N N N N N N N N N N N N Packet Page -613- 10/8/2013 11.A. 0 • z °gO zo 1 / w v o I0 W' O) O In O N O O ato O) O O C N 0 ',.:5 " 0) g N LI, CO CO A co ,- .- 00 r7 .- I7 N 47 n J N N Q co O O 1n r 10 N N N W Imo+ N 1A 1A O a O T aD 0 2 C)7 0 V Y 1,. Z0 =J Er▪ z F 1-s a u77aa U rea o°a o 0 z „0 m F ra Q N N N N OV N Q M.0_ Z an oopp I0 p p p p o p p p p p p p ,p M 2 S O O < O 2 < a*0 A N 1t+ 8 IOO_ OO 12 *4 CD NN PO{ PO) O O O p8 O N f�S 8 P. O C 2 O a �8 r 01 0 0 0 0 �Op O p S O S yo b an o C N N m co N co ccoo m O pOo N a r- 0.O c.0.0.1 Ol 0 c.., �f.t(0 �a�p p.- as N m GP N v r) 0 f�0- M N 01 i OY .- N 0 !0 0 10 C• O lD t00 N ICi m N N I!) I V ID P) O N .- N r` n 61 r ,- •' ,-,- _ ID N N K aD fV m co " IS O 0 W IO V. n - N N N a . a fit W W 0 Vi iA M iA W w w Vi W w w✓ N fA w w w W w N N M N eA d/04 w to w w Vi w M W N w N Yi fA K W 44 q Vs V! I CI P E Q A � N O O 0 0 0 0 0 0 A El r � 0 S 0 0 0 O p p SS pp pp pp O m y W O r O O O 0 0 0e 6- ^ 1 . 0 0. N 0 0 P) 0 O 0 ^ N W S 0 O IP 0 0 0 0 0 0 0 0 66 O N l4 N 0 N 0 0 0 0 N p 0 0 Lri p ~ /�l G U 4 4 t+W i p M N lh N 1. CO N m @ 01 0 f1 N N i 16-w W W W W W w 69 0 w w W 69 w w 0) 69 w w CO. m CO. d. - LL CO I m - 01 N 6- F N 0 M w w w w M W ! u a m E a W a w w w 0 N 0 W 69 a W W W W t I- - B. z !' u t : EL m pN CO c N 01 PI 64 0 0 N N N Q N @ ,- N N'0 a0 m O ,h[) 0 64 N N N "" n N O N to 0.^, 0 O) N O) O 1+ 2 .- ..- CO 0 I- r t7 N r) l.) U 0 A 2 ~ Q d 4 4 Q Q 4 x LL LL LL LL LL LL LL LL L. 4. LL LL LL w LL LL LL LL LL LL )+. LL LL, u, L. a a ¢ a ¢ ¢ ¢ ¢ C a a ¢ a ¢ = W uLL]] LLLLJJ uLLJJ LLLL1J Lul]] Lulls LL7 K J J J J J J J J J J J J J J J J J J J J J J J W la W W W W W W LU W W W O LL • h 0 M> t.I ` ' e0 aD C .-00 R N 1- N O �D s0 W W 0 C C LL" Q: C LC C LC C R O o < �-, m Pl - s 0 0 0 0 0 0 n 0 N N CO W W W W o N Lo a r O O PH V I m o o �o = 6oNNlEclobi� 7;» ? > > > > ° ���P>m 'Q > R K Q, a, LL' LL' [[ 0iO 0IO O cc C W re O N ID O r J J J J • O O ziz zIZ z W W W W " N J Q m m f0 ,Li 22 Ln La 0 Q w y �s 'S � xi �i �i �i 'i ." OI O O1 O O LL LL u- S' 'S � .2 N W CW/7 W W W I n n ,>44z 8I) a vilnn nan cn ci ci rwi� 0 0 � zNaeV o � R000000mmm www a � � �n r( tit zO 3 atLY ¢ ¢ ¢ LZ ¢ CCC wwwwww7 > 00 !:r1 :ft) O O ¢ U I, W WIW W ` w W W W W Lilco 0 U N co 0 /n co N N 0 0 0 0 W .:L4,P_.1.~..7.�.. - W W W W Q g z W OLy07 1-II- i- 1- 1- t- 1- 1- r ¢ ¢ ¢ Q ¢ 000 00 1 > ¢ 0000 • J. 00 �.- m ^. - f 33 3 33 JJJJJ420DWE!D ¢ v5eoolo00 'On > > > > > > > w ,� °a W W W W W O Qla O` Olo J 3 5 g LL O LL Ca v O LL.LL. V U U U U U U U U U U F > > j j > b aaid aLL6 ap aG a6 W a6 ab a8 I+0 Los LL 106 .55 LL F- J J ^z X X C z I Cl) N cn L1) Cl) O O I O O O I C7 C., 0 O LL LL LL L. LL LL LL LL O 1 12 212 2 2 2 0 0 0 ] el) u) en m In 2 0 LL Z LL CI m m ¢ ,, In ,„ to N Ln U) ,. n U 0 N aC a6 00 u. u. 06 a0 u_ b u_ a6 b u. u. u.I W WIW W W W J J J JJ W W W W W O O C C J J w O ¢ LL LL LL LL LL LL LL LL LL LL LI. LL LL LL LL C Q. IL' C LL LL LL a L.� z z z z z C7 m = 0 cc 0 c 2. z z z z z z z zF- z > > > > > u_ , 2 0- aloe . m a a a a a.Ia a a a a a a a 4 g!a a a a a a a a a a t 1~- r , C 1~- r t- H x x x a• - 0 J O 0 w w 0 0 . 0 a > LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL ILL a LL LL LL a LL LL a LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL ▪ LL U F LL U = z ZIo 2 , 74 - t t t t t t -- t t ).- t 4- t >-4 >- t t t t t t t t t t t t � � t t t. t t t t tit =• W 22 ., ¢ SIC2 to 1;- JJ1 -J JIIJ Q JJJ JJ J -1 -J JJ J ; 2 . JJ J J -I -1 -/ -I J J JJ W 0 LL 0 I C7 0 0 C7 _U',0 C7 .0 7y r H ✓- 1- ti -- 1-. 1- 1- 1- 1- 1- 1- 1-,H r 1- 1- 1- .-- 1- F- 1- - 1- 1- h 1- 1- H I- I- H 1- H . F 1-1 E 0.: 0.JIJ J J J J In J .10 F- D7077777000,0000 = 0000� 010 0 010 0 000000007000'n N C 10 au 0 mg r O C O U a N < st V C V C Ill IO V LO In 0 t0 N N R V 10 0 < g V) a a v. If) a R N 0 f0 0 O 0 0 & n7 'i p • N N N N N N N N N N O O pp 8 p C O N N N O O O O O O .- 8 r .- C a aIN N N N N N a a I0 0 I o 11) ID 0 0 0 � 8 O O 0 0 0 v 4 C v v a v N N v a a a a m = O V < ti 1• Q Q Q) 0 z-.: W u] CD t0 O 1(1) *4I�� 00 Npp c0 oO 1I{0� I(l ppp�pp (py pp o� ` rv. US IPi y IO ' N 0 = j 000000000000000000000 1 0 0 0 8 0 0 0 0 0 0I0 010 2 O O O O O O Ill N N I0 �!] O. W 10 0 U -` O io 0 0 0 0 0 0110 0 0 0 0 0 0 CI.s t 0 0 0 0101 0,0 0 U 7- U Op (01 O C 4, 0 0 0 N 0 K1 Ill II IOO R0 O CD CC0 i.l I N N N N N N N N N N N N- N N N N N 00L 666 cal N N N Cl N N N 01 N N N N N N N N N N N N N N N N N N N Packet Page -614- 10/8/2013 11.A. 0 U . m N R N0 0 V N r woo 0 U 1- W N .- m N OJ N m 47 N r r (7 N r O Z a o= 0 U Y F. 2 M Y M- �� a w< U cca 0 0 0 _ to z ;0 f. a1_ el O ce II ,,...LU 7= N a. m N N cA O p O O p O Op O OO O S p 1O O p p oO O 0 . O O , Y O 6.! O O O N N S m _O o p p O . N - p pN m p p C J G1 r < O_ ,. N , , O ... 1+ O r m p R mm 0- N r A'm ! N f7 ^ m N r N co.' O �O 26 4O m up 0 T N .- N m .- r m m N M A p & N2 2 o y _ ' N L ,- N r_A H H CN 63 d!tR N!d!N!fA N M M M N M M K 61 N 11 M H CO, N W N M N h N *9 • a - J .. - `l E ° $ S S 0 8 ° ° ° ° ° ° ° o S ° o S 0 o S ° m S S $ ° ' W o N o o on o Lci o 0 00o o o o 0 - rti , V A pti a 8 pO p m 8 G N 8 N t .� *� p 5 a: ^ Cl up m in 7 .- h N, D. M W M H W K W W . a W H W . W N W . . N I- t LI- .a` z u IC O. ID U n- to A@ -- N . w N O) N m N M , r r r M N r , 00.0) 11- 4- 0 .44. 0 N u d N . r - Q Q W Q G Q W Q Q Q Q QQ Q Q Q QQ QQ Q Q W - W LL J LL Q Q a a W Z W W J W W W J W W W W W W W W W UJ w W X J J J W W W W X LL LL N ao m iv U liJ O v m cc M26:' 2 2 N a w LL > o LL o 2 m w w 7 • o o N Z a cc 1-- W w Z > a Z2 3 J J J • z - 3 W r W W W W W O W W W O, w x CO xx w r a s CL z U q O) cn a z m a a ? p > 4 w m U U a 0 zcg W mm ° ° 1- w ww ma .ao a a a W a a Q W Z = CZ W 0 .7,1 ,- J N > > > > > 2 a LL i- LL 2 7 LL 0 H w o O O > w ;7,- 0 ,40 .1 , 3 2 LL d 0 Z W W W O h .a .a 0 ,. .cl.e < o w r 7, 0 . . 2 2 O N w 3 w w W 0 7 r LL LL LL LL LL LL LL < U v, z 0 0 > 0 7� ti. U 2. , w a a Z Z U m F O f 00WO nmm v a z zQZ Om zXi: FrnwD ,,, J ,i z 0. o 0 X w w w w w �- W a W y F- r U P -, < <0' a L? O O ' K C7 ) a t ` o f. z 7 7 7 7 7 7 7iZ O O X - U - Z U m y m O O O 2 W z U ?i w'' N J l IA 0 r . . . . . a 1- Y i- w X O X r XIY Y O 1- M z ZZ z ¢ a 0 ,I 2 ¢ ,_ g H X X X X X X p , Lr F } W m W 0 W Q�Q 5QQ -.W 7 Q Q Q H .,J W i- W M LL LL LL LL W LL W O U R U U ~ X ~ K lY i s h_' N W W W N � L..-t H O ? F U,▪ . 1- V- H 1- 4- E 1- x Z a Z Z .W.J 7 J U J O g. O Z O Q 000 O JQ N f_ z C w a 0 V1 J.J W , F i- 1- J 1- i- C O W O O W = W u. J W W I- z - _ W I W W,-. a i-.= l- J O Y W ~ ~ _ ..- A 0 77 7 7 7 7 7 IT U 1- V U O F- O 4 O H !- 7 j . Z I(Y CL I? U 7 1- 7 0 N Q H J O = F" •J t' Z Z Z Y W .326- Z z F 0a a a w W p Q tJ m m OI m m -1 0.J N N ^ N J J Q Y Q ~ ~ ~ V J 1-.. 0000000 N O r '- VIN COO N O f S n z w 0 G. a@@ co N ¢I N O .- N e) N m I) 0 0> r ]a @ 0 0 0 e - 0 _ 2 •< 0 J w z W_ O m Z ' 222888 0 0 0 0 o p W O m m m r m o D 7 3 2 W r 0 0 Ilj J U t• ,tU y O a w F' U W O O O O o O O @ ^ ^� � � � ^ � n 001 J R' O O O O N N N Q aj 'K Q 2 Z = . L' (/J aa 28888 ° .4 § § § § § § § § § § § 882818u8 NOlfo880 Q O a U 1- 71 u°II 004 mm pp��_S O o o app app a m C N V7 J U f m' Of (N 01 OI t7 Ri f�i f� i�1 r) t'1 n th n ( Pi m m ( c7 C') 71 C') n n C (N C') N N N N N Packet Page-615- 10/8/2013 11 .A. 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. Company: COMMU ASPHALT CORP. Signature: Date: 08/08/13 MANUE 'GUTA' /VICE PRESIDENT Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Signature: Date: 13-6134 Intersection Improvements SR 90&SR 951 15 Packet Page-616- 10/8/2013 11 .A. 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. Major Category of Work Subcontractor and Address 1. Electrical o N ?o W -R Fl£C 2. Mechanical 3. Plumbing 1-A6K.it,5111,4C . 4. Site Work g,ACK We4 cot t 5'rRJc-rt 4:1-4 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: COMMUNI SPHALT CORP. Signature: Date: 08/08/13 MANUE AG IAR/VICE PRESIDENT 13-6134 Intersection Improvements SR 90&SR 951 16 Packet Page -617- 10/8/2013 11 .A. 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. PLEASE SEE ATTACHED - WORK EXPERIENCE 2. 3. 4. 5. 6. Company: COMMU TY ASPHALT CORP. Signature: Date: 08/08/13 MANUE GU AR/VICE PRESIDENT 13-6134 Intersection Improvements SR 90&SR 951 17 Packet Page-618- 10/8/2013 11 .A. 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 identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost (Description) (LF,SY) A 46 1. DENS . 5C...on 1.-V c) 230 1 . o0 ��230 . oa I 2. LF 4 635 'g 2.5.0 \ t x337. 5o 3. 4. 5. TOTAL $ 2o 561. .S0 Failure to complete the above may result in the Bid being declared non-responsive. Company: COMM ASPHAI I CORD Signature: Date: 08/08/13 MANUE AG AR/VICE PRESIDENT 13-6134 Intersection Improvements SR 90&SR 951 18 Packet Page-619- 10/8/2013 11 .A. C; >Ier County Admrrstatiue Services Division Fame AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS SOLICITATION#13-6134-INTERSECTION CAPACITY IMPROVEMENTS(SR 90(US 41)SR/CR 951)(CHECK APPROPRIATE BOXES BELOW) State of Florida(Select County if Vendor is described as a Local Business ❑Collier County ❑ Lee County Vendor affirms that It is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A"local business"is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one(1)year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing,a vendor shall not be considered a"local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way.This may include, but not be limited to,the retention and expansion of employment opportunities,the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County.Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a"local business" under this section. Vendor must complete the following information: Year Business Established in❑Collier County or ❑ Lee County: 2011 Number of Employees(Including Owner(s)or Corporate Officers): 589 Number of Employees Living in ❑ Collier County or❑ Lee(Including Owner(s)or Corporate Officers): 18 1: If requested by the County,vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: COMMUNITY ASPHALT CORP. Date: 08/08/13 Collier or Lee County Addre s: 6560 Mass Court. Fort Myers. FL 33912 Signature: Title: Vice President AN EL AGUTAR STATE OF FLORIDA: ❑COLLIER COUNTY ® LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public,for the above State and County,on this 8th Day of ,20 1 ad ri o o Note ublic My Commission Expires: August 24, 2016 ttNyA,,,, SANDRA ELIZONDO • _' F1186ltikySE*L)State of Florida •` •f My Comm.Expires Aug 24,2016 Commission#EE 202852 4 -tau.;",, Bonded Through National Notary Assn. 13-6134 Intersection Improvements SR 90&SR 951 19 Packet Page-620- 10/8/2013 11 .A. Coder Coxxty Administrative Services Division Purchasing Immigration Law Affidavit Certification Solicitation: 13-6134- Intersection Capacity Improvements(SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements 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, 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 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 include this Affidavit and acce•table evidence of enrollment in the E-Veri •ro s ram ma deem the Bidder's •ro. •sal as non- responsive. 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 COMMUNITY ASPHALT CORP. Print Name MAN AGUIAR Title Vice President Signature Date 08/08/13 state of FLORIDA County of LEE The foregoing instrument was signed and acknowledged before me this 8th day of August 2013,by MANUEL AGUTAR (print or type name)who has produced (type of identification and number)as identification. i /% �i� .e/ No=ry Public Sign_' r= ,,,PY'4 SANDRA ELIZONDO SANDRA ELIZONDO 1 $;= My CmExr2016 Printed Name of Notary Public Bonded Through National Notary Assn. EE 202902 / 8/24/16 — 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. 13-8134 Intersection Improvements SR 90&SR 951 20 Packet Page-621- • 10/8/2013 11 .A. C rCry a iministmbve Services Dvision pu� sing 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 COMMUNITY AALT CO P. FtUB s ness Name COMMUNITY ASPHALT CORP. Address fro1 f 5 bass Court City Fort Myers Address (j U Mass Florida Zip 33912 Telephone jaalaZ=94B6 FAX 239-337-9488 Email MGRAF(a7CACORP.NET Order Information Remit!Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status(check only one) _Individual/Sole Proprietor Jorporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) C Enter the tax classification (D=Disregarded Entity,C=Corporation.P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 59-2023298 (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:Under penal s of perjury, 1 certify that the information shown on this form is correct to my knowledge. Signature Date 08/08/13 AN EL AGUIAR Title VICE RESIDENT Phone Number 305-829-0700 13-6134 Intersection Improvements SR 90&SR 951 21 Packet Page-622- 10/8/2013 1 1 .A. 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 fails 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 five (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 five hundred and seventy eight (578) 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 LEE MANUEL AGUTAR , being first duly sworn 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. MANUEL AGUTAR , 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. 13-6134 Intersection Improvements SR 90&SR 951 22 Packet Page-623- 10/8/2013 11 .A. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of FLORIDA , which operates under the legal name of M COMUNITY ASPHALT CORP. , and the full names of its officers are as follows: President John Morris Secretary Agustin Arellano Jr. Treasurer Agustin Arellano Jr. Manager Manuel Aguiar The Manager is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken , a certified copy of which is hereto attached (strike out this last sentence if not applicable). (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 , and if operating under a trade name, said trade name is 13-6134 Intersection Improvements SR 90&SR 951 23 Packet Page-624- 10/8/2013 11 .A. Complete for information contained in (a) Corporation, (b) Co-Partnership or (c) Individual from previous page. DATED 08/08/13 COMMUNITY ASPHALT CORP. Legal entity BY: MANUEL AGUIAR Witness Katherine Barrera Name o :i•der (Typed) 0Alf;Lt. Wirnness Scarlet pez Signet e VICE PRES *ENT Title STATE OF FLORIDA COUNTY OF LEE The foregoing instrument was acknowledged before me this 8th day of August , 20 , by MANUEL AGUIAR , as VICE PRESIDENT of COMMUNITY ASPHAI T CORP. , a FLORIDA 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: (:ignature o ry) NAME: SANDRA ELIZONDO (Legibly Printed) ,OS rpY PVC(', SANDRA ELIZONDO p a . c+z Notary Public-Stale of Florida 0 r •f. aug 24,201s State of FLORIDA , ���;. t�o�m�r ��E 2ozss2 Notary Public, '4'-� ���'� Bonded Through National Notary Man. ` Commission No.: EE 202852 13-6134 Intersection Improvements SR 90&SR 951 24 Packet Page-625- 10/8/2013 11 .A. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Community Asphalt Corp. (herein after called the Principal) and Travelers Casualty and Surety Company of America (herein called the Surety), a corporation chartered and existing under the laws of the State of CT with its principal offices in the city of Hartford,CT and authorized to do business in the State of FL are held and firmly bound unto the Collier County Government,FL (hereinafter called the Owner), in the full and just sum of Five Percent of the Total Amount Bid dollars ($5%of Amount 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 furnish, install, and fully complete the Work on the Project known as 13-6134 - Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements. NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days 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 faithful 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, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $5%of Amount Bid 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 Principal and Surety have caused these presents to be duly signed and sealed this 18th day of July , 2013 Community Asp It Corp. Principal r;; •� BY (Seal) MANUEL GUI R/VICE PRESIDENT Travelers Casualty and rety Company of merica Surety Joseph f r Joseph M.Pietrangelo,Attomey-In-Fact �I A.�.[J t � I l !' ! ' L9 i L/ (C (Seal) Joseph M.Pietran o,FL Resident Agent ` /7J c ! • ) LQ t' (� Countersigned g 111 Local Resident Producing Agent for Aon Risk Services of lorida 1001 Brickell Bay Drive,Suite 1100,Miami,FL 33131 13-6134 Intersection Improvements SR 90&SR 951 25 Packet Page-626- WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 10/8/2013 11 .A. Allilk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 224611 Certificate No. 005251699 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies").and that the Companies do hereby make,constitute and appoint Joseph M.Pietrangelo,and Claudette Alexander Hunt of the City of Miami ,State of Florida ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 31St day of October 2012 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company oQ�..••t F10.E 4 *M rNS6 /��+'+ �4, V„i1'Ap0. ItMWt/r yY 4:10,r ? '. r y� i.6".k4/Cyf jFl YOR9l4r,1 Zr `IN, C-: -. e,? im {72''t- F,nl i PORT"). K t888 4``` 198, _ �. la" �°SE AL,'o 4`tiSSRL!a° ca+x ° are F r/ x / State of Connecticut By: i City of Hartford ss. Robert L.Raney, enior Vice President On this the 31st day of October 2012 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. "Wk. In Witness Whereof,I hereunto set my hand and official seal. \L7V v My Commission expires the 30th day of June,2016. 41/1110 # Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER Packet Page-627-/ITHOUT THE RED BORDER 10/8/2013 11 .A. 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, descriptive literature, etc. have been included. 5. Any delivery information required is included. 6. Local Vendor Preference Affidavit completed. 7. Immigration Affidavit completed and the company's E-Verify profile page or memorandum of understanding 8. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 9. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 10.Any addenda have been signed and included. 11.The mailing envelope has been addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 12.The mailing envelope must be sealed and marked with: <z>Bid Number; Project Name; <=>Opening Date. 13. 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 COMMUNITY ASPHALT CORP. Bidde e VICE PRESIDENT Sign ure& itle Date: 08/08/13 13-6134 Intersection Improvements SR 90&SR 951 26 Packet Page-628- 10/8/2013 11 .A. Cott County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #1 Memorandum Date: June 25, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6118 -Addendum # 1 —Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Plans—Intersection Improvements Utility Work Schedules If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager Enc: 2 f Mart uel' guiar COMMUNITY ASPHALT CORP 1 Packet Page-629- 10/8/2013 11 .A. CoiLtiep. C.,ounty Email: BrendaBrilhart @colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #2 Memorandum Date: June 25, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6118 -Addendum#2 — Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Utility Work Schedules CHANGE: An error occurred while uploading the plan files with Addendum#1 - due to the file size, the plans for the Intersection Improvements will be made available at the Purchasing Building, 3327 Tamiami Trail East, Naples Fl 34112. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager Enc: 1 Mpntiel guiar COMMUNITY AS HALT CORP 1 Packet Page-630- 10/8/2013 11 .A. Ca'f7�'. County Email: BrendaBrilhart @colliergov.net Telephone: (239)252-8446 Administrative Services Derision FAX: (239)252-6697 Purchasing ADDENDUM #3 Memorandum Date: June 28, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134 -Addendum#3—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The correct bid number for this solicitation is 13-6134. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Project Manager Manuel guiar COMMUNITY ASPHALT CORP 1 Packet Page-631- 10/8/2013 11 .A. Cotr County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239)252-6697 purchasing ADDENDUM #4 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum #4—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: REMOVE: 12.7 Local Vendor Preference and Affidavit for Claiming Status as a local vendor Local Vendor Preference ADD: Computation Books and Pre-Bid Attendance Sheets If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 3 items • Manuel Aguiar COMMUNITY ASPHALT CORP 1 Packet Page-632- 10/8/2013 11 .A. Co!� , Cminty Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #5 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum#5— Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Computation Books (3 and 4) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 2 items Manuel AguiAr COMMUNITY ASPHALT CORP l Packet Page-633- 10/8/2013 11 .A. .Per c.c city Email: BrendaBrilhart @colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #6 Memorandum Date: July 3, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum #6— Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Computation Book (5) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Marlene Messam, Senior Project Manager enc: 1 item Manuel A uiar COMMUNITY ASPHALT CORP 1 Packet Page-634- 10/8/2013 11 .A. Co� C,o ay Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services()vision FAX: (239) 252-6697 Purchasing ADDENDUM #7 Memorandum Date: July 8, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum#7—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Plan Sets (3-R and intersection). If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam, Senior Project Manager Enc: 2 Manuel Aguiar COMMUNITY ASPHALT CORP 1 Packet Page-635- 10/8/2013 11 .A. Co aer city Email: BrendaBrilhart@colliergov.net Telephone:(239)252-8446 Administratne Services Division FAX:(239)252-6697 Pura'lasing ADDENDUM #8 Memorandum . -,----I Formattea 1 Font:11 pt Date: ,July 10,2013 -- •-tformatted:NotHghlght From: Brenda Brilhart,Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum#8—Intersection Capacity Improvements(SR 90(US 41)SR/CR 951)and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: -- Formatted:Font Bob i • FOCAL VENDOR PREFERENCEBecause of the funding source, local vendor.-,--.-- Formatted:Font Not Sad,No underline,Not preference will be waived for this solicitation. , '\ Highlight '� 1 �..�I Ven�tr.r Preference Formatted:Bufeted+Level:1+Aligned at . .. - 0.56"+Indent at: 0.81" CORRECT: Your call! Formatted:Font:Not Sold.No underline,Not , .. . ......... . .... Highlight Fomented:Not Highlight Formatted:Not Highlight a------- -- - - -C e •- -2"e -- • -e• e •e 1: - --- 22 - - Use-8f-the Formatted:Font:(Default)Anal• file-type-•: - : -:-: 2.. a •- _ --e • : .:- .2' - e •. ..:. - - ..-- ... - 1I Formatted:Bulleted+Level:1+Aligned at 0.56"+Indent at 0.91" ADD:- , Formatted:Indent:Left: 0.56" . 2 - _ ..._.. _.-....-__._ Formatted:Font:(Default)Anal 428447,7_Com-putation-BeekligR Formatted:Indent:Left: 0.5", No bullets or _ �` numbering f Formatted:Font:(Default)Ar'sl,Not Bad Formatted:Indents Left: 0.56",Hanging: 0.25", No bullets or numbering 1 ' - .. -...,- 1 .. MANUEL AGUIAR COMMUNITY ASPHALT CORP. . ,,,, Packet Page-636- 10/8/2013 11 .A. �• _ Formatte d:Font:(Default)Axial,it pt,Not 1 • P,av Itemsff-IT EMS:0999-16&0999-25 Bold :.. . ... ._ .... ......._.............. . ....._ tied.Indent.Lett. 05 ng Fornw 6' Ha iig: CLARIFICATION: 0.25" (REV 5-15-12)(FA 5-21-12)(1-131 i,, •, :Font 11 pt 4- ARTICLE 8-3(Pages 80-81)is expanded by the following new Subarticle: Formatted:Font(Default)Axial,11 pt,Not Bold 8-3.6 Partnering: For this Contract, a non-bid pay item in the Lump Sum amount of `,' Formatted:Font:(Default)Arial,11 pt $8,500.00 has been established for Partnering.The objective of Partnering is to establish a ',` Formatted:Indent:Left 0.31•,First line: partnership charter and action plan for the Contractor, the Engineer and other parties 0.5" impacted by the activities covered under this Contract to identify and achieve reciprocal ' Formatted:Font(Default)Mal,11 pt goals. These objectives may be met through participation in a major workshop held as y Formatted'Font(Default)Axial,apt Font early as possible after the Contract is awarded and follow-up workshops held periodically color:Auto throughout the duration of the Contract. Formatted:Indent Left: 0.75", No bullets or n`umbering As early as possible and prior to the preconstruction conference, meet with the Department's District Construction Engineer and plan an initial partnering/team building workshop. At this planning session, select a workshop facilitator, suitable to the District Construction Engineer,from the Department approved list of facilitators maintained by the State Construction Office. Additionally, the agenda, duration, location,time, and attendees for the initial workshop should be determined. Attendees should include the Department's District Construction Engineer and key project personnel,the Contractor's Superintendent and key personnel as well as other project or field level personnel. Partnering workshops may be held periodically throughout the duration of the Contract if authorized by the District Construction Engineer. The Department will reimburse the Contractor based on actual invoice amounts for the following costs associated with Partnering: a. Meeting room. b. Facilitator fees. c. Travel expenses of the facilitator, in accordance with Section 112.061, Florida Statutes. The Department will not reimburse the Contractor for any other expenses. Payment will be the actual cost prorated as a percent of the Lump Sum amount. Payment shall be made under: Item No.999-16-Partnering-lump sum. 2• DELETE pay item 999 25"Initial contingency amount"—cost is included in the �• - 'Formatted:Font:Bold allowance pay items per category of work. Formatted:Indent:Left: 0.5",Hanging: 0.31",Bulleted+Level:1+Aligned at 1.75' +Indent at: 2" _ - '_-. _ --cc. .. Formatted:Font:(Default)Axial,11 pt,Font ADD: or:Auto Formatted:Font(Default)Axial,Bold • Revised Bid Schedule Formatted:List Paragraph,Indent.Left 0.81" • .COMPUTATION BOOKS: Formatted:Font(Default)Axial Formatted:Font:Anal 2 Packet Page-637- 10/8/2013 11.A. Addendum#6(attached)was intended to add the comp books,which could not be executed because of the file type and size—these downsized files for the 3R Improvements and Intersection are included with this addendum. • 425209 Computation Book.PDF • 428147 Computation Book.PDF If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam,Senior Project Manager Encs: 3 Formatted:Font:a pt 2 Packet Page -638- 10/8/2013 11 .A. Co �er County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #9 Memorandum Date: July 30, 2013 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6134-Addendum #9—Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: • The S&PM pay items that changed are: 1. 0700 20 14, Single Post Sign, FBI, 21-30 SF, for the US 41/CR 951 Intersection Improvements, revised Qty of 1 AS to Qty of none AS. Total revised from Qty of 21 As to Qty of 20 As. 2. 0700 21 12, Multi- Post Sign, FBI, 51-100 SF, for the US 41/CR 951 Intersection Improvements, revised Qty of 3 AS to Qty of 4 AS. Total revised from Qty of 3 As to Qty of 4 As. ADD: • Revised Bid Schedule • Revised Plan Sheets (7) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Marlene Messam, Senior Project Manager Encs: 2 M ► i E AGUTAR COMMU ,ITY ASPHALT CORP. 1 Packet Page-639- 10/8/2013 11 .A. -*oil- STATE OF FLORIDA y t ' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION iiv} ' �'� ,'.=' CONSTRUCTION INDUSTRY LICENSING BOARD (85D) 487-1395 --- 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 FERNANDEZ, JOSE L COMMUNITY ASPHALT CORP 9725 NW 117 AVE SUITE 110 MIAMI FL 33178 STATE DF FLORIDA JAC#6 2 0 80 2 4; Congratulations! With this license you become one of the nearly one million i" - '`' ' DEPARTME:NT"OF BUSINESS AND-` Floridians licensed by the Department of Business and Professional Regulation. I v v pROFESSIQiL-tREGULATION Our professionals and businesses range from architects to yacht brokers,from ; �. 1 - - boxers to barbeque restaurants,and they keep Ronda s economy strong. 4 CGC011475 w J4711> 1e22 120029337 Every day we work to improve the way we do business in order to serve you better ':s .0; x For information about our services,please log onto www.myfloridalicense.com , CERTIFIED? EN$RAI CONTRACTOR There you can find more information about our divisions and the regulations that FERNANDEZ;„JOSE L fir:., r impact you,subscribe to department newsletters and learn more about the COLarIINITY" ASPH2:t YtiORP" Department's initiatives. I • ate`,:` Our mission at the Department is:License Efficiently,Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. +i+ IS,CERTIFIED under the provieioae of ch.489 rs Thank you for doing business in Florida,and congratulations on your new license! t Rsplratton dabs. AUG 31, 2014 L12071500861 DETACH HERE THIS DOCUMENT HAS A COLORED BACKGROUND•rvtiCROvRINTING•LINEN ARK'"PATENTED 0APEA AC# 6208024 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SE L12071800867 DATE HATCH NUWRER LICENSE NBR •_ ,f i 07/18/2012 ,120029337 -r CGC011475 . ,,r ,.;'� . --_ The GENERAL CONTRACTOR r1 Pt▪Z Named below IS CERTIFIED t „w�flil, Under the provisions of Chapter 18•' F$ ,g ji., r , Expiration date: AUG 31, 2014'7,,,,,,,z'' ; i,.. . ,Y �? t '. S',- - ez` r� z FERNANDEZ, JOSE L' • ,, k - - COMMUNITY ASPHALT CORP, 14005 N W 186TH STREET 33018 z a,"t RICK SCOTT .. KEN LAWSON GOVERNOR SECRETARY D1SPL IY LAW ---.____ ._._--- ------,�_-. -_, -_______.__- Packet Page-640-— ____._._ _-___—_.....,_ ___ 10/8/2013 11.A. COMMUNITY ASPHALT CORP. I= Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years r G4e, Codes Fiscal s al Project No.Description Contract Owner/Prime �-�� FDOT#229587-2-52-01 ,--,1.T',1 SR-809 (Military Trail) From SR-704 to S �' Ali '; t' may , 5,6,7,9 2008 of 45th Street FDOT t ° �1i�lt;„t�°': Contract#T4008 " 'r ” ' FDOT#229797-1 52-01 , € _ 5,6,7,9 2008 SR-80 Southern Blvd From Hill Rd to W Archer Western �' . �, f of Congress Aveue "` �W III. ! 6,7,8 2008 East Lake Village Rio-Bak Corp I r Grand Dr/Hillmoor Drive t 1 I �g . "` r A Miami International Airport _ .44 5,6,7,8 2008 Gilbert Southern MIC Connector c - ) Iris:;- ;_ ff FDOT#408520-1-72-03 '', ' S,6 2010 Asphalt Maintenance in Various FDOT 6-k n ' ;Fr=" ' aw Locations -. s fr'9 �� 1 Contract#E8F72 ., 'v FDOT#231735-1-52-01 :',-', 1 a1 '4 r„ FDOT#411279-1-52-01 P ;.�,.., + 5,6,7,9 2008 SR 9(I-75)From N End of Powerline S FDOT � � End of McNabb :4�#' Contract#T4092 �'� i V• i FDOT#406092-2 52-D1 .era t�� , 5,6,7,10 2008 Atlantic Avenue Condotte America, Inc. +�T te 14i 1 Iya Lawrence Rd.from Boyton Bch. Blvd.to �' ` �� � ��g ; 7 g 2008 Bergeron Land Dev ` i Gateway Blvd. a€ G a � N�tiF a �. FDOT#406147-1 52-01 I -, r FDOT#44°066114197:4115522:0011 06119-4-52-01 � - 5,6,7,9 2008 FOOT :+1, 4 ' �' 'Y , ,' Sawgrass Expressway Design Build ', ::;- �l a� tai 'Pi: Contract#E8G22 �(, Indian River County "' � 7 5,6,8 2008 Gulfstream Contractors Inc u '�° g+; frltitr, W Administrative Complex "� " '�,i k �: + Oaks at Hobe Sound �4 s� � 56 2008 Palm Beach Grading US-1 and Seabranch Blvd. P ; . a a, I ii 7 8 2009 SR-5(US-1) Hubbard Construction 1� <� ' _, y, Rio Mar Drive to Midway Road w�, �7 .'!, Iti FDOT#192910-1-72-06a ,: . ft °" 4 6,7 2008 Mechanical Sweeping FDOT pk� a¢ a`� .ri Contract#E8G74 t � _. FDOT#411435-1-52-01 1�3x 1!,..,i;?. FDOT#231802-1-52-01 soh i .- 5,6,7,9 2009 SR-714 on SR-9 From W of SR-9 to W FOOT `y` SR-09f SR-91 i?7 4 ' r �( Contract#T4099 "Vr *' r7,,;::',7 S F '4 ' k W. Jackson&Sons Construction Co., s a4a ::.14 k FPb!' oral A..��.... �w qS q`r g €k�t�tiA 7,8 2008 Inc.CR-510 (85th St.) 8 W.Jackson & Sons r _ P+ , Packet Pa a-641- R f Blue Water L_, g was �boAa 10/8/2013 11 .A. Q H L COMMUNITY ASPHALT CORP. Community From 2008 to 2012 � Asphalt Contracts Completed Within The Past Five Years - PJE 131�� , FDOT#228615-1 52-01 �� k • £91iN EE li a : SR-5(US 1}Wabasso to Sebatian 7&8 2008 From a pt N of CR 510 FDOT �_` toAPtSofCR512 �a ; I."� rtlii yi � N 2 , ,'la Yra is r " lY Y Contract#T4111 . `fi ,3 a • 'a i. � PIF �t��Sti �'' „m �' � �a FDOT#411533-3-52-Q1/6-52-Q1 + Er ti oottoggHl ]f IG1 oh-E.LxFeAwdM. I151RK�i{R �jt,�{"� 'IJi Milling and Resurfacing Travel Lanes ,, 1; t t i�ttii i�,gEC, ii, .564 1 7&8 2008 Shoulders and Roadway Safety FDOT ' , � �' ti�� tlr";' Improvements ° t' (� Ii�r. Contract#E8G09 .a„,,g,a- , tt,,,,,: 7,8 2009 South County Courthouse Mora Engineering r� P ey it'ir'irl'ik';''i:' ',!,r.::-.".:-..,,:-.—_ 4; ” Iia FDOT#411322 1-52-01 r ° FDOT#412201-1-5 I � ' �• `""" • '"t` it E 6,8 2009 75 Slip Ramp Milling and Resurfacing FDOT '��'r F ' t t3gii.ti! • ' 4"itt ,1it� Ir a Contract#T4121 -,t rig i ,zE .�. • Ilan FDOT#249356-1-52-01 a T' i �` „__� ° -7 "a 'r Design Build �i614 1 A 1 a s `��'" o H 5, 8 2008 Reconstruction of SR-5 FDOT b uti US-1 South Milepost N of Miami Dade ; �," ' Contract#E6C66 Sand Trail SR- 'i, 7€ 6,7,8 2008 714 and Turnpike Palm Beach Grading �� *� e al'I Jobear l Warden Construction `� ill• . 6,7,8 2008 Highland's River Reserve; Palm Beach Grading - �� ` e"�=� n 9000 USHwy1 ''! i h '▪'' � FDOT#415905-1 52-01 -▪- i ' II 4Q6104-1-52-01 6,7,8,9 2010 Condotte America, Inc. $ ` 16,x' i Okeechobee Mainlane Toll Plaza kw al J �g Contract#E8G91 �x�' ."�' 1� , it °'`C Palm Beach Grading;Vizcaya Falls; "r 6,7,8 2008 Palm Beach Grading $ ,la k Torino Way tivmF ` '+a m^� PBC#2002103 • - —. " J 5,6,7,9 2008 Palm Beach County } Ockeechobee Blvdi , 1ftC��(', �° 121 �11k�'�d. Palm Beach International Airport `t�' 't H 5 2008 Mora Eng. Contractors, Inc :.4`'.1: I PBIA Garage#2 "' �n s • t, e t �' Christopher Columbus High School I aY pt, �° 5,7 2008 3000 SW 87th Ave. Stobs Brothers Contruction tzJp r ap FDOT#403617-1-52-01 ��.`."� 6,7,8 2008 SR-25(US 27) From S of 18th to 37th FDOT 6'� , , 4 Contract#T4133 ' � °' E ^$'FT =� „ Project#29-04-11-03 �� ' 'i: 5,6,7,9 2008 City of Sunrise �� Sunrise Lakes Blvd ' a �'` Creekside •''•" td r �d >i. ir 7&8 2008 West of Turnpike on SR 70, St. Lucie Palm Beach Grading +�.` ' I County j� t' Packet Page-642- -ems �s se 10/8/2013 11 .A. r ,: OHL COMMUNITY ASPHALT CORP. - ' Community From 2008 to 2012 `'` AsphaEt Contracts Completed Within The Past Five Years FDOT#407630-2-52-01 oaf`'ti °^� A n, �� SR-826 (Sunny Isles Blvd} From E of FDOTK"" � 6,7 2008 US-1 to NE 35th Ave '� '' •; ,'t111f) Contract#T6110 t """ FDOT No. 420289-4-52-01 , - 7 8 2008 Ramp Toll Plaza Conversion FDOT �' `� 9 � Sawgrass Expressway lliiiI ,i , Contract#E8H30 `; i� xr #�� � FDOT4-420289-6-52-01 0,—�-; `-*`t�r 4,-• II�'�)""" ' Design Build Dee eid Mainiine Toll !__ ,. '� � Ski yN� _ 'fl. Y � �•e(i; 5,6,7 2009 Plaza Modifications Sawgrass FDOT �� � 4.6'4.1..!, Expressway �•1• Contract#E8H59 �;"'�c+„ � Mir f FDOT Na. 415397-1-52-01 �''''; � � � �' O SR-93(I-75)"Alligator Alley"from Collier a " ""� 03( 5,6,7 2008 Co. Line to a pt. E of Snake Road FDOT � � zi Contract#4130 • w i s FDOT#413799-1-52-0111-56-01 ;.'i 1r "�* �: SR-15!80 From S of MLK Blvd.to S of � ` rn »a 6,7,8 2008 Canal Street FDOT ;, 4 %r" ' s ' Contract# T4140 ,'sit , li'�. II: FDOT#228189-1-52-01 6 1I � 6,7 8 2008 SR-7(US 441) From S of SR-816 to S of FDOT ` r� ''' SR-870 di ;' a , b Contract#T4122 r ' �� FDOT#405641-3-52-01 fi 11 . T p� mFNa41. ' � q SR 5 Bisca a Blvd from S of NE 78th FDOT • 1,..)::,, 7.1 1 �' 7&8 2008 ( } y 1) Street to NE 87th Street � tx i�' a,ae ,� -- Contract#T6107 i 'I `+" Atlantic Southern Paving; � 1 C a,"' Ott s a �,$ $` 6,7,9 2008 Catalina Plaza; 1795 N. Congress Ave. Atlanctic Southern Paving �{�{�' � ti.:43.',, Boyton Beach Boca Town Center American Engineering & w 6.7,9 2008 1,� ,t `� � ; Glades Road and Andrews Boulevard Development �' 11;� MDX#ITB-07-03 ' . lii 6,7,9 2009 Condotte America, Inc. 'err � L. 2 !,,5E!,.' SR-874 Ramp , ,r . I'b FDOT#229833-3 52-02 r , " �: ' 5,6 2008 Pushbutton FDOT 1,1...4'„11•A'"4,7:''' •1411110-7e-, Roadway Construction ter� '� III 1-95 Aux Lanes ;� �"„(' ” ,, '�'I _ 7&8 2008 SR-9 (1-95)from NW 127th St. to Kiewit Southern Group ' r R vU Opalocka Blvd m Port Of Miami; South Car o Wharf 6,7,9 2008 g Shoreline Foundation , Rehabilitaiton ,,.i+ ,, _ , P�11 k 5,6,7 2009 Palm Beach Gardens High School B&B Underground, Inc. ' Y•4245 Holly Drive r, ti,•�. s�'' FDOT#227708-1-:2,:-01 1v: i'-k!;'':.'.4:=i'''-.6''','...1„''-'.'.''L 1'-_,'="'"iy 1_-7,7F.-.,t„41. 6,7,8 2010 CR-818 Griffin Road C 11 Canal FOOT " i�� : Iiia Contract#T4• :` k : Packet Page-643- 10/8/2013 11 .A. OHL COMMUNITY ASPHALT CORP. Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years Nitwo ::: 1:1 FDOT#403577-1-52-01 = Y �` Id,�' 6,7,8 2008 SR-814 Atlantic Blvd.to CSSRX FDOT x E�it V ';' Contract#T4157 �'iil• FDOT#413804-1-52-01 } SR-15(US 98)from E WPB Canal to i i'�]9 4i�a � ,� 6,7,8 2008 Martin County Line Contract FDOT r 4;',.4 }, , #T4158 a rr� Kn ;, h Croissant Park Basin A and B SW 1 ;�1 7,8 2009 Conquest Engineering ',,„'� Ire 20th ST between 4th and 9th Ave. x'r, � 1;61 ' iury e, .9�i .� V. �i 1 r a rt r. ��i19�,1�, FDOT#415367-1-52-01 � � �` �'�1i�G�r 1� Itgj n '�, 0ti� ��k� 8,9 2009 SR 736(Davie Blvd.) FDOT =„� ��r t o 1l - V 19g 1: � t;%� ' Contract#T4147 �, ,k i � ., ,m ' , 7-.:'' 37th Street Improvements ents '” g s ,k a -. 7&8 2008 p CPS Contracting” .,(�. .x . .� t a 37th from 58th to 66th i g ;t1K iaa • 'lit,' FDOT#409409-1-52-01 1', „,' �j 5R-60 from Vero Beach Blvd.to Mocking ce m �5' �� 5,6,7 2009 FDOT 111 '����� kr �c � Bird Drive. Contract �t 4� 0'� t. ; i� w: #T4156 1 rt�;11 z FDOT#411432-1-52-01 „ r , �r,t, t'�, SRA1A �, g >R ,„„ 7,8,9 2009 From South of Sheridan Street to FDOT $. -�"'f, ,7 r'�. to3 a IEI - Cambridge Street �C'�( �I ,t : r " Contract#T4167 "ala ' ,,; ” . xw ii _ � "'I Palm Beach Grading � p �'� �� u 'fler'''' 5,6,8 2008 Whispering Oaks, Paloma;Military Trail, Palm Beach Grading g� ; ` ' _ Jupiter 1 g4 r Roadway Improvements ,�i, " 0 6,7,8,9 2010 NE 2nd Ave Miami Dade County F r u Di Project#20060439 ''� .' 11 i S �7• i? FDOT#422816-1-52-01 i►? , � -1 01101V, FDOT#FDOT#422817-1-52-01 i6 "4; 5,8 2008 Design Build Toll Plaza FDOT " ,{0,�, ' - Homestead to Bird Road r lAl €�(t ,, Contract#E8114 3 kglgii ��a,, ]ltd1 Riverbend Corporate Park 4; r � I3k. 5,6,7 2008 All-Rite Paving Contractors, Inc ; 1 »rA ��'�,al 2255 West Broward Blvd. g ;314 : FN pl' �, ' Henry Fischer&Sons; i; " L l" 5;6 8 2008 Henry Fischer z J Cross Creek Lake „' . ` z = Yamato Road � s s " ' " ;� c 5,6,8 2008 Rosso Paving ,� � 4, From W of Cain Blvd.to W of SR 7 r vd Big Coppitt Waste Collection Systems 11'193. :`{ 5,6 7 2009 MM10 Charley Toppinos&Sons _' r FDOT#416408-1-52-01 -- 6,7,8 2008 SR-520 From pt E of US-1 FDOT I .:. Contract#5213 » lw Packet Page 644- Revised 4/17/13(se) 10/8/2013 11 .A. OHL COMMUNITY ASPHALT CORP. t Community From 2008 to 2012 _ . ` Asphalt Contracts Completed Within The Past Five Years � �+ I'r; Miramar Business Center All-Rite Paving p'', rte° ri9 'n: 5,6,8 2008 Parcel C &D g w1� 11001.1t #r3�p � � � MDX#ITB-07-07 Miami Dade Expressway .� i "j 5,6,7,9 2008 Systemwide Road Improvements Authorities ;. '�, ! �� ., b .ri E�z , 41lA i Wa z 6,7,9 2008 Portofino Landings W. Jackson&Sons IA McNeil Road Ft. Pierce A3 ,,I b FDOT#417128-1-52-01 if . i ' � I �1 !.I Pompano Beach Service Plaza w; urs. a t Iii 6,7,8 2010 The Tower Group ry , MP 65.615 on Tum ike P i 7 � M1'Ir Contract#E8107r��' � " d I ill, n aa�W'FDOT#411476-1-52-01 filar e F Sebastian River Bridge SR a 7,8 2010 Freedom Pipeline 6 ` 1 5(US-1) Contract# 9 y l' T5208 1 a iT No. 2008054 ^ ,a. { , fl- 5&7 2008 Annual Asphalt Milling and Resurfacing Palm Beach County r I tt Contract "�� t t .�aw'$.a3�ial i i'TM ,3 IN *; Peacock Blvd SAD Improvements a 6,7,8 2008 PC St Lucie Optimum Services, Inc. $ �,��i h '� � a I a� v i ii�l Iwxit Fb.a N T F I 1 *n+rmw.arrlucklin,A � ' Key Deer Blvd Y Ni,t , ih 7&8 2008 Monroe County _ r I �4, �I,17 Improvements to Big Pine Key i,r it r,J E y ti. i vc a I r er 1' Crostow Parkway Segment 2-Rdwy p� l 7 7,8 2008 Felix Associates, LLC i�4 N,u I s t Port St. Lucie t,i 4 q 1 ^ri� � s Miami Shores 812 Watermain N 'It)v'' 1� 5,6,8 2008 Budget Construction � i _"€:�, �, E Dixie Hwy&93rd ST gm P9 iiia�.,- W. 41��N 4,,,p&9y9y N. i l; .. a° kJ� r.k I 0� N alyl; 7 8 2008 Miramar Center Business Bldg C All-Rite Paving k,� Ey r��� *° ,,t ' 1170 Miramar Parkway gg , ,;, 6 ',_ -s.:,-..1.. a' Ih %al it 7 Rosser Blvd. -�a., tea,,. ' v. 5,6,8 2009 W.Jackson &Sons _ rl i _ Gatlin Blvd. to Apricot Ave. 17 . iti FDOT#414623-1-52-01 ' 11 i �' " 3 .Z:59$5-; 6,7,8,9 2009 SR-5(Biscayne Blvd.) FDOT I$s 2 " g hB�I pjj li I. Ord , Contract#T6130 , c Ek�MITNEtE I ¢ ,E 11 ,,,,:4;!1,01101111,1 FDOT#413837-1-52-01 ' ' �;, 111 1;�)� SR-8231 Red Road �., "` �- 7,8,9 2009 Miami-Dade/Broward County Line to FDOT - Ir South of Pembroke Rd. . , ,Fib r� if. a = Contract#T4175 is r 1,1 FDOT#413796-1-52-01; n ti i5� SR-817 From A pt S of SR 820(Pines FDOT 6,7,$,9 2009 irg-,,p,:;T:p...),;•0� ' Blvd.)to A pt S of Griffen Rd. 4` ;k, i id ',�I Contract#T4179 -A N., tlg''' _ Packet Page-645- Revised 4/17/13(se) 10/8/2013 11.A. - OHL N COMMUNITY ASPHALT CORP. . Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years '��.,'I,II Bayhill Estates �' , �5 7,8 2008 Sonic Engineering, Inc. R c �,0 Orange Blvd. &120th Aveue F �r„ F Key West Steam Plant Condominums !�K 4I 'It F��; 6,7,8 2008 Charley Toppinos&Sons $ ' � ; _., � 301 Grinnel St l,) am. FDOT#249856-4-52-01; Reconstruction � kl ar, of SR-5 (US-1) South From MP 356 to ",FllywdL ' ^fFLG G 3 7,8 2011 FDOT ¢ � _ a m SW 344 Street ,} ly �;.y u,.: �a�m �: rigs 1fR 1' a Contract#E6E39 fil 1��01 !. r c�i�41a ` Croissant Park "'�M�s � �� a' ' ': 111600c�Ggl; 7,8 2008 Conquest Engineering i $if i�f t i w , ..,9t,t Basing �A., SR 84 i��w l� 1,i',52' -H' ,.' il '�{(I� , FDOT#418100-1 52-01 � � d 1 ,, SR 5(US-1)Oversees Highway .� � � � � O g 6,7,8 2008 From A pt S of Drost Drive to N of Cut FDOT � E W° Throat Drive } i Contract#T6141 v ' PBC Fire Rescue& lit'' t '1"£j IA1 ry 7,8,9 2008 Administration Bldg Pike B&B Underground ,1 n r } x (tom. ! tx I '�P' T wF n 4' ' i'', � Road II a��l Village of Oriole Plaza _ ' i :' 6111 5,6,7 2008 Federal Maintenance, Inc. �0' o ro - ,i 7215 Atlantic Avenue, Delray Beach � tl " J .�;f T 4 el k: k. "`�"" y Lowes St. American Engineering& F � a 6,7,8 2008 ��3 •A :_ Lucie County&Cashmere Development t- f *}3n,4` t- FDOT#228160-1-52-01 x " '�, .t fr 6,7 8 2009 SR-820 From A pt W of Presidential FDOT �� i Hd' a!_ ' • L Circle to Hollywood Canal i lug Ii, 5 Contract#T4146 ,�,. 1 N .�j, :-P1 d{a .t,g ki 6 Village Parkway Phase 1A �• Sig l°I a ITV 5,6 2008 Felix Associates, LLC. i is i�11 �t� Port St. Luice r ly�a� F' BDG Kendall .- -1 t,k�i1,,iv; ;a 7,8 2009 Rock Power Paving �, f crf .' SW 88th ST& 162th Ave. } Gleneagles Country Club 7667 '$ R' �'4 6,7,9 2009 Gleneagles Country Club *C r° I: Victory Lane, Delray �'I1� I T it p. ,fit_ 1: ; �. N II'� 1 �� ��@,l a If. , . I� � Forest Hill Boulevard V ' 6O3 �l,11: 8,9 2009 Rosso Paving & Drainage, Inc.From Wellington Trace to SR-80 5 ,iL� 1 1 I Idf H e J S �. I i't'! � I ,gt Yamato Road (PBC Prg#2003504B) �, 7,8 2008 From a PT West of Cain Blvd to a PT W Rosso Paving&Drainage, Inc { � F F i iv4 = of SR-7 � t ; ,, :p g Michael's Creek 2775 "� 7,8 2009 W.Jackson &Sons �I ra ro - - _ CR 510 Wabasco `�" �_ neu�4{"�i, `a 1.w n 4i. 6.na. ....- Packet Page-646- Revised 4/17/13(se) 10/8/2013 11 .A. ,;',-y.A ' OHL COMMUNITY ASPHALT CORP. Community From 2008 to 2012. z�x Asphalt Contracts Completed Within The Past Five Years A u 1.41 ' t x� , ,!7-'',' FDOT#413795-1-52-01 ,4,,l �x , fi ? ' ' SR-816 From NW 10th Terr to A pt W of "" � �� �;r_ti VI 6,7,8 8 2009 FDOT Ira �:Baywiew Dr. hd Contract#T4197 ' �a """ �uul ,iff4IiitV: (fit �'' Shark Key Wastewater ;4.- fifer `� q g ( 7,8 2008 County ADB Utility Contractors r„ 0 , �� d, ) n a Monroe Coun w ho; „ I,IN 6 f a FIB fit, u b' pp ?E 5,6,7 2009 Middle School, 57th and 58th Avenue Joe Bear, Inc a'"l�I� I t4 x e'` 'i I I 1'O �i i �, ”: ;, i:,- y:-;,,t fit: l "ifi I iill"wfw 1 1 1 a - 11118 t FDOT#413886-1-52-01 '�'1 '- re i eF� `Vllt SR 816/Oakland Park Boulevard from ' �I � ,a FDOT 4. � f�`, x,11: 7,8,9 2009r 11 SR-7!U S-44 to east of N W 31st Ave , - ;. :r ty Contract#T4198 1 f§"t� II A,414,..',9:1.. - su9 FDOT#414635-1-52-01;T6122 6,8,9 2010 SR-90(US-41/Tamiami Trail) From 10 FDOT dV Fa i� �. r° Miles E of Collier Co. Line �� �F� '�1 Contract#T6122 li1'� (� xv a 1 1 I1 fi31 (i d ' 1 '„e E.''z++; 3 South Road Medical Office I Y u 5 2009 Rio-Back Corp. ," > � ..,' �' SW Corner of 50th and SR-7 „,,,.4,,,,,4,4,11v-,,,,, -4,414:41.7,44..„1 ,!.1 1 , swy : '-�' "� ' FDOT#419658-1-52-01 ..,1,:n m , �� FDOT u�„ �� �� 7,8 2009 SR-90(US 41/Tamiami Trail) l .. r f Contract#T6151 �, � 1 -, a�' i V 6. ! t 1 ` j rg` id „'' 6,7,8,9 2008 Street Improvements 2008 City of Boca Raton ”" k�, Segovia Lakes g 9• ,E,1 :', r� r im ' 7,8 2009 Kings Highway 58th Ave and 16th Street Sonic Engineering, Inc. '1 � [43 1 f �_,, 'ail"" fu ,,- SIT ,,, 1� 44. ' Lauderdale Marine CTR Expert Evacuation "R 7&8 2008 4,n tt" - SR 84 and I-95 ff �'" ` Treasure Coast Public Safety Complex ',7,- i.4.7-:70.-- 8,9 2009 SPS Contracting, Inc. Kirby Loop Road, Ft. pierce 04 i"'' 4 .i�1ft ,�1 UM Serpentine Parking lot it 5&8 2008 Rock Power Paving Ol ,1 ,r $b .4001 1 r r 1635 Levant Ave. Coral Gables f _: Okeelanta 2008 'i, i ,' 8N', 5,6,7 2008 US-27 South Bay, FL Rio-Bak Corp 1 _ all w- f."M 1.'',1., 1 F�1(a 4 _ _ Dui I 1 u n �� Village Parkway Phase x ,' . -_ € € 7,8 2010 Felix Associates „ Y p 2 Traditions Pt.St Lucie .Ir p 44 r, F" :� Sadowski Causeway City of Key Colony Beach " & *'' ,7 s i 7,8 2009 Roadway Repair&Resurfacing y " 1 ' Reuse Water Distribution ' � �i ` 7,8 2008 Area 2 Phase 2 Conquest Engineering >'�` ��1,1,i � �r ��' " 4. 23rd Ave Pompano Beach Packet Page-647- Revised 4117113(se) 10/8/2013 11.A. -74. OHL COMMUNITY ASPHALT CORP. r` Community From 2008 to 2012 4.._. Asphalt Contracts Completed Within The Past Five Years I r t;:. FDOT#169869-2-52-01 � � , 6i . rl t ; SR-700(US-98) North of SR-70 to NW uFIHIIL�1�li iiLtr 4Ja1 5i~� $ 8,9 2009 FDOT 'c '! � t {i9 illi [ 80th Street t tF F l p y Contract#T1267 ,FI'm t t .i, m fit! 5,6 2009 Port Mayaca PH2 Felix Associates LLC ��•"' e ffi ��L '' ,4- !.?iii :�e �� gym, � a 4741 11?�: ry i Great Florida Bank i Ei 7,8 2008 Arrow Asphalt . }; 4 i! 'F. SW 48th and University Drive 1 i II� 1g hdy_: !MINN Iu,1..�r. F 5,7,8 2008 NE 171st St and NE 22nd Ave Arrow Asphalt ky 0,14 .t '' =074640!lbwI lid I e p fi'W ry i7ihl �'" l 1�' � Publix American Engineering & _ 5 7,8 2009 rte, *' ,5 ,„ Federal Highway and Baker Road Development P iii,ii Silver Palms RV Resort ', ar Ckse ; 7,8 2009 4143(US-1) Highway 441, Optimum Services, Inc. : ..=`�`ii, i i J I Ockeechobee '_ €1 l� j t! �t 'Annual Asphalt Fiscal 2010 � ,t;5, M '510 , 7,8 2010 Milling &Resurfacing Palm Beach County is -0 � � (6 ..!':!t!!1'':511:446: r hr _ d ",„ Project#2008054 t;1, n I•<i lh, W ! Cross Town I-95 Interchange : a "t 1 •8,9 2009 Port St. Lucie g Johnson Brothers, Inc. 7 ; fi ;�� : �.0.1 0014440, 5,6 2008 Hilton in Miami international Airport Atlantic Southern Paving i X1 1 i" � ry l� ` xivi 5101 Blue Lagoon Drive 9 � ! f ::;,,5191. III ��,I ';' ` 7,8 2010 Primary Asphalt Concrete Pavement City of Port St. Lucie , 1 in m i 6 ia k 41 as" ,, 1 FDOT#241211-1 52-01 ' '1''.! � " , i " ' 6'l4'Iif 6,8,9 2010 Turkey Creek Bridge Port Lucas Marines t 4 Wirral .'ai z Malabar Drive, Brevard .. 7 r 3� ��'',���'�� is t� Becker Road 'E� , t 5,6 2009 Segment 1 Port St. Lucie Johnson Brothers, Inc. ,,.4Wrya ;i a11 Project#20060006 to t ,«a,lc a, riont' irr c � iii BIP�: FDOT#416242-1 52-01 r (ii = SR-25(US-27) N of Griffin Rd. to PBC 7'�^` ��i i,4n II ri { 6,7,8,9 2010 Line Contract# FDOT ; �' tI T4210 Stack Crossing 4' II ,f��e ��1 Viii! 8,9 2009 Palm Bay Road, Brevard Palm Bay Venture i�k ��►4131f!4-I!0-0Ili i r lr kl� 1 1 7 ,I�°�rais , 1a' ' Province Bay 2nd lift Indian m 41 4, 7,8 2009 Sonic Engineering, inc. ; e lal n 1• ;.,„ I; •1104 River Blvd. &12th Street wl til �. If lit FDOT#418090-1-52-01; T6165 t a SR 973(NW 87th Avenue) � a t /oa a 5,6 2009 FDOT '1 0" { From North of West Flagler Street A Pt S 1'j1.'F£ ` ., , t1 of NW 12th Street , "m EI qv `I tit' r ii i Coral Gate Condos ° ' 5,6 2009 Asphalt Paving of South Florida f,I � "., 6350 Coral Lake Drive. Miami p g b,� s Packet Page-648- 10/8/2013 11 .A. ;'. . ; OHL COMMUNITY ASPHALT 2012 CORP. �.,t Community From 2008 to Asphalt Contracts Completed Within The Past Five Years ' 1 £ FDOT#415315-1-52-01 ,Fy r,.. )�11 SR- y _ ' 1 �, SR-80 . I. 3 6,7,8,9 2010 25(US-27)to W of Culvert Structure# FDOT "r 4 930054 01 ,S Contract#T4215 mow, (old ni„ i 3 jl, 6,7 2009 Hurricane Contracts 2008 FDOTl t, a £ 04444 d�l a � it 1,1'''.0.1.W, 7,8 2009 Imperial Point/Medical Arts Central Florida Equipment &,,, 6333 N. Federal Highway Rentals, Inc. "���,, Homewood Blvd.Bike Lanes , �- �i '" 5,6 2009 Rosso Paving &Drainage, Inc K i_. 7 '` Homewood Blvd and Atlantic Ave. . . ' FDOT#415291-1-52-01 j n n [• . 6,7,8,9 2010 SR- "7":27-"7-;:f.'" 5(US-1)from 20th PI to S of 33rd St FDOT ' ( r, 'dTl Contract#T4212 !n, '' '" e� �;; i l( Big Cypress Airport �m�„ ,61, 3i 7,8 2009 Snake Rd.and Lemon Grove Rd. Seminole Tribe of Florida e , ,a: billiWitt Project#PW_001008 ` K �) m City of Key West Waste Water Trans. 4 } ' O 8,9 2009 D.N. Higgins Constructions Rockland Key Mile Maker 9 Gl�x�r. Saver Marine Operations 5,6 2009 Charley Toppinos& Sons �; -4- , �" Trumbo Annex Key West GR;, � ) �. .I R3 °�rss, I'�• Leon Medical Center Central Florida Equipment � �)my a 61 5'S 2009 79th Avenue and SW 2nd Street Rentals, Inc. ���I �: E - 1 n a t ..-- ' Osceola Sugar Mill 2009 x I t, � 8,9 2009 US-98 and Hatton H H&R of Belle Glade �!�, a, � wy 1 d ; Suncoast High School PH-3B Optimum Services, Inc. 44 & } j17g59�9 7,8 2010 Riviera Beach p �9 FDOT#419856-1-52-01 "W'� ' F 4 SR-916 From NW 47th Avenue to NW 4 , : 6 7 8 2010 FDOT z; t� '-1' 30th Avenue »F 1C: 1' Contract#T6181 :9111100 FDOT#426444-1-52-01 " - t t�{ � �- ,,,; _ 7,8 2009 Emergency Repairs, FDOT Glades Toll Plaza � � � ,,;'' Contract#E8J34 t' u Palm Isles Subdivision � ; 5,6 2009 Big D Paving �'�, F f Il Palm Isles Drive and Boyton Beach Blvd. Y r A,,—;1R''1:, FDOT#422844-1 52 01 ,.; ,t w *' 7,8 2009 SR-5(US-1)Boca Chica Naval Base Int. FDOT '}I i `f Contract#T6186 l?!Y i I-95 Culvert Improvements x� , .. ,_ 6,7,8 2010 Lamplighter Village Brevard County _ Packet Page -649- Revised 4/17/13(se) 10/8/2013 11 .A. �: OHL COMMUNITY' ASPHALT CORP. Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years FDOT#405578-4-52-01 r-'I 11 I0,19f SR-112 E of West Shore Waterway to W �«F=�,k,„ ' .t j7,;,1 7,8 2010 FDOT lifillll , � of Alton Road as a��a "+ a,, ,.. Contract#T6184 ','E' €E€E ' lT rtr rn Rlir,-IRK k*a'I"ll�I _ Ia �,�I II ^ .Broadmoor Stormwater Utility & � „�„ �fjl 7,8 2010 Improvements Broadmoor DP Development ` ”"I %��7; "���a Neighborhood #�1 :,1 f;, '� C�, '�'I A Ilj Ill rt v,6 .Y . 4, ,,ti FDOT#406094-4 52-01 pia " SR-91 (Turnpike Mainline) From Peters 'PltiNUl 1 � y 6 2011 FDOT � e _. a Road to Sunrise Boulevard E Contract#E8J55 _ ;�1i �u PB Gardens High School k I' 6,7,8 2010 B &B Underground , + it �lc 1 4245 Holly Drive "` I _��, e illiilt'rt DRI Palm Bay Road Turn Lanes �� 'a ' 7,8 2010 BMK Melbourne 35 Associates ` `� 11 ® 'I'� CR-516 Right Turning Lane , I `"�aa„ � �� 1 v�I . Millstone Landing irE 6.8,9 2010 Guettler&Sons �"+� � VB 27th Avenue and 21st Street ' �`,, ,a a< II a T:�aa1 a�iax s 6ry 7,8 2009 Pine Creek Sporting Club Guettler&Sons I� yK�i" ;' 23721 NE 48th Avenue ��tia, i FDOT#415323-1-52-01 r� is �� � ,••k ( u^C; II IdfE'i�l T III 1 SR-84 From Weston Road to E of 136th 7,8 2010 FDOT a I + , « I, I � � r. Avenue �I j uk 1 41143:11]Y 11 Contract#T4225 k i h ;! Gulf Stream Water Main ' r rte +l, 7,8,9 2009 AKA Services + �6�11! „w Gulf Stream Road, Palm Springs II I•a1r s� i FDOT#4Q359fi-2-52-01 F t `'• X34 e g 6,7,8 2010 SR-60 at Royal Palm Pointe FDOT e" "�' l' .,.@'0.j: Contract#T4228 T ' t lip, Hobe Sound PC Tumlanes I, 3 7,8 2009 Advance Under 2935 SE Bridge Road Project#2009-057 7-' MIS, Otittail d,, 6,8,9 2010 Pavement and Resurfacing City of Boca Raton s� ° • Various Streets 1ktS - a ,� ,4 91,1 ' 1 , A Walton Road US fSYI� (; 7,8 2010 Felix Associates s ,a; 1 to Village Green Wth° of;l1j. FDOT#419648-1-52-01 — 1 II'I^1 SR-811 (Glynn Mayo Hwy.) From t �C14 r ' �' ,,i,: 6,7,8 2010 Riverside Dr.to SR 5(US-1) FDOT y� , b� f1 Contract#T4226 - . 'k ` ' 7,8 2011 Monroe Drive Utility Improvements Chaz Equipment i� ,,...,,,,,,,,, ,,t,,,,„� k i � 7,8 2010 SE 4th Street B&B Underground r, Boynton Beach i 78 2010 Seaboard Terminal Are Packet Page-650- Maytin Engineering R ..a @ rs, a i Port of Miar.., :. 10/8/2013 11.A. . ' OHL COMMUNITY ASPHALT CORP. ' From 2008 to 2012 Community ,.,,, Asphalt Contracts Completed Within The Past Five Years I ,ii Annual Asphalt Fiscal 2010 ita®A 7,8 2010 Milling&Resurfacing Indian River County b�„ �< Project#2008054 �� � +� w rr fi FDOT#415311-1-52-01 'rr ` ''-” SR-5(US-1) From Boyton Canal to FDOT 1$ �� ft , 6,7,8 2010 1, 21x,9 P e�, Hypoluxo Rd. : „ u t i iiiii Contract#T4239 4 - �d A '" Green River Parkway South .A F h 7,8 2010 Guettler&Sons Jesen Beach Blvd. &SR-707 ,,„,,e '.1q..-1 FDOT#415308-1-52-01;T4241 'a; � "`-' is 7,8,9 2010 SR-808 (Glades Road) From Boca Rio FDOT _ ��;°' g F �! Road to A Pt W of Renaissance Way ” ` I ,� ', I, illti„ Contract#T4241 �u a aA l nq 4 ��tti PBIA South Taxilane Improvements �4 *,:4,, . 71 8 2010 West Palm Beach Rosso Paving and Drainage E ,M1 ;L.q I Strathmore Gate West 7,8 2010 Strathmore Gate West HOA - ' A Okeechobee Blvd &Crestwood � ,�� k " Ham FDOT#419602-1-52-0113-52-01 �a. mE ' m >' ,, '6 7,8,9 2010 SR-821 From MP 38.7 to MP44.2 FDOT G G;,;t Contract#E8J94 L: Big Cypress Airport Hanger Parking Area r ' •, � 7,8 2010 Seminole Tribe of Florida 't � � ` 35201 Eagles Landing tt i °a Wickham Road at NASA Boulevard& smA ( �° 6,7,8,9 2011 Palm Beach Grading P Ellis Avenue } cap F tl f t�l •7 8 2010 Flagler Avenue Improvements Charle To inos& r ' �„ 9 Y PP mrl i �, f �n i, M' 1 11v , iii P w(.41,11.14t,'` FDOT#426248-1-52-01 `bk� 7,8,9 2011 20th Street From Oslo Road to SR-60 FDOT - 55 A; 1 -w `M, Contract#T4249A "�' ' , .. Portofino Isles -< w ii5 : 7,8 2010 Port-o-Finn Isles E j� (�x Gatlin Blvd.and Brigantine Place 4,, 01 ��"X1 911, FDOT#423517-1 52-01 , }:.NI:t�' f,,�E 6,7,8,9 2010 SR5(US-1)at SW 344 Street FDOT Contract#T6224 a Auction House NW Florida Engineering and fiL ,: 7,8 2010 07.,: l 57th Avenue and 145th Street Development Ei�EI°t�'fi,r`�„ � A „� ;t s it{il1l a r �„ FDOT#423553-1 52 01 FDOT#423553-2-52-01 �° �E h t' ire FDOT#416853-1-52-01 FDOT "' tv 6,8,9 2011 IY SR-5(Overseas Hwy) From Hwy MM.97 r ' , to MM 100 N - i}W p.{ ' 7� Contract#T6169 ,; , �` �` _A. ± ter , � f; 7,8 2010 Taxiway F Extension Rosso Paving &Drainage Inc ,, PB1A,WPB, Florida g �s , FDOT#416876-1-52-01 gg � � I�� s6: � x�Pr�i s ' 6,7,8,9 2010 SR-7(US-441) FDOT 40,_;7�' E `' ,`ice t t!= Contract#E4K73 4% ,�� Packet Page-651- Revised 4/17/13(se) 10/8/2013 11 .A. � = , OHL COMMUNITY ASPHALT CORP. :a�. Community From. 2008 to 2012 � '. Asphalt Contracts Completed Within The Past Five Years bra .140:04 City Of Vero Beach Force Main , 7,8 2010 SPS Contracting, inc. �` ' iii From Royal Palm to Country Club Drive g' �- k { z FDOT#427560-1-52-01 ' FDOT#427561-1-72-01 6,8,9 2011 FDOT Spot Asphalt Repair Primary Interstate �' ') , ¢ Contract#E4K94 a-0v�,r� a � i4 FDOT#419849-1-52-01N P`1 i't G t as 4:Y t llowl -: SR-5 From S of Harbor View to N of MM a'i t �r� � p , �_ �, 6,8,9 2010 93 FDOT a { aa° to w "sIA:tAI'*f4 t f Contract#T6199 a,-�1 � 411IN,I i� ,l 284 5,6,8,9 2011 FAU Innovations Apartments American Engineering °,���. ieln, ; '' I��) itiIr� ' Boca Raton Development agar; ir. ���� � ' '�'' FDOT#415302-1-52-01;T4242 .:; 1v 04 s` SR-76(Port St. Lucie Blvd)From Florida 4 Iry 6,8,9 2010 FDOT � 1 i,�: Tpk to Petunia Avenue ��� Contract#T4242 tr ', Currie Park 7,8 2010 Develand Development , a � �,d�,, t„. 4Ee 2400 North Flagler Drive #., �' ��;�a FDOT#416888-1-82-01 SR I �'����ws �,� °I' �' F a,ok:NiE I,I iii 15(US 98) From N of SR-76 to ix3 5,6,8,9 2010 FDOT �',�x Ockeechobee County Line E�4P- K '�.f,F�,� '; Contract#T4234 29 '' 7,8 2010 Port Mayaca Plantation Turn Lane Coastland Land Co 740 1 FDOT#419653-1-52-01 �;�W' ' '�a i SR-A1A(Ocean Drive) From Martin ry "h A6�t�5"€ 8,9 2012 County Line to MP 5.0804 FDOT f , �" ' 4 4,�(t>� I, Contract#T4261 ,, 1303 7,8 2010 Annual Asphalt Fiscal 2010 Town of Palm Beach , `�, a . FDOT#416905-1 52-01 -,:� =- SR-706 (Indian Town Road) From E of ��• �,- ,,� 5,6,8,9 2011 Chasewood Plaza to E of Old Dixie Hwy. FDOT i ; J Contract#T4262 ��J{ - 91141.10#1!:' ski ;1�11YR�YA 4! jF _ „ �►i jai 7,8 2010 Various Street Improvements Village of Wellington ;Si1 t , ��I� `! � 2976 PBC Central Reg Recycling 1 ! ' 6,7,9 2010 Okeechobee Blvd. Statewide Grading f f i � Christenson's Landing �� � �� _ 7,8 2010 Ocean Gate General Contractors it ',, �, , : i 5355 US-1 Grant '1 Garden Shops Publix American Engineering& -'q� „ $ 6,8,9 2010 Powerline &Palmetto Development 'l ;M �. • t t FDOT#416877-1-52-01 fr �2� 6,7,8,9 2010 SR-7(US-441) FDOT ,'(tl = Contract#T4260 r(i ' ii,e�r, _- ,, } R -,t,d 7,8 2010 Dykes Rd Resurfacing 2010 City of Pembroke Pines ��) y � Packet Page-652- Revised 4/17/13(se) 10/8/2013 11 .A. O H L COMMUNITY ASPHALT CURD. 4 Community From 2008 to 2012 "�' Asphalt Contracts Completed Within The Past Five Years fl MITI tt Duda Farms Fiscal 2010 I;" s, wlla $E ! 6,9 2010 Duda Farms Road, Belle Glade Duda Farms . °d ;51 '7'f' FDOT#418095/422616/7-1-52-01/2 �'° t' 6,8 9 2012 SR-934(Normandy) From Rue Notre FDOT � � Dane to Bay Drive ,, i Contract#T6187 e Rolling Green Drainage ., *:t4 i 7,8 2010 Rolling Green Subdivision, Boynton Globetech Construction " � I. Beach r,,v.11,77- M4 k SW 87th Avenue e� �)1 6,8,9 2010 Progressive Pipeline, Inc. ii py�y 1p�r Kendall Drive,Miami ( , (t2 } ��t}9 ' FDOT#419825-1 52-01/02 E N � � { Thy I aT7 P1il: .',1.,46131,� CT�a '� 7 (fi : 1 •' SR-934(71 st Street)From Bay Drive FDOT � „�� � N 6,7,8,9 2012 East to SR-A1 A Collins Avenue � , s � , ! I�;4 ' Contract#T6241 k � K 33rd Street and Poinsetta Avenue Utility wz';f ' a'''a.;: 7,8 2011 Improvements Foster Marine � r} k Coconut Bonaventura � ® i 6,8,9 2010 Atlantic Southern Paving , Truman Drive ll }a " .171.7 ti.fi k'r ' ; Roadway Repair and Resurfacing, at .$itt � `a� l 7,8 2011 Y p g' The Village of Golf � I . 3' I, a various street locations 6,7,8,9 2011 The Cove West Construction inc. `ffi to 15th Avenue, Deerfield Beach ° "` , I''� " ! FDOT#412795 3 52-01 SR-5/US-1 From Datran Drive to SW 7,8 2012 FDOT g ''' � `x 67th Avenue [Iwr.. ... A.. a ` "fla Contract#E6G15 ; T6 r� 8,9 2011 Commerce Center of Coconut Creek Miami-Dade County t � � m� '' Belvedere Road &Pike Road Palm Beach County Board of F '" j4 i i 7,8 2011 Improvements �� °j { Project#2006102 Coun u �A�, „ t NT f �i8V F* Y +MN ii 8'�4f1 7,8,10 2011 Carriage Hills Drive(11-1004) Atlanttic Southern Paving 1 .�%;�Y-Pal y, ilk i u r asp ,_ 6,8,9 2012 Annual Asphalt Paving and Resurfacing Indian River County 9 ' _� {' �z d �' fiA �!f� L N , :H FDOT#406095-8-52-01 FDOT# E a`' r 406095-5 52-g925 2 Turnpike �� 5,6 2011 Main Milling &Resurfacing, Miramar FDOT ,, r kr ' �' ' � 'e"" , �,�I Parkway&Griffing Raad } � �" S w �r Contract#E8K51 � �� . ` 8,9 2012 Old Dixie Highway and Hidden Valley Rosso Paving &Drainage, Inc ,° F �I'Fs Road 7,8 2011 Sugar Mills 2011 Various Locations H&R of Belle Glade, Inc. � , n,{p 1 ��� t i r �` �' SR-7(NW 7th Ave.) Arazoza Brothers �7, ��r 4 `�,�� 5,6,8,9 2012 Contract#T6246 FI-➢I- Jp•; y — y,T �� r1mffi9. Packet Page-653- Revised 4/17/13(se) 10/8/2013 11 .A. O H L COMMUNITY ASPHALT CORP. = x Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years Pan American West NW 25th Street, lit "°` ,_; 8,9 2011 Trans Florida ¢g 132nd Place&137th Avenue I I� p ittittOil�l9ii �y�T I�I� Forest Hill Boulevard Section 3 wa. ¢ tuft � 1i"1 1 5,6 8,9 2011 H&J Contracting f5$9F l.a' I ' Wellington �' ,�M ' t�itt��lE w � 't(��l"'rtJ�,m�ik�,,. unnn.r� 1t Y Y Ja d R¢" IN- ri la 53rd Street(PH 2)&US-1 i °.' 7,8,9 2011 Ryan Golf Corporation j � �i Vero Beach/Gifford e F " , �! " �j Bolt) ji i A Forest Hill Boulevard, Section 2 t' 7,8 2011 H&J Contracting ,k. s: 14,..,.4!!!..,,[1!1't y �� Wellington g �_ a �� L� rt N+ (i �1r rs , Support Service �3, �a. �', 6,7,8,9 2012 Timothy Rose Contracting ,.X &£ t i��r ill illy it Vero Beach 53rd Street and 66th Avenue �� ; f� (I }r r - 4 ¢ t s � '" r Walton Road Widening from Village llage '*hydh i; 7,8 2011 Sheltra&Son Construction r r r t c Green Drive to Leonard Road, St Lucie rs ya141�11 '* ;90.114.#43 w FDOT#423204-1-52-01 �, �- i FDOT#423202-3-52-01 _ �` ` ' 7.-;-�:- 6,8,9 2012 FDOT `' ��� to m. - SR-91 Between MP 1.148 to MP 3.310 J -- = Contract#E8K80 :'�''''40" � r�''' FDOT#426843-2-52-01 R'' """" �F°J U t 4a ¢a A F�'18�A11�'�. ;,00t a SR-9 (1-95) From Linton Blvd.to Boynton l',.,,,w Mir( r ' 7,8 2012 FDOT V 6512 �' fjt'{ Beach Blvd. 1i " ; ,ya f � Ir Contract#T4295 11u 2§kIp� lilit '` FDOT#421682-1-52-01 1 ' 04 SR-786 (PGA Blvd. From Turnpike I av- 6 ( ) P,7,8,9 2012 FDOT s.,. -' # F r ire Entrance (Fairway Drive) _ .��m1 , Contract# T4299 4'' r..•..••.■ • uaM 51st Court(VB) i 4 i i `. Pt: 7,8 2011 Ryan and Golf Corporation P't P} Between 49th Street-55th Street d;pn5 9 d d z ,; 9 ,r# FDOT#423351-1-52-01 SR- 45t.,_111113141; x ;"— ::Ind 5(US 1) From SR-404 Ramps to Oyster r� jj @ 6,8,9 2012 FDOT " Place 0 6, r�p�;� ', ld�l'4ll'�IE1 Contract#T5378 , FDOT#423115-1 52-01 SR , .1p !q9 I,V'i.. 6,9 2012 5(US-1)Port St. Lucie Blvd. FDOT I� + Contract#T4298 s � ' !�' , , FDOT#421659-1-52-01 ' � . �. SR-820 (Pines Blvd.) From Douglas 6,7,8,9 2012 FDOT 3 ' r Road to 64th Way(Pembroke Pines) . ��,1� 11j,l l' - 4 ` "V' Contract#T4312 =;' . i ,1 iit SR-874 Killian Parkway Interchange ) ��� 7,8 2012 Asphalt Group MDX Project#874044 - 6,8,9 2012 SR-826 (Palmetto Expressway)Section 2 The Demaya Group 'I'��� ) Vtif I Bird Road/Miller Drive Interchanges -- A} ggpypy 4 : ,.�..� 0 Compartment B Build Out l "i3" �T; 1� ; 7,8 2012 US-27 at MP 55 C.W. Roberts Contracting, Inc il `, +"'"'"' ` FPL Riveria Beach Combined Recycle P°� � � 6,7,8,9 2012 y Zachry Industrial NOM Project �� .� `v' Packet Page-654- 10/8/2013 11 .A. '-' Q H COMMUNITY ASPHALT CORP. Community From 2008 to 2012 "' - Asphalt Contracts Completed Within The Past Five Years � . , ° FDOT#422953-1-52-0 1 �"° "� ,,j 4a1 ;; SR-76(Kanner Hwy.) From Mayaca to W FDOT - 3 t �, 6,9 2012 of SR-710 Contract#T4300 ' I� ``a SR-80 Turnpike Toll Plaza Dedicated `��-.. , •"X64 6,7,8,9 2012 Russel Engineering o,, SunPass Lane Conversion ,wa` Port of Palm Beach Slip#3 r R „ s �k..1, 7 g 2012 Rosso Paving & inc 4. .. Riviera Beach romp "' 1�' t Pine Creek Sporting Club (Okeechobee) . 6,8,9 2012 Phase 2 23721 Guettler Construction A � 'I� � ,.fi NE 48th Avenue � „ FDOT#422988-1-52-01 g 41r`` ,It �7 : , SR-809 (Military Trail}From N- of SR-708 " ;"� ' i a 7,8 2012 (Blue Heron Blvd.)to S of SR-786(PGA FDOT r , y' $Ivd. 7::::::::: Contract#T4297 'ia; l ` I _ z nFE�,` Vista Vera Phase 1 Florida Engineering &Developing III I. �� }€' 7 6,7,8,9 2012 NW 213rd Street&NW 20th Lane&NWos r g Corp I�,I - '5 a ��$'' ' 37th Avenue , I A� ' (i iytl� qua # al .*std ei iit: '. a l< Our Lady of Lourdes Academy a 1,a , : 6,9 2012 Central Florida Equipment ; µ 5525 SW 84th Street , , Design Build for NW 42nd Avenue Bridge I " ; 6,7,8,9 2012 City of Miami Gardens " fiU � Replacement " , , . *A a }" 1 j -;; FDOT#42987-1-52-01 SR- N 80 US-98 From Faker Avenue to a, �TM ( ) FDOT � l 7,8 2012 ��� �I Washington Road �' ,' , 4111 1l Contract#T4314 7 ft ,,;, FDOT#425647-1-52/56-0112-52-01 ,RI pp lq SR-989 From SW 240th St&SW 248th � I `' I � 6,8,9 2012 FDOT ��i �f }��{� St to N of SW 246 St - Contract#E6G54 g �! ,- - South Country Water Service k ' `+` x 7,8 2012 PBC Water Utilities Dept. y Replacement V_ -4..t.;,,,:!, ✓�y � 4�: � �. ,m� eA',.� ,, Ali Countess Drive Hoemle Park 4, � v : 6'7'8'9 2012 NW Spanish Rio Palm Beach Grading, Inc. { J) I p r a s., { hl ) I t7.1I1� NW 9th ST Roadway t�� ti' w� {„, 8,9 2012 Project#B3073L City of Miami � r"I1 P: r Asphalt Paving Service AMEC Environmental & "' F figiiiikid i t 6,7,8,9 2012 Runwa 11-29 Patrick Airforce Base Infrastructure �I T ' 0: . _ � 4 _ aMa 91 1 }in I 7 e �AF ..Fil 1 ., III :- Heron Glen Pavement Restoration ,� £ 7,8 2012 Herons Glen Homes u 2250 Avenida Del Vera k st 4 4.P , FAT tati. Rk Roadway Improvements and P Lee County Procurement �w 6,8,9 2011 Resurfacing at Various Locations " Rya ` { Management Conuntrywi Packet Page-655- ``'- :� ` 10/8/2013 11 .A. p O H L COMMUNITY ASPHALT CORP. � � Community From 2008 to 2012 Asphalt Contracts Completed Within The Past Five Years ,,, ,. k4 11{1Y teen 1'4A F 61J Af i:'?992 1'Y4 X81 fT.,,.,' 68 6,8,9 2012 2307 Sandoval Blvd. Bonita Bay Group : > Rt airy° W Cape Coral - a STS al i , ,; 1 Williams Road Resurfacing r 5� 1 � 5,6 2012 Glades County BOCC 3 , Glades County _� ,iii `, „ , 1"1''11F�� �Il���iip b "' T....,.,big,747691..L. `x+a: WIF •.k• ' 1x�r Sanitary Sewer Repairs1 ' 't W' 1 6,78 9 2012 City of West Palm Beach 1�Ik € ' SR-80 (Southern Blvd.) ;`uUI tNh kiln r ' Packet Page-656- Revised 4117/13(se) 10/8/2013 11.A. CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Community Asphalt Corporation ("Contractor") of 9725 N.W. 117 Avenue, Suite 110, Miami Florida 33178, a corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements, Bid No. 13-6134 ("Project"), as said Work is set forth in the Plans and Specifications prepared by STANLEY CONSULTANTS, the Engineer and/or Architect of Record ("Design Professional") and other Contract Documents hereafter specified. 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: Twenty million six hundred eighty nine thousand dollars and twelve cents ($20,689,000.12). 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 underwritten by a surety authorized to do business in the State of Florida and otherwise 13-6134 Intersection Improvements SR 90&SR 951 27 Packet Page-657- 10/8/2013 11.A. 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 furnished 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 five hundred seventy eight (578) calendar days from the Commencement Date (herein "Contract Time 11). The date of Substantial Completion of the Work (or designated portions thereof) 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, j 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, three thousand seven hundred eighty two dollars ($3,782.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is 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 13-6134 Intersection Improvements SR 90&SR 951 28 Packet Page-658- 0 10/8/2013 11 .A. 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. 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 13-6134 Intersection Improvements SR 90&SR 951 29 CA Packet Page-659- 10/8/2013 11 .A. 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 6. 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 STANLEY CONSULTANTS and identified as follows: Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) as shown on Plan Sheets 1 - 572. Exhibit N: Contractor's List of Key Personnel ITB 134134 - Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements 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: Kevin Dugan, Project Manager Growth Management Division 2885 S. Horseshoe Drive Naples, Florida 34104 (239) 348-1328 Kevin Duaanecollieraov.net 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: Mike Graf, Project Manager Community Asphalt Corp. 16560 Mass Court Fort Myers, Florida 33912 (239) 337-9486 MGRAF @CACORP.net 13-8134 Intersection Improvements SR 90&SR 951 30 Packet Page-660- 10/8/2013 11 .A. 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 8. 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 leases of real property to a public building or public work, may not submit bids on p pe g p Y 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 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. 13-6134 Intersection Improvements SR 90&SR 951 31 CA • Packet Page-661- 10/8/2013 11 .A. 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. Change 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. **** 13-6134 Intersection Improvements SR 90&SR 951 32 0 A Packet Page-662- 10/8/2013 11.A. IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. CONTRACTOR: TWO WITNESSES: Community Asphalt Corp. By: FIRST WITNESS Print Name and Title Print Name SECOND WITNESS Print Name Date: OWNER: ATTEST: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA Dwight E. Brock, Clerk BY: BY: Georgia A. Hiller, ESQ. Chairwoman Approved as to Form and Legality: Assistant County Attorney Print Name 13-6134 Intersection Improvements SR 90&SR 951 CA Packet Page-663- 10/8/2013 11 .A. EXHIBIT A PUBLIC PAYMENT BOND Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements Bond No. Contract No. 13-6134 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 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. 13-6134 Intersection Improvements SR 90&SR 951 34 Packet Page-664- 10/8/2013 11.A. 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 of Notary) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commission No.: ATTEST: SURETY: (Printed Name) (Business Address (Authorized Signature) Witnesses to Surety (Printed Name) 13-6134 Intersection Improvements SR 90&SR 951 35 Packet Page-665- 10/8/2013 11 .A. OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by as of 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: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 13-6134 Intersection Improvements SR 90&SR 951 36 Packet Page-666- 10/8/2013 11 .A. EXHIBIT A 2: PUBLIC PERFORMANCE BOND Intersection Capacity Improvements (SR 90 (US 41) SR/CR 951) and SR 951 3R Improvements Bond No. Contract No. 13-6134 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 day of 20 , 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: 1. 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. 13-6134 Intersection Improvements SR 90&SR 951 37 Packet Page-667- 10/8/2013 11 .A. 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. 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.: 13-6134 Intersection Improvements SR 90&SR 951 38 Packet Page-668- • 10/8/2013 11 .A. ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) Witnesses as to Surety (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) Witnesses (Printed Name) (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , 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: (Signature) Name: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 13-6134 Intersection Improvements SR 90&SR 951 39 Packet Page-669- 10/8/2013 11.A. 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", or, the specific solicitation number and title. 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 Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of 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 Intersection Improvements SR 90&SR 951 40 Packet Page-670- 10/8/2013 11.A. 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 coveragej, 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 coverage 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 coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverages 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. 13-6134 Intersection Improvements SR 90&SR 951 41 Packet Page-671- 10/8/2013 11.A. Collier County Florida Insurance and Bonding Requirements Insurance/Bond Type' ,iRequired`Limits 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 Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $2,000,000 per occurrence, $2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 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 ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant 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 $ 2,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as El 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 claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 13-6134 Intersection Improvements SR 90&SR 951 42 Packet Page-672- 10/8/2013 11 .A. o. ® 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 borne 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. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of 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 Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 13-6134 Intersection Improvements SR 90&SR 951 43 Packet Page-673- 10/8/2013 11 .A. 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 its 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 , 20 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 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) NAME: (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: 13-6134 Intersection Improvements SR 90&SR 951 44 Packet Page-674- 10/8/2013 11 .A. EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT (County Project Manager) Bid No. (County Department) Project No. Collier County Board of County Commissioners (the OWNER)or Purchase Order No. Collier County Water-Sewer District(the OWNER) Application Date FROM: (Contractor's Representative) Payment Application No. (Contractor's Name) for Work accomplished through the Date: (Contractor's Address) RE: (Project Name) Original Contract Time: Original Contract Price: $ Revised Contract Time: Total Change Orders to Date $ Revised Contract Amount $ Total value of Work Completed Retainage @ 10% thru[insert date] $ and stored to Date $ Retainage @ _°/a after [insert date] $ = Less Retainage $ Total Earned Less Retainage $ Less previous payment(s) $ Percent Work completed to Date: % AMOUNT DUE THIS Percent Contract Time completed to Date % 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) 13-6134 Intersection Improvements SR 90&SR 951 45 Packet Page-675- 10/8/2013 11 .A. 7 0_, - - - - . - - - - - k i k ƒs °ƒ( § $ onano I q — e 2�2 c f [$ k § ¢I % 2 .0 )�� \k § } 7'S re bJ ■ e ) k ƒ� ) k �'cii � m - Z. 1••• 111 2 ) § § as ) § \ ) 00 — 5 , ui U.1 -II WIZ < ,k q �kea1- \ \ } o© , - m o< 2 is 1E E _ _ , co < / 8 m :M ƒk E cn k f $ a/ ; . . ( � � Q\ / < a. o a. § �� \ f k } 2q Js1 ■ $ ° ° c -1 � ) kk ma • . O 0 Ix . . i : , f W 2 r '/ k § \i( / / a;E & § B /k _\« 0 0 - ® ® 2 & �� . . . 'J 5 0 g, ,ƒ m k & § - 2 # © . E o § , 0.c » E 21j 0 t gl= 0 a o w a 7 ° o f /7 C § ]-o o o § , o Ic E 2, 2\—-- a§ 2g ` k Iw } 2 Packet Page-676- . I. k 10/8/2013 11 .A. 0 I- m - A w N ea C m a W . o II 2 .� ca 3 ' (5 U = m + >1 < m iti C 1 .; E O �' L a d ti d m .r Q 'n rn Ci F aa m ?,.o Cl) 71 Cy U^ d > 2 Q .0 IY a o a co L � O O E C � d z C7 F7 61 a a _o z 0. c v o 0 w as 0 Packet Page-677- 10/8/2013 11 .A. EXHIBIT E: CHANGE ORDER TO: FROM: Collier County Government Project Name: Construction Agreement Dated: _ Bid No. : Change Order No.: Date: Change Order Description Original Agreement Amount $ Sum of previous Change Orders Amount $ This Change Order Amount $ Revised Agreement Amount $ Original Contract Time in calendar days Adjusted number of calendar days due to previous Change Orders This Change Order adjusted time is Revised Contract Time in calendar days Original Notice to Proceed Date Completion date based on original Contract Time Revised completion date Contractor's acceptance of this Change Order shall constitute a modification to the Agreement and will be performed subject to all the same terms and conditions as contained in the Agreement, as if the same were repeated in this acceptance. The adjustments, 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: Project Manager Recommended by: Date: Design Professional Accepted by: Date: Contractor Approved by: Date: Department Director Approved by: Date: Division Administrator Approved by: Date: Purchasing Department Authorized by Date: Director (For use by Owner: Fund Cost Center: Object Code: Project Number: } oollop 13-6134 Intersection Improvements SR 90&SR 951 49 Packet Page-678- 10/8/2013 11 .A. 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 specified 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. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 13-6134 Intersection Improvements SR 90&SR 951 51 Packet Page-679- 10/8/2013 11.A. 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 , 20 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on 20 CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on ,20 OWNER By: Type Name and Title 13-6134 Intersection Improvements SR 90&SR 951 52 Packet Page-680- 10/8/2013 11 .A. 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: Final Contract Amount: Commencement Date: 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) By Design Professional: (Firm Name) (Signature) (Typed Name &Title) By Owner: _(Department Name) (Signature) (Name &Title) 13-6134 Intersection Improvements SR 90&SR 951 53 Packet Page-681- 10/8/2013 11 .A. 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; 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 13-6134 Intersection improvements SR 90&SR 9F+ 54 Packet Page-682- 10/8/2013 11 .A. 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. Contractor shall 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 ordinarily 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. 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 13-6134 Intersection Improvements SR 90&SR 9F' 55 Packet Page-683- 10/8/2013 11 .A. 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 7:00 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. 4.3 Contractor shall submit all Applications for Payment to the County's Project Manager and/or his designee. 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 13-6134 Intersection Improvements SR 90&SR WI 56 Packet Page-684- 10/8/2013 11 .A. 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 throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to 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 13-6134 Intersection Improvements SR 90&SR 9F'+ 57 Packet Page-685- 10/8/2013 11 .A. 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 "Iaches" 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. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 5. PAYMENTS WITHHELD. 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. 13-6134 Intersection Improvements SR 90&SR 951 58 Packet Page-686- 10/8/2013 11 .A. 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 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, 13-6134 Intersection Improvements SR 90&SR 9S1 59 Packet Page-687- 10/8/2013 11 .A. 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 Stgait 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. 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 Managers 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. 13-6134 Intersection Improvements SR 90&SR 951 60 Packet Page-688- 10/8/2013 11 .A. 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; 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 13-6134 Intersection Improvements SR 90&SR 9ci 61 Packet Page-689- 10/8/2013 11 .A. 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 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. 13-6134 Intersection Improvements SR 90&SR 951 62 Packet Page-690- 10/8/2013 11 .A. 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 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. 13-6134 Intersection Improvements SR 90&SR 951 63 Packet Page-691- 10/8/2013 11 .A. 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. 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 per-form 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. 13-6134 Intersection Improvements SR 90&SR 951 64 Packet Page-692- 10/8/2013 11 .A. 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. 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, any statutory or regulatory violations, 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. 13-6134 Intersection Improvements SR 90&SR 951 65 Packet Page-693- 10/8/2013 11.A. 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, ft is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this 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 seq. 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 13-6134 Intersection Improvements SR 90&SR 951 66 Packet Page-694- 10/8/2013 11 .A. the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not corn•I with •rovidin• both the acce•table E-Veri evidence and the executed affidavit the bidder'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 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 seq. 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 TAXES. 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 13-6134 Intersection Improvements SR 90&SR 9" 67 Packet Page-695- 10/8/2013 11 .A. 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. 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 13-6134 Intersection Improvements SR 90&SR 951 68 Packet Page-696- 10/8/2013 11.A. 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 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 therefore 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. 13-6134 Intersection Improvements SR 90&SR 961 69 Packet Page-697- 10/8/2013 11 .A. 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 therefore. 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 approve 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. 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 13-6134 Intersection Improvements SR 90&SR 9F' 70 Packet Page -698- 10/8/2013 11.A. 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 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. 13-6134 Intersection Improvements SR 90&SR 91 71 Packet Page-699- 10/8/2013 11 .A. 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 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 13-6134 Intersection Improvements SR 90&SR 9F' 72 Packet Page -700- 10/8/2013 11 .A. 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 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. 13-6134 Intersection Improvements SR 90&SR 951 73 Packet Page-701- 10/8/2013 11.A. 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.B, 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. 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. 13-6134 Intersection Improvements SR 90&SR 9c1 74 Packet Page-702- 10/8/2013 11 .A. 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; 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 13-6134 Intersection Improvements SR 90&SR 951 75 Packet Page-703- 10/8/2013 11 .A. 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; 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; 13-6134 Intersection Improvements SR 90&SR 91 76 Packet Page-704- 10/8/2013 11.A. 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. 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 completion/termination 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 Transportation's 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 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. 13-6134 Intersection Improvements SR 90&SR 961 77 Packet Page-705- 10/8/2013 11 .A. 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, 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 severability, 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. 13-6134 Intersection Improvements SR 90&SR 9" 78 Packet Page-706- 10/8/2013 11 .A. 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 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 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 13-6134 Intersection Improvements SR 90&SR 951 79 Packet Page-707- 10/8/2013 11 .A. 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. 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 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 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 13-6134 Intersection Improvements SR 90&SR 9F1 80 Packet Page-708- 10/8/2013 11 .A. 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost-Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As-Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 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 PMIS 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. 35. 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. 13-6134 Intersection Improvements SR 90&SR 951 81 Packet Page-709- 10/8/2013 11.A. 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 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. 13-6134 Intersection Improvements SR 90&SR 9" 82 Packet Page -710- 10/8/2013 11.A. 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 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. 13-6134 Intersection Improvements SR 90&SR gci 83 Packet Page-711- 10/8/2013 11.A. EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Supporting documents found at: http://bid.colliergov.net/bid/ 13-6134 Intersection Improvements SR 90&SR 951 84 Packet Page-712- 10/8/2013 11 .A. 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. SUPPLEMENTAL TERMS AND CONDITIONS CONTENTS: GENERAL NOTES 2 PERMIT LIMITATIONS 2 PARCEL 106 3 SUBMITTAL OF SHOP DRAWINGS 3 PROTECTION OF UTILITIES 4 PROTECTION OF LOCAL ROADS 4 WATER ••• 4 ALLOWANCES 4 FUEL & BITUMINOUS COST ADJUSTMENTS 5 CONTRACTOR PRESENTATIONS •• 5 PROJECT INFORMATION SIGN 6 SFWMD BENCH MARKS 6 Packet Page-713- 10/8/2013 11.A. EXHIBIT I SUPPLEMENTAL TERMS AND CONDITIONS GENERAL NOTE 1. The Contractor is advised that the limits of the PROJECT will overlap the Florida Department of Transportation (FDOT) improvements to SR90 (US41-from SR951 to Greenway Road) FPID #415621-2-52-01 and will coincide with the construction of this project. Coordination with the State's contractor will be expected. Certain elements of SR 90 Improvement project may affect items of work within this contract. 2. The Contractor is advised that the existing electric sign structure at the Eagle Creek shopping center entrance on SR 951 (approximate station 1031+40± and 107' LT±) will be removed and disposed of by others. The existing sign is to remain in place pending notification of removal from the property owner. If, the property owner grants removal of the sign to the County, cost for the removal and disposal shall be paid for under Pay Item 110-1-1 Clearing and Grubbing. 3. The Contractor is advised that equipment and/or material shall not be stored within the temporary construction easements at any time throughout the project. 4. The following Pay Item Note relates to Pay Item 101-1 Mobilization - i. Includes cost of contractor to provide on-site securable steel storage container, minimum dimensions of five (5) foot by ten (10) foot, for use by approved county staff/representative for storage of necessary testing and project related equipment. PERMIT LIMITATIONS The following permit(s) is not available at the time of this bid: 1. Dewatering/Water Use Permit The Contractor is responsible for obtaining the water use permit for the project. The SFWMD has made the following a requirement of the water use permit and the contractor shall adhere to these criteria: i. An individual dewatering permit maybe required if dewatering activities are to last more than one(1)year otherwise a standard short term dewatering permit will apply. ii. Applicant needs to provide a written description of the dewatering plan/methodology (which may include a dewatering routing shown in plan view). Page 2 of 5 Packet Page-714- 10/8/2013 11 .A. iii. Application to include a turbidity plan, offsite turbidity monitoring plan, chloride monitoring plan, and offsite monitoring wells (Eagle Creek Lakes). iv. Application should include soil borings. v. Any water routed to the Henderson Creek weir needs to be monitored to meet SFMWD permit standards. vi. Dewatering plan should include avoidance of impacts to adjacent wetland and adjacent groundwater users. vii. Pending the construction of the SR 90 (US 41) east leg 6-laning (FPID 415621-2-52- 01), any water routed along the south side of US41 through wetlands to Henderson Creek needs to be monitored to meet SFMWD permit standards. 2. FDEP Permit for Water and Waste Water - The Contractor is hereby notified that the following FDEP permits are pending. It is anticipated that final approval of these permits will be issued prior to the time of letting. i. Water ii. Wastewater PARCEL 106 FEE& TCE—CENTURYLINK DRIVEWAY RELOCATION The Contractor is hereby advised that reasonable parking, ingress and egress should be maintained on and to and from the site at all times until the completion of the proposed driveway relocations and driveway reconstruction. SUBMITTAL OF SHOP DRAWINGS — Shop drawings are required as set forth in the specifications. Payment will not be made for these items of work until approved shop drawings have been received by the Engineer. PROTECTION OF UTILITIES The contractor shall call for locates prior to any excavation. The existing utilities have been potholed during design, however the contractor shall verify all main and service locations when they are close enough to the work to be at risk for damage. The Contractor shall protect all utilities from damage during construction operations at all times. The cost of potholing to protect existing utilities shall be included in the cost of the work requiring it. Should any utility be damaged, the contractor shall be responsible for all repairs including the need for both on-site and off-site pumper trucks. Page 3 of 5 Packet Page-715- 10/8/2013 11 .A. PROTECTION OF LOCAL ROADS This project is surrounded by local roads. The contractor shall protect these roads and respect the privacy of the surrounding properties. The contractor shall post written notice of this requirement on the jobsite and include this provision in contracts with their subcontractors and suppliers. The contractor shall be responsible for all damages to local roads as a result of their employees, subcontractors or suppliers not complying with this restriction. WATER No bid item is provided for water. The cost of providing water shall be included in the unit price for work that requires it. ALLOWANCES Included within the Bid Schedule are Allowances for various elements of the work that, although engineered, may likely encounter unforeseen conditions, some of a public health and safety nature. The Owner has determined these allowances and considers them reasonable budgetary estimates to promptly manage unforeseen conditions, including those of a public health and safety nature. Allowance may not fully represent the actual cost of work. If the cost of work exceeds the allowance amount, the Owner will provide additional allowance funds to complete the work or accept the work in its current state of completion. Upon approval by the Owner, Allowances may be used by the Engineer to pay costs and expenses associated with the categories indicated below: BID ALLOWANCES: ROADWAY ITEMS ALLOWANCE $1,186,761 STRUCTURES SIGNING&PAVEMENT MARKING ITEMS ALLOWANCE $ 53,125 SIGNALIZATION ITEMS ALLOWANCE $ 63,324 ITS ITEMS ALLOWANCE $ 19,764 LIGHTING ITEMS ALLOWANCE $48.696 UTILITY ITEMS ALLOWANCE(COLLIER CNTY) $ 240,140 UTILITY ITEMS ALLOWANCE (MARCO ISLAND) $ 11,278 Page 4 of 5 Packet Page-716- 10/8/2013 11 .A. FUEL& BITUMINOUS COST ADJUSTMENTS NOT PROVIDED Section 9-2.1.1 Fuels and Section 9-2.1 Bituminous Materials of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2010, are deleted. While it is recognized that a primary cost factor of this bid is based on the price of petroleum and that conditions in this market could become unstable and beyond the control of the bidder, it is also recognized that the availability of funding to compensate for future cost increases will be even scarcer should this occur. The county chooses not to obligate itself for these costs and has not provided for these cost adjustments in the contact. The Contractor shall take this risk into consideration when submitting their bid. 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. All costs associated with participating in this process will be included in the contract price of"As-Built Plans." PROJECT INFORMATION SIGN The contractor shall provide project information sign at each end of the project (Total 4). Details of the sign are provided in the plans/specifications. All costs to provide and install the projects signs will be included in the unit price per each for"Project Information Sign",Pay Item CC-999-999. SFWMD BENCHMARKS The SFWMD permits for this project require that all drainage control and outfall structures have a benchmark with a known elevation established. The contractor shall construct all such structures with the required benchmark as a part of the unit contract price for the structure at no additional cost to the county. The County will be responsible for establishing the elevation of the benchmarks. Page 5 of 5 Packet Page-717- 10/8/2013 11.A. EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ 13-6134 Intersection Improvements SR 90&SR 951 85 Packet Page-718- 10/8/2013 11 .A. MAY 06,2013 PREPARED BY: Marshall H.Dougherty,Jr. David W. Dowling Co — '—er Coisnty 1,00.00...."1600.1%010111kamorsoomsommmen SPECIFICATIONS PACKAGE FINANCIAL PROJECT ID(S):428147-1-58-01 and 425209-1-58-01 DISTRICT ONE A LOCAL AGENCY ADMINISTERED PROJECT WITHIN DISTRICT ONE COLLIER COUNTY The applicable Articles and Subarticles of the General Requirements&Covenants division (Division I)of the 2013 Edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction are added,and all of the Construction Details and Materials divisions(Division II&III)are revised,as follows: I hereby certify that this specifications package has been properly prepared by me, or under my responsible charge, in accordance with procedures adopted by the Florida Department of Transportation. Signature and Seal: tit. Date: 5- o ._o r 3 J Page(s): 1 - 102 Engineer of Recort:David W.Dowling,P.E. Fla.License No FL 56587 Firm Name: Stanley Consultants,Inc. Firm Address: 27300 Riverview Center Blvd., Suite 101 City,State,Zip Code: Bonita Springs,FL 34134 Certificate of Authorization: 1978 - 1 - FPID(S):428147-1-58-01, ETC. Packet Page-719- 10/8/2013 11.A. TECHNICAL SPECIAL PROVISIONS. Applicable Signalization and ITS Technical Special Provisions are included in the Collier County Traffic Operations Signalization Technical Special Provisions dated July 2012 at the following website: http://www.colliergov.net/Modules/ShowDocumentaspx?documentid=44657 The following applicable Marco Island Utilities Technical Specifications are included in the Marco Island Utilities Technical Standards Manual dated April 2007 at the following website: Page General Material Specifications 15 Water Material Specifications 27 Construction Specifications 40 http://www.citvofmarcoisland.com/ftp/Purchasinv/MIU April 2007 Complete Standards Manual.p df The following applicable Collier County Water and Sewer Technical Specifications are included in the Collier County Utilities Technical Specifications at the following website: SECTION 2 DIVISION 1-GENERAL REQUIREMENTS 011000 Summary of Work 012000 Measurement and Payment 014127 NPDES Requirements for Construction Activities Impacting More Than One Acre 014200 References 014500 Quality Control 015000 Construction Facilities and Temporary Controls 015526 Traffic Regulation and Public Safety 015713 Temporary Erosion and Sedimentation Control for Construction Activities Impacting Less Than One Acre, including Construction Requiring Dewatering 016100 Material and Equipment 017300 Miscellaneous Work and Cleanup 017416 Site Clearing 017423 Cleaning 017823 Operation and Maintenance Manuals 017839 Project Record Documents DIVISION 2-EXISTING CONDITIONS 020500 Connections to Existing Systems 022100 Lines and Grades 022200 Pre-Construction Audio-Video Recording 022501 Leakage Tests 024100 Demolition 1 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page-720- 10/8/2013 11.A. 025400 Disinfection DIVISION 3-CONCRETE 031100 Concrete Formwork 032000 Concrete Reinforcement 033100 Concrete,Masonry Mortar and Grout 031100 Precast Concrete Structures DIVISION 5—METALS 055600 Metal Castings DIVISION 9-FLNISHES 099723 Concrete Coatings DIVISION 31- EARTHWORK 312316 Excavation—Earth and Rock 312319 Groundwater Control for Open Cut Excavation 312323 Backfilling 314000 Shoring, Sheeting and Bracing DIVISION 32-EXTERIOR IMPROVEMENT 320117 Pavement Repair and Restoration 321300 Sidewalks, Driveways and Curbs 329200 Restoration by Sodding or Seeding DIVISION 33-UTILITIES 330130 16 Televising and Iw pectin-ef Graff Sewer Systems 330201 Roadway Crossings by Open Cut 330503 Polyvinyl Chloride(PVC)Pipe and Fittings 330504 Ductile Iron Pipe(DIP)and Fittings 330518 Laying and Jointing Buried Pipelines 330520 Pipe Removal and Abandonment 330523 13 Horizontal Directional Drilling 330523 16 Jacking, Augering and Mining 331200 Water Valves and Appurtenances 331619 Hydrants 333200 Pumping Stations 333313 Wastewater Valves and Appurtenances 333913 Sewer Manholes 331713 Irrigation Pond Liner http://ww w.collierg_ov.net/Modules/ShowDocument.asPx?documented=27752 2 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page -721- 10/8/2013 11 .A. The following Collier County Technical Specifications for Median Backfill are included: MEDIAN BACKFILL Taken from Land Development Code DIVISION 2 SECTION 2930 MEDIAN BACKFILL/ACCEPTABLE TOPSOIL PART 1- GENERAL 1.01 SUMMARY 1. This section specifies requirements for the preparation, supplying and spreading of acceptable topsoil at a minimum eighteen-inch (18") depth within all roadway medians. 2. Beneath the (18" depth) topsoil is a Select (S) Soil which follows FDOT Standard index#505. SEE MEDIAN BACKFILL DETAIL 1.02 QUALITY ASSURANCE A. Qualifications 1. Testing Agency: Independent testing laboratory as approved by F.D.O.T. and Collier County. B. Test Requirements 1. Prior to delivery to the construction site, submit a representative one pound sample of acceptable topsoil for analysis to an independent laboratory to ensure conformance to requirements specified in 2.01. Submit all test results to the Engineer for written approval before delivery. 2. After delivery of acceptable topsoil to the construction site, submit a representative one pound sample for analysis to an independent laboratory to ensure conformance to requirements specified in 2.01. Submit test results to the Engineer for approval. In the event that the delivered sample is not consistent with the sample approved prior to delivery,the Engineer will reject the delivered topsoil. C. Certification: 1. Prior to delivery of acceptable topsoil to the construction site, furnish the Engineer with a written statement from topsoil supplier giving the certification of the soil analysis. i. Manufacturer's certification and/or testing laboratory clarification that content of soil conditioners meet specification requirements. 3 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page-722- 10/8/2013 11 .A. ii. Manufacturer's certificate of fertilizer's chemical composition including, but limited to, percentage and derivation of nitrogen, phosphorus, potassium,and micro-nutrients. iii. Submit all certification to Engineer/Landscape Architect a minimum of one week prior to installation of any material. D. Test Reports: 1. Reports shall be identified by project name,date and soil mix type. 2. The following reports are required: a. ph range b. major and minor element analysis c. soluble salt concentrations d. sand fraction analysis e. % Calcium f. Testing laboratory recommendations as to suitability of soil for planting and drainage. 1.03 DELIVERY,STORAGE,AND HANDLING A. Do not deliver the acceptable topsoil to the construction site until the Engineer has approved in writing the test results for the representative sample. 1.04 SUBMITTALS A. Test Reports: Submit laboratory analysis of acceptable topsoil to the Engineer in accordance with 1.02 Section D. B. Certification: Submit to the Engineer certification required by 1.02. PART 2—PRODUCTS 2.01 MATERIALS A. Topsoil: Topsoil shall be fertile, friable blended or native sandy soil. 1. Acceptable topsoil shall be of uniform quality, free from hard clods,stiff clay,hard pan, sods, partially disintegrated stone, lime, cement, ashes, slag, concrete, tar residues,tarred paper,boards, chips, sticks or any other undesirable material. 2. There shall be no exotic or noxious weeds or weed seeds (i.e. Nut grass, Bermuda grass, sedges and the like). 3. In no case shall there be more than 5%by volume of stones, coarse sand, gravel or clay lumps larger than one inch(1")in diameter. 4 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page-723- 10/8/2013 11 .A. 4. Acceptable topsoil shall contain a minimum of 2.5% organic matter, not to exceed 4% as determined by loss on ignition of moisture-free samples and the ph range shall be 5.0 to 7.5 inclusive and shall contain no substance which will impede plant growth. 5. Maximum Soluble Salts: 300 ppm. 6. Acceptable topsoil shall be graded as follows: PASSING RETAINED ON PERCENTAGE 1" SCREEN 100% 1" SCREEN 2 mm(No. 10) not more than 5% Sieve 7. The components of blended topsoil are peat moss and sand (.05-.002 mm) or Florida peat, sand (.05-.002mm),wood chips, and compost. a. Test ph of topsoil and planting soil mixtures by method acceptable to current industry standards. If ph is not between 5.0 and 7.5, add approved soil conditioner/additive to bring ph within that range. b. Within the select soil range subsurface drainage is required. (1) Good soil water infiltration and percolation. Water must be able to penetrate and move through the soil; one-inch per hour is considered optimal. (2) Good subsurface drainage should be present to a depth of 762 mm (30 inches) — 1,219 mm (48 inches) which is the normal critical rooting zone. There should be no impervious layer/hardpan, or soil interfaces to disrupt the flow of water downward and away from the roots. (3) Adequate aeration. Oxygen must be both able to diffuse in from the atmosphere and be able to move readily through the soil profile. (4) Desirable soil should have adequate available water holding capabilities. Soil should be able to retain 10 percent to 15 percent of the available water after gravitational water has drained away. c. Physical Soil Characteristics and Infiltration Rates ( Reference FDOT, "Florida Highway Landscape Guide",April 14, 1995) PART 3—EXECUTION 3.01 PREPARATION SEE MEDIAN BACKFILL DETAIL 5 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page-724- 10/8/2013 11.A. 3.02 APPLICATION SEE MEDIAN BACKFILL DETAIL 3.03 CLEANUP A. Immediately clean up spills, soil and conditioners on paved and finished surface areas. B. Remove debris and excess materials from project site daily. The following Technical Special Provisions for Bus Stop Amenities are included: Bus Shelter—Pre-manufactured Bus Sheltor(3 foot 2 inch+1-by 11 foot 5.5 inch+1- );Brasco International,Inc. or equal Bicycle Parking Rack— `U' bike rack, 2 bike surface or in ground mount;Madrax or equal Trash Receptacle—32 gallon trash can -rib,set in concrete or surface mounted, polyethelene plastic 32 gallon liner, dome top lid;Wabash Valley Manufacturing, Inc.or equal Bench—Classic series 6 foot ductile iron frame with wood slats;Victor Stanley,Inc. or equal 6 FPID(S):428147-1-58-01 425209-1-58-01 Packet Page-725- 10/8/2013 11 .A. MAY 06, 2013 PREPARED BY: Marshall H.Dougherty, Jr. David W. Dowling Co * -'`,„,4'' County SPECIFICATIONS PACKAGE FINANCIAL PROJECT ID(S):428147-1-58-01 and 425209-1-58-01 DISTRICT ONE A LOCAL AGENCY ADMINISTERED PROJECT WITHIN DISTRICT ONE COLLIER COUNTY The applicable Articles and Subarticles of the General Requirements&Covenants division (Division I) of the 2013 Edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction are added, and all of the Construction Details and Materials divisions (Division II& III)are revised, as follows: I hereby certffy that this specifications package has been properly prepared by me, or under my responsible charge, in accordance with procedures adopted by the Florida Department of Transportation. Signature and Seal: Date: Page(s): 1 - 102 Engineer of Record:David W. Dowling,P.E. Fla. License No.: FL 56587 Firm Name: Stanley Consultants,Inc. Finn Address: 27300 Riverview Center Blvd., Suite 101 City, State,Zip Code:Bonita Springs, FL 34134 Certificate of Authorization: 1978 - 1 - FPID(S): 428147-1-58-01, ETC. Packet Page-726- 10/8/2013 1 1.A. SPECIAL PROVISIONS 3 DEFINITIONS AND TERMS 4 SCOPE OF THE WORK 5 CONTROL OF THE WORK 5 CONTROL OF MA 1'ERIALS 6 LEGAL REQUIREMENTS AND RESPONSIBILITIES TO THE PUBLIC 9 MEASUREMENT AND PAYMENT 10 EROSION CONTROL PLAN FORMAT. 12 GRADED AGGREGATE BASE. 14 AUDIBLE AND VIBRATORY PAVEMENT MARKINGS. 17 PAINTED PAVEMENT MARKINGS—FINAL SURFACE. 17 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS -APPLICATION 18 SUPPLEMENTAL SPECIFICATIONS 19 102 MAINTENANCE OF TRAFFIC 20 346 PORTLAND CEMENT CONCRETE 36 347 PORTLAND CEMENT CONCRETE—CLASS NS. 57 400 CONCRETE STRUCTURES. 60 425 INLETS,MANHOLES,AND JUNCTION BOXES. 98 THIS COMPLETES THIS SPECIFICATIONS PACKAGE 102 - 2- FPID(S):428147-1-58-01,ETC. Packet Page-727- 10/8/2013 11 .A. SPECIAL PROVISIONS - 3 - FPID(S): 428147-1-58-01, ETC. Packet Page-728- 10/8/2013 11.A. DEFINITIONS AND TERMS The following SECTION 1 —DEFINITIONS AND TERMS language is added: 1-3 Definitions. The following terms,when used in the Contract Documents, have the meaning described: Contractor's Engineer of Record. A Professional Engineer registered in the State of Florida,other than the Engineer of Record or his subcontracted consultant,who undertakes the design and drawing of components of the permanent structure as part of a redesign or Cost Savings Initiative Proposal, or for repair designs and details of the permanent work. The Contractor's Engineer of Record may also serve as the Specialty Engineer. The Contractor's Engineer of Record must be an employee of a pre-qualified firm. The firm shall be pre-qualified in accordance with the Rules of the Department of Transportation, Chapter 14-75.Any Corporation or Partnership offering engineering services must hold a Certificate of Authorization from the Florida Department of Business and Professional Regulation. As an alternate to being an employee of a pre-qualified firm,the Contractor's Engineer of Record may be a pre-qualified Specialty Engineer.For items of the permanent work declared by the State Construction Office to be"major"or"structural",the work performed by a pre- qualified Specialty Engineer must be checked by another pre-qualified Specialty Engineer.An individual Engineer may become pre-qualified in the work groups listed in the Rules of the Department of Transportation, Chapter 14-75, if the requirements for the Professional Engineer are met for the individual work groups.Pre-qualified Specialty Engineers are listed on the State Construction Website.Pre-qualified Specialty Engineers will not be authorized to perform redesigns or Cost Savings Initiative Proposal designs of items fully detailed in the plans. Department. Collier County. Engineer. The Professional Engineer, registered in the State of Florida,other than the Engineer of Record or his subcontracted consultant,acting as the project's Construction Engineering Inspection Manager. The Engineer may be County in-house staff or a consultant retained by the County. Note: In order to avoid cumbersome and confusing repetition of expressions in these Specifications, it is provided that whenever anything is, or is to be done, if, as,or,when,or where"acceptable,accepted, approval, approved, authorized,condemned,considered necessary, contemplated, deemed necessary, designated,determined,directed,disapproved,established, given, indicated, insufficient, ordered, permitted,rejected,required,reserved,satisfactory, specified,sufficient, suitable, suspended, unacceptable,or unsatisfactory," it shall be understood as if the expression were followed by the words"by the Engineer,""to the Engineer," or"of the Engineer." - 4- FPID(S): 428147-1-58-01,ETC. Packet Page-729- 10/8/2013 11 .A. Specialty Engineer. A Professional Engineer registered in the State of Florida,other than the Engineer of Record or his subcontracted consultant,who undertakes the design and drawing preparation of components, systems,or installation methods and equipment for specific temporary portions of the project work or for special items of the permanent works not fully detailed in the plans and required to be furnished by the Contractor such as but not limited to pot bearing designs,non- standard expansion joints,MSE wall designs and other specialty items.The Specialty Engineer may also provide designs and details for items of the permanent work declared by the State Construction Office to be "minor"or"non-structural".The Specialty Engineer may be an employee or officer of the Contractor or a fabricator, an employee or officer of an entity providing components to a fabricator, or an independent consultant. For items of work not specifically covered by the Rules of the Department of Transportation, a Specialty Engineer is qualified if he has the following qualifications: (1)Registration as a Professional Engineer in the State of Florida. (2)The education and experience necessary to perform the submitted design as required by the Florida Department of Business and Professional Regulation. SCOPE OF THE WORK The following SECTION 4— SCOPE OF THE WORK language is added: 4-3 Alteration of Plans or of Character of Work. When the Department requires work that is not covered by a price in the Contract and such work does not constitute a"Significant Change"as defined in 4-3.1,and the Department finds that such work is essential to the satisfactory completion of the Contract within its intended scope,the Department will make an adjustment to the Contract. The Engineer will determine the basis of payment for such an adjustment in a fair and equitable amount. The term"significant change" applies only when the Engineer determines that the character of the work,as altered,differs materially in kind or nature from that involved or included in the original proposed construction.The allowance due to the Contractor will be determined by the Department. In the instance of an alleged"significant change", the determination by the Engineer shall be conclusive and shall not be subject to challenge by the Contractor in any forum,except upon the Contractor establishing by clear and convincing proof that the determination by the Engineer was without any reasonable and good-faith basis. CONTROL OF THE WORK The following SECTION 5 CONTROL OF THE WORK language is added: 5-11 Final Acceptance. When,upon completion of the final construction inspection of the entire project,the Engineer determines that the Contractor has satisfactorily completed the work,the Engineer will give the Contractor written notice of final acceptance. - 5 - FPID(S): 428147-1-58-01, ETC. Packet Page-730- 10/8/2013 11 .A. CONTROL OF MATERIALS The following SECTION 6—CONTROL OF MATERIALS language is added: 6-1 Acceptance Criteria. 6-1.1 General: Acceptance of materials is based on the following criteria.All requirements may not apply to all materials. Use only materials in the work that meet the requirements of these Specifications. The Engineer may inspect and test any material,at points of production, distribution and use. 6-1.2 Sampling and Testing:Use the Department's current sample identification and tracking system to provide related information and attach the information to each sample. Restore immediately any site from which material has been removed for sampling purposes to the pre-sampled condition with materials and construction methods used in the initial construction, at no additional cost to the Department. Ensure when a material is delivered to the location as described in the Contract Documents,there is enough material delivered to take samples, at no expense to the Department. 6-1.2.1 Pretest by Manufacturers: Submit certified manufacturer's test results to the Engineer for qualification and use on Department projects. Testing will be as specified in the Contract Documents.The Department may require that manufacturers submit samples of materials for independent verification purposes. 6-1.2.2 Point of Production Test: Test the material during production as specified in the Contract Documents. 6-1.2.3 Point of Distribution Test: Test the material at Distribution facilities as specified in the Contract Documents. 6-1.2.4 Point of Use Test: Test the material immediately following placement as specified in the Specifications.After delivery to the project,the Department may require the retesting of materials that have been tested and accepted at the source of supply,or may require the testing of materials that are to be accepted by Producer Certification. The Department may reject all materials that,when retested, do not meet the requirements of these Specifications. 6-1.3 Certification: 6-1.3.1 Producer Certification: Provide complete certifications for materials as required.Furnish to the Engineer for approval, Producer Certifications for all products listed on the Qualified Products List and when required by the applicable material Specification(s). Do not incorporate any manufactured products or materials into the project without approval from the Engineer. Materials will not be considered for payment when not accompanied by Producer Certification. Producers may obtain sample certification forms through the Department's website.Ensure that the certification is provided on the producer's letterhead and is signed by a legally responsible person from the producer and notarized. 6-13.1.1 Qualified Products List: The Product Evaluation Section in the State Specifications and Estimates Office publishes and maintains a Qualified Products List. This list provides assurance to Contractors, consultants,designers,and Department personnel that specific products and materials are approved for use on Department facilities. The Department will limit the Contractor's use of products and materials that require pre-approval to items listed on the Qualified Products List effective at the time of placement. Manufacturers seeking evaluation in accordance with Departmental procedures of an item must submit a Product Evaluation Application, available on - 6- FPID(S):428147-1-58-01, ETC. Packet Page-731- 10/8/2013 11 .A. the Department's website www2.dot.state.fl.us/specificationsestimates/productevaluation/qp1/submittalprocess.aspx ,with supporting documentation as defined and detailed by the applicable Specifications and Standards.This may include certified test reports from an independent test laboratory, certification that the material meets all applicable specifications, signed and sealed drawings and calculations,quality control plans, samples, infrared scans,or other technical data. Manufacturers successfully completing the Department's evaluation are eligible for inclusion on the Qualified Products List. The Department will consider any marked variations from original test values for a material or any evidence of inadequate field performance of a material as sufficient evidence that the properties of the material have changed, and the Department will remove the material from the Qualified Products List. 6-1.3.1.2 Approved Products List: The State Traffic Operations Office maintains the Approved Products List of Traffic Control Signal Devices.Traffic Monitoring Site Equipment and Materials are also included on the Approved Products List.This list provides assurance to Maintaining Agencies,Contractors, consultants, designers, and Department personnel that the specific items listed are approved for use on Department facilities. The Department will limit the Contractor's procurement and use of Traffic Control Signal Devices, and Traffic Monitoring Site equipment and materials to only those items listed on the Approved Products List that is effective at the time of procurement, except as provided in Section 603. The approval process is described in detail on the State Traffic Operation website, www.dot.state.fl.us/trafficoperations/terl/apl2.htm .Manufacturers seeking evaluation of a specific device must submit an application which can be obtained from the State Traffic Operations Office. 6-1.3.2 Contractor Installation Certification: Provide installation certifications as required by the Contract Documents. 6-2 Applicable Documented Authorities other than Specifications. 6-2.1 General: Details on individual materials are identified in various material specific Sections of the Specifications that may refer to other documented authorities for requirements. When specified, meet the requirements as defined in such references. 6-2.2 Test Methods: Methods of sampling and testing materials are in accordance with the Florida Methods (FM). If a Florida Method does not exist for a particular test,perform the testing in accordance with the method specified in the Specification. When test methods or other standards are referenced in the Specifications without identification of the specific time of issuance, use the most current issuance, including interims or addendums thereto, at the time of bid opening. 6-2.3 Construction Aggregates: Aggregates used on Department projects must be in accordance with Rule 14-103,FAC. 6-3 Storage of Materials and Samples. 6-3.1 Method of Storage: Store materials in such a manner as to preserve their quality and fitness for the work,to facilitate prompt inspection, and to minimize noise impacts on sensitive receivers.More detailed specifications concerning the storage of specific materials are prescribed under the applicable Specifications. The Department may reject improperly stored materials. 6-3.2 Use of Right-of-Way for Storage: If the Engineer allows,the Contractor may use a portion of the right-of-way for storage purposes and for placing the Contractor's plant and - 7- FPID(S):428147-1-58-01, ETC. Packet Page-732- 10/8/2013 11.A. equipment. Use only the portion of the right-of-way that is outside the clear zone,which is the portion not required for public vehicular or pedestrian travel. When used, restore the right-of- way to pre-construction condition at no additional cost to the Department or as specified in the Contract Documents.Provide any additional space required at no expense to the Department. 6-3.3 Responsibility for Stored Materials: Accept responsibility for the protection of stored materials. The Department is not liable for any loss of materials,by theft or otherwise,or for any damage to the stored materials. 6-3.4 Storage Facilities For Samples: Provide facilities for storage of samples as described in the Contract Documents and warranted by the test methods and Specifications. 6-4 Defective Materials. Materials not meeting the requirements of these Specifications will be considered defective. The Engineer will reject all such materials, whether in place or not. Remove all rejected material immediately from the site of the work and from storage areas, at no expense to the Department. Do not use material that has been rejected and the defects corrected, until the Engineer has approved the material's use. Upon failure to comply promptly with any order of the Engineer made under the provisions of this Article,the Engineer has the authority to have the defective material removed and replaced by other forces and deduct the cost of removal and replacement from any moneys due or to become due the Contractor. As an exception to the above,within 30 calendar days of the termination of the LOT or rejection of the material,the Contractor may submit a proposed scope of work to the Engineer for an engineering or independent laboratory (as approved by the Engineer)analysis to determine the disposition of the material. A Specialty Engineer, who is an independent consultant, or the Contractor's Engineer of Record as stated within each individual Section shall perform any such analysis.Upon the Engineer's approval of the scope of work submitted by the Contractor,the engineering analysis must be completed and the report must be submitted to the Engineer within 45 calendar days,or other time frame as approved by the Engineer. The report must be signed and sealed by the Specialty Engineer. The Engineer will determine the fmal disposition of the material after review of the information submitted by the Contractor.No additional monetary compensation or time extension will be granted for the impact of any such analysis or review. 6-5 Products and Source of Supply. 6-5.3 Contaminated,Unfit,Hazardous,and Dangerous Materials: Do not use any material that, after approval and/or placement,has in any way become unfit for use.Do not use materials containing any substance that has been determined to be hazardous by the State of Florida Department of Environmental Protection or the U.S.Department of Environmental Protection.Provide workplaces free from serious recognized hazards and to comply with occupational safety and health standards,as determined by the U.S. Department of Labor Occupational Safety and Heath Administration. - 8 - FPID(S):428147-1-58-01, ETC. Packet Page-733- 10/8/2013 11.A. LEGAL REQUIREMENTS AND RESPONSIBILITIES TO THE PUBLIC The following SECTION 7—LEGAL REQUIREMENTS AND RESPONSIBILI'1 IES TO THE PUBLIC language is added: 7-1.3 Introduction or Release of Prohibited Aquatic Plants,Plant Pests,or Noxious Weeds: Do not introduce or release prohibited aquatic plants,plant pests, or noxious weeds into the project limits as a result of clearing and grubbing, earthwork, grassing and mulching, sodding, landscaping,or other such activities. Immediately notify the Engineer upon discovery of all prohibited aquatic plants,plant pests,or noxious weeds within the project limits.Do not move prohibited aquatic plants,plant pests,or noxious weeds within the project limits or to locations outside of the project limits without the Engineer's permission. Maintain all borrow material brought onto the project site free of prohibited aquatic plants,plant pests,noxious weeds, and their reproductive parts.Refer to Rule 16C-52 and Rule 5B-57, of the Florida Administrative Code for the definition of prohibited aquatic plants,plant pests, and noxious weeds. Furnish the Engineer,prior to incorporation into the project, with a certification from the Florida Department of Agriculture and Consumer Services,Division of Plant Industry, stating that the sod,hay,straw,and mulch materials are free of noxious weeds, including Tropical Soda Apple. 7-1.7 Insecticides and Herbicides.Use products found on the following website, www.flpesticide.us/, approved by the Florida Department of Agriculture for the State of Florida. The use of restricted products is prohibited. Do not use any products in the sulfonylurea family of chemicals. Herbicide application by broadcast spraying is not allowed. Procure any necessary licenses, pay all charges and fees, and give all notices necessary for lawful performance of the work. Ensure that all employees applying insecticides and herbicides possess a current Florida Department of Agriculture Commercial Applicator license with the categories of licensure in Right-of-Way Pest Control and Aquatic Pest Control. Provide a copy of current certificates upon request, to the Engineer. Ensure that employees who work with herbicides comply with all applicable Federal, State, and local regulations. Comply with all regulations and permits issued by any regulatory agency within whose jurisdiction work is being performed. Post all permit placards in a protected,conspicuous location at the work site. Acquire any permits required for work performed on the rights-of-way within the jurisdiction of National Forests in Florida. Contact the Local National Forest Ranger District, or the United States Department of Agriculture(USDA)office for the proper permits and subsequent approval. Acquire all permits required for aquatic plant control as outlined in Chapter 62C-20, Florida Administrative Code,Rules of the Florida Department of Environmental Protection. Contact the Regional Field Office of Bureau of Invasive Plant Management of the Florida Department of Environmental Protection for proper permits and subsequent approval. If application of synthetic organo-auxin herbicides is necessary, meet the requirements of Chapter 5E-2,Florida Administrative Code. - 9- FPID(S): 428147-1-58-01, ETC. Packet Page-734- 10/8/2013 11.A. 7-7.2 Overloaded Equipment. Do not operate on any road or street any hauling unit or equipment loaded in excess of(1)the maximum weights specified in the Florida Uniform Traffic Control Law, or(2) lower weights legally established for any section of road or bridge by the Department or local authorities. The governmental unit having jurisdiction over a particular road or bridge may provide exceptions by special permit under the provisions of 7.0. This restriction applies to all roads and bridges inside and outside the Contract limits as long as these roads and bridges are open for public use. The Contractor may overload roads and bridges which are to be demolished after they are permanently closed to the public. The Contractor is responsible for all loss or damages resulting from equipment operated on a structure permanently closed to the public. 7-7.5 Contractor's Equipment on Bridge Structures.The Specialty Engineer shall analyze the effect of imposed loads on bridge structures,within the limits of a construction contract, resulting from the following operations: (1) Overloaded Equipment as defined 6.0: (a)Operating on or crossing over completed bridge structures. (b) Operating on or crossing over partially completed bridge structures. (2)Equipment within legal load limits: (a) Operating on or crossing over partially completed bridge structures. (3) Construction cranes: (a) Operating on completed bridge structures. (b) Operating on partially completed bridge structures. Any pipe culvert(s)or box culvert(s)qualifying as a bridge under 1-3 is excluded from the requirements above. A completed bridge structure is a bridge structure in which all elemental components comprising the load carrying assembly have been completed,assembled,and connected in their final position. The components to be considered shall also include any related members transferring load to any bridge structure. The Specialty Engineer shall determine the effect that equipment loads have on the bridge structure and develop the procedures for using the loaded equipment without exceeding the structure's design load capacity. Submit to the Department for approval eight copies of design calculations, layout drawings,and erection drawings showing how the equipment is to be used so that the bridge structure will not be overstressed. The Specialty Engineer shall sign and seal one set of the eight copies of the drawings and the cover sheet of one of the eight copies of the calculations for the Department's Record Set. MEASUREMENT AND PAYMENT The following SECTION 9—MEASUREMENT AND PAYMENT language is added: 9-1.3 Determination of Pay Areas: 9-1.3.1 Final Calculation: When measuring items paid for on the basis of area of finished work, where the pay quantity is designated to be determined by calculation,the Engineer will use lengths and widths in the calculations based on the station to station dimensions shown on the plans;the station to station dimensions actually constructed within the - 10 - FPTD(S):428147-1-58-01,ETC. Packet Page-735- 10/8/2013 11.A. limits designated by the Engineer;or the final dimensions measured along the surface of the completed work within the neat lines shown on the plans or designated by the Engineer. The Engineer will use the method or combination of methods of measurement that reflect,with reasonable accuracy, the actual surface area of the finished work as the Engineer determines. 9-13.2 Plan Quantity: When measuring items paid for on the basis of area of finished work, where the pay quantity is designated to be the plan quantity,the Engineer will determine the final pay quantity based on the plan quantity subject to the provisions of 9-3.2. Generally,the Engineer will calculate the plan quantity using lengths based on station to station dimensions and widths based on neat lines shown in the plans. 9-3 Compensation for Altered Quantities. 9-3.1 General: When alteration in plans or quantities of work not requiring a supplemental agreement as hereinbefore provided for are offered and performed,the Contractor shall accept payment in full at Contract unit bid prices for the actual quantities of work done, and no allowance will be made for increased expense, loss of expected reimbursement,or loss of anticipated profits suffered or claimed by the Contractor,resulting either directly from such alterations,or indirectly from unbalanced allocation among the Contract items of overhead expense on the part of the bidder and subsequent loss of expected reimbursement therefore, or from any other cause. Compensation for alterations in plans or quantities of work requiring supplemental agreements shall be stipulated in such agreement,except when the Contractor proceeds with the work without change of price being agreed upon,the Contractor shall be paid for such increased or decreased quantities at the Contract unit prices bid in the Proposal for the items of work. If no Contract unit price is provided in the Contract, and the parties cannot agree as to a price for the work,the Contractor agrees to do the work in accordance with 4-3.2. 9-3.2 Payment Based on Plan Quantity: 9-3.2.1 Error in Plan Quantity: As used in this Article,the term"substantial error"is defined as the smaller of(a)or(b)below: (a)a difference between the original plan quantity and final quantity of more than 5%, (b) a change in quantity which causes a change in the amount payable of more than$5,000. On multiple job Contracts,changes made to an individual pay item due to substantial errors will be based on the entire Contract quantity for that pay item. Where the pay quantity for any item is designated to be the original plan quantity,the Department will revise such quantity only in the event that the Department determines it is in substantial error. In general,the Department will determine such revisions by final measurement,plan calculations,or both,as additions to or deductions from plan quantities. In the event that either the Department or the Contractor contends that the plan quantity for any item is in error and additional or less compensation is thereby due,the claimant shall submit, at their own expense,evidence of such in the form of acceptable and verifiable measurements or calculations. The Department will not revise the plan quantity solely on the basis of a particular method of construction that the Contractor selects. For earthwork items, the claimant must note any differences in the original ground surfaces from that shown in the original plan cross-sections that would result in a substantial error to the plan quantity, and must be properly documented by appropriate verifiable level notes,acceptable to both the Contractor and the Department,prior to disturbance of the original ground surface by - 11 - FPID(S): 428147-1-58-01,ETC. Packet Page-736- 10/8/2013 11.A. construction operations.The claimant shall support any claim based upon a substantial error for differences in the original ground surface by documentation as provided above. 9-3.2.2 Authorized Changes in Limits of Work: Where the Department designates the pay quantity for any item to be the original plan quantity and authorizes a plan change which results in an increase or decrease in the quantity of that item,the Department will revise the plan quantity accordingly.In general,the Department will determine such revisions by final measurement,plan calculations or both. 9-3.2.3 Specified Adjustments to Pay Quantities: Do not apply the limitations specified in 9-3.2.1 and 9-32.2 to the following: (1)Where these Specifications or Special Provisions provide that the Department determines the pay quantity for an item on the basis of area of finished work adjusted in accordance with the ratio of measured thickness to nominal thickness. (2) Where these Specifications provide for a deduction due to test results falling outside of the allowable specified tolerances. (3)To payment for extra length fence posts, as specified in 550-6.3. 9-3.3 Lump Sum Quantities: 9-3.3.1 Error in Lump Sum Quantity: Where the Department designates the pay quantity for an item to be a lump sum and the plans show an estimated quantity,the Department will adjust the lump sum compensation only in the event that either the Contractor submits satisfactory evidence or the Department determines and furnishes satisfactory evidence that the lump sum quantity shown is in substantial error as defined in 9-3.2.1. EROSION CONTROL PLAN FORMAT. (REV 2-14-11) (1-13) ARTICLE 104-5,Paragraph (3) (a)(Page 126) is deleted and the following substituted: (a)Projects permitted by the Southwest Florida Water Management District(SWFWMD),require the following: Submission of the erosion control plan for all Noticed General Permit projects to the Engineer for review and approval. No SWFWMD review or approval is required. Submission of a copy of the erosion control plan, for all projects other than Noticed General Permit projects,to the Engineer for review and to the appropriate SWFWMD office for review and approval. Include the SWFWMD permit number on all submitted data or correspondence. The Contractor may schedule a meeting with the appropriate SWFWMD Office to discuss his erosion control plan in detail,to expedite the review and approval process.Advise the Engineer of the time and place of any meetings scheduled with SWFWMD. The Department will provide the requirements for the erosion control plan prior to the pre-construction meeting. Prepare and submit an accurate and acceptable erosion control plan to the water management district. The SWFWMD may take up to 30 days to review and approve - 12- FPID(S): 428147-1-58-01,ETC. Packet Page-737- 10/8/2013 11 .A. the erosion control plan. Lack of sufficient information or detail may result in rejection of the plan. Re-submittal of a revised plan initiates another 30 day review and approval period. SWFWMD personnel have requested the following information, at a minimum, be included in the plan. (1) Modify the key map from the construction plans showing the location of the project,a list of the erosion control items to be used on the project and a legend depicting what erosion control items are to be used on the project. Legend items may be in any format that allows the reviewer to understand which items are located where. They may be various shapes. Colored pencil,felt tip pens, cross hatching,or other means may also be used. (2) Modify the plan/profile sheets from the construction plans to show the actual location of the erosion control devices. Each sheet should have a legend box showing what erosion control items are being used on that sheet. The legend box shall also describe what pattern or colors are being used to denote each type of erosion control device. (3) Include a narrative in the submittal that details the length of time the items will be in place,maintenance schedules and methods of containment and removal of pollutants or hazardous wastes. Provide the name and telephone number of the contact person responsible for monitoring and maintaining the erosion control devices. (4) The information described above is the minimum information that should be provided in the submittal. Include additional information that will assist SWFWMD in reviewing the erosion control plan. Errors or omissions may result in lengthening the time required to get the erosion control plan approved. (5) Submit the erosion control plan to the Southwest Florida Water Management District Service Office which issued the specific permit, addresses " n and telephone numbers are shown below. For those projects located in Polk County,Hardee County and Highlands County contact the following office. (a) Bartow Service Office Southwest Florida Water Management District 170 Century Boulevard Bartow,Florida 33830-7700 1-800-492-7862 or 1-863-534-1448 For those projects located in Manatee County, Sarasota County, DeSoto County,and Charlotte County contact the following office. (b) Sarasota Service Office Southwest Florida Water Management District 6750 Fruitville Road Sarasota,Florida 34240-9711 1-800-320-3503 or 1-941-377-3722 (6) Submit four(4)sets of the erosion control plan to the appropriate SWFWMD Service Office. Request in the transmittal letter that two sets of the approved erosion control plan be returned. Retain one set for the files and provide one set to the Engineer. Do not begin construction activities until the erosion control plan receives written approval from both SWFWMD and the Engineer. - 13 - FPID(S): 428147-1-58-01, ETC. Packet Page -738- 10/8/2013 11 .A. GRADED AGGREGATE BASE. (REV 8-8-07)(1-13) SECTION 204 (Pages 208 -210)is deleted and the following substituted: SECTION 204 GRADED AGGREGATE BASE 204-1 Description. Construct a base course composed of graded aggregate. 204-2 Materials. Use graded aggregate material,produced from Department approved sources,which yields a satisfactory mixture meeting the requirements of these Specifications after it has been crushed and processed as a part of the mining or reclamation operations. 204-2.1: Mined Materials: Use material of uniform quality throughout that does not contain vegetable matter,shale, or lumps of clay balls in sufficient quantity as to be detrimental to the proper bonding, finishing, or strength of the base.Material shall have a Limerock Bearing Ratio(LBR)value of not less than 100. Use material retained on the No. 10 sieve composed of aggregate meeting the following requirements: Soundness Loss, Sodium, Sulfate: AASHTO T104 15% Percent Wear:AASHTO T96(Grading A) Group 1 Aggregates 45% Group 2 Aggregates 65% Group 1: This group of aggregates is composed of limestone,marble,or dolomite. Group 2: This group of aggregates is composed of granite, gneiss, or quartzite. 204-2.1.1 Gradation:Meet the following gradation requirements: Sieve Size Percent by Weight Passing 2 inch 100 1-1/2 inch 95 to 100 3/4 inch 65 to 90 3/8 inch 45 to 75 No. 4 35 to 60 No. 10 25 to 45 No. 50 5 to 25 No. 200 0 to 10 204-2.1.2 Liquid Limits and Plasticity Requirements: For Group 1 aggregates, ensure that the fraction passing the No. 40 sieve has a Plasticity Index (AASHTO T90)of not more than 4.0 and a Liquid Limit(AASHTO T89)of not more than 25, and contains not more than 67%of its weight passing the No.200 sieve. For Group 2 aggregates,ensure that the material passing the No. 10 sieve has a sand equivalent (AASHTO T176)value of not less than 28. - 14 - FPID(S): 428147-1-58-01,ETC. Packet Page-739- 10/8/2013 11.A. The Contractor may use graded aggregate of either Group 1 or Group 2, but only use one group on any Contract. (Graded aggregate may be referred to hereinafter as"aggregate".) 204-2.2 Reclaimed Concrete Aggregate Base Materials: Use reclaimed concrete aggregate base that meets the requirements of this Section after crushing and processing,that was produced from a source approved by the Department under Rule 14-103,Florida Administrative Code(FAC). The reclaimed concrete aggregate base supplier shall have Department of Environmental Protection(DEP)permit requirements section 62-701.730 or be qualified as a clean debris source under DEP rules. The reclaimed concrete aggregate base shall consist of crushed concrete material derived from the crushing of hard portland cement concrete. 204-2.2.1 Gradation: Meet the following gradation requirements: Sieve Size Percent by Weight Passing 2 inch 100 3/4 inch 65 to 95 3/8 inch 40 to 85 No. 4 25to65 No. 10 20 to 50 No. 50 5 to 25 No. 200 0 to 10 204-2.2.2 Plasticity: Reclaimed concrete aggregate base shall not contain plastic soils such that the minus 0.425 mm (No. 40) sieve material shall be non-plastic. 204-2.2.3 Limerock Bearing Ratio:Reclaimed concrete aggregate base shall have a minimum LBR of 120. 204-2.2.4 Deleterious Substances:Reclaimed concrete aggregate base shall be free of all materials that fall under the category of solid waste or hazardous materials as defined by the state or local jurisdiction.Reclaimed concrete aggregate base shall meet all Department of Environmental Protection permit requirements which pertain to construction, demolition and recycling of these materials. Reclaimed concrete aggregate base shall be substantially free from other deleterious materials which are not classified as solid waste or hazardous materials. Reclaimed concrete aggregate base shall be asbestos free. The following limits shall not be exceeded: Bituminous Concrete 1%by weight Bricks 1%by weight Wood and other organic substances... 0.1%by weight Heavy Metals (except Lead)... 0.1%by weight Lead 5 parts per million Reinforcing Steel and Welded Wire Fabric 0.1%by weight Plaster and gypsum board 0.1%by weight 204-3 Equipment. Provide equipment meeting the requirements of 200-3. 204-4 Transporting Aggregate. Transport aggregate as specified in 200-4. - 15 - FPID(S): 428147-1-58-01,ETC. Packet Page-740- 10/8/2013 11.A. 204-5 Spreading Aggregate. Spread aggregate as specified in 200-5. 204-6 Compacting and Finishing Base. 204-6.1 General:Meet the requirements of 200-7.1 with density requirements of 204-6.3. 204-6.1.1 Single-Course Base: Construct as specified in 200-6.1.1. 204-6.1.2 Multiple-Course Base: Construct as specified in 200-6.1.2. 204-6.2 Moisture Content: Meet the requirements of 200-6.2. 204-6.3 Density Requirements: Meet the requirements of 200-7.1,except after attaining the proper moisture conditions, uniformly compact the material to a density of not less than 100%of the maximum density as determined by FM 1-T 180. Ensure that the minimum density that will be acceptable at any location outside the traveled roadway(such as intersections, crossovers, turnouts, etc.) is 98%of the maximum density. 204-6.4 Correction of Defects: Meet the requirements of 200-6.4. 204-6.5 Dust Abatement: Minimize the dispersion of dust from the base material during construction and maintenance operations by applying water or other dust control materials. 204-7 Testing Surface. Test the surface in accordance with the requirements of 200-6. 204-8 Priming and Maintaining. Meet the requirements of 200-8. 204-9 Thickness Requirements. Meet the requirements of 200-6.3. 204-10 Calculations for Average Thickness of Base. Calculations for determining the average thickness of base will be made in accordance with 285-7. 204-11 Method of Measurement. 204-11.1 General: The quantity to be paid for will be the area, in square yards, completed and accepted. 204-11.2 Authorized Normal Thickness Base: The surface area of authorized normal thickness base will be calculated as specified in 9-1.3, omitting any areas not allowed for payment under the provisions of 204-9 and omitting areas which are to be included for payment under 204-11.3.The area for payment,of authorized normal thickness base, will be the surface area determined as provided above,adjusted by adding or deducting, as appropriate,the area of base represented by the difference between the calculated average thickness, determined as provided in 204-10,and the specified normal thickness,converted to equivalent square yards of normal thickness base. 204-11.3 Authorized Variable Thickness Base: As specified in 200-10.3. - 16 - FPID(S): 428147-1-58-01,ETC. Packet Page -741- 10/8/2013 11 .A. 204-12 Basis of Payment. Price and payment will be full compensation for all work specified in this Section, including dust abatement, correcting all defective surface and deficient thickness,removing cracks and checks and the additional aggregate required for such crack elimination. Payment will be made under: Item No. 285- 7- Optional Base-per square yard. AUDIBLE AND VIBRATORY PAVEMENT MARKINGS. (REV 2-11-09) (1-13) SUBARTICLE 701-4.1 (Pages 834- 835) is expanded by the following: Do not place thermoplastic traffic stripes and markings on newly constructed final surface courses prior to 30 calendar days after placement of the final surface course.The Engineer may require longer cure periods. Provide temporary pavement markings during the interim period if the road is open to traffic. PAINTED PAVEMENT MARKINGS—FINAL SURFACE. (REV 2-11-09) (1-13) SUBARTICLE 710-4.1.1 (Page 849) is deleted and the following substituted: 710-4.1.1 Final Surface: Painted pavement markings(final surface)will include one application of painted pavement markings and one application of retroreflective pavement markers applied to the final surface meeting the requirements of Section 706. SUBARTICLE 710-11.2 (Page 851). The first paragraph is deleted and the following substituted: 710-11.2 Lump Sum Payment: When the item for painted pavement markings (final surface) is included in the proposal,price and payment will be full compensation for all work specified in this Section,and retroreflective pavement markers applied to the final surface in accordance with Section 706. - 17- FPID(S): 428147-1-58-01, ETC. Packet Page-742- 10/8/2013 11 .A. THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS- APPLICATION. (REV 2-11-09) (1-13) SUBARTICLE 711-4.1 (Page 853) is expanded by the following: Do not place thermoplastic traffic stripes and markings on newly constructed final surface courses prior to 30 calendar days after placement of the final surface course. The Engineer may require longer cure periods. Provide temporary pavement markings during the interim period if the road is open to traffic. - 18 - FPID(S): 428147-1-58-01,ETC. Packet Page-743- 10/8/2013 11.A. SUPPLEMENTAL SPECIFICATIONS - 19- FPID(S): 428147-1-58-01, ETC. Packet Page-744- 10/8/2013 11 .A. 102 MAINTENANCE OF TRAFFIC. (REV 10-9-12)(1-13) SECTION 102 (Pages 106— 122) is deleted and the following substituted: SECTION 102 MAINTENANCE OF TRAFFIC 102-1 Description. Maintain traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. Construct and maintain detours.Provide facilities for access to residences,businesses,etc.,along the project. Furnish, install and maintain traffic control and safety devices during construction.Furnish and install work zone pavement markings for maintenance of traffic(MOT) in construction areas. Provide any other special requirements for safe and expeditious movement of traffic specified in the Plans. MOT includes all facilities,devices and operations as required for safety and convenience of the public within the work zone. Do not maintain traffic over those portions of the project where no work is to be accomplished or where construction operations will not affect existing roads. Do not obstruct or create a hazard to any traffic during the performance of the work, and repair any damage to existing pavement open to traffic. Include the cost of any work that is necessary to meet the requirements of the Contract Documents under the MOT pay item,when there is not a pay item provided. 102-2 Materials. Meet the following requirements: Bituminous Adhesive Section 970 Temporary Retroreflective Pavement MarkersSection 990 Paint .Section 971 Removable Tape Section 990 Glass Spheres Section 971 Temporary Traffic Control Device Materials Section 990 Retroreflective and Nonreflective Sheeting for Temporary Traffic Control Devices Section 994 102-2.1 Temporary Traffic Control Devices: Use only the materials meeting the requirements of Section 990, Section 994, Design Standards and the Manual on Uniform Traffic Control Devices (MUTCD). 102-2.2 Detour: Provide all materials for the construction and maintenance of all detours. 102-2.3 Commercial Materials for Driveway Maintenance: Provide materials of the type typically used for base, including recycled asphalt pavement material,and having stability and drainage properties that will provide a firm surface under wet conditions. - 20 - FPID(S): 428147-1-58-01, ETC. Packet Page -745- 10/8/2013 11.A. 102-3 Specific Requirements. 102-3.1 Beginning Date of Contractor's Responsibility: Maintain traffic starting the day work begins on the project or on the first day Contract time is charged,whichever is earlier. 102-3.2 Worksite Traffic Supervisor: Provide a worksite traffic supervisor in accordance with Section 105.Provide the worksite traffic supervisor with all equipment and materials needed to set up, take down, maintain traffic control,and handle traffic-related situations. Ensure that the worksite traffic supervisor performs the following duties: 1. Performs on site direction of all traffic control on the project. 2. Is on site during all set up and take down, and performs a drive through inspection immediately after set up. 3. Is on site during all nighttime operations to ensure proper MOT. 4. Immediately corrects all safety deficiencies and does not permit minor deficiencies that are not immediate safety hazards to remain uncorrected for more than 24 hours. 5. Is available on a 24 hour per day basis and present within 45 minutes after notification of an emergency situation and is prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. 6. Conducts daily daytime and weekly nighttime inspections of projects with predominately daytime work activities, and daily nighttime and weekly daytime inspections of projects with predominantly nighttime work activities of all traffic control devices,traffic flow, pedestrian,bicyclist,and business accommodations. Advise the project personnel of the schedule of these inspections and give them the opportunity to join in the inspection as is deemed necessary. Submit a AIONIk comprehensive weekly report, using the Department's currently approved form,to the Engineer detailing the condition of all traffic control devices (including pavement markings)being used. Include assurances in the inspection report that pedestrians are accommodated with a safe, accessible travel path around work sites separated from mainline traffic in compliance with the Americans with Disabilities Act(ADA) Standards for Transportation Facilities,that existing or detoured bicyclist paths are being maintained satisfactorily throughout the project limits, and that existing businesses in work areas are being provided with adequate entrances for vehicular and pedestrian traffic during business hours.Have the worksite traffic supervisor sign the report and certify that all of the above issues are being handled in accordance with the Contract Documents. When deficiencies are found,the worksite traffic supervisor is to note such deficiencies and include the proposed corrective actions, including the date corrected. The Department may disqualify and remove from the project a worksite traffic supervisor who fails to comply with the provisions of this Section. The Department may temporarily suspend all activities, except traffic,erosion control and such other activities that are necessary for project maintenance and safety, for failure to comply with these provisions. 102-4 Alternative Traffic Control Plan. The Contractor may propose an alternative traffic control plan(TCP)to the plan presented in the Contract Documents.Have the Contractor's Engineer of Record sign and seal the alternative plan.Prepare the TCP in conformance with and in the form outlined in the current version of the Department's Plans Preparation Manual. Indicate in the plan a TCP for each phase of activities.Take responsibility for identifying and assessing any potential impacts to a utility that may be caused by the alternate TCP proposed by the Contractor, and notify the Department in writing of any such potential impacts to utilities. - 21 - FPID(S):428147-1-58-01, ETC. Packet Page-746- 10/8/2013 11 .A. Engineer's approval of the alternate TCP does not relieve the Contractor of sole responsibility for all utility impacts, costs, delays or damages,whether direct or indirect, resulting from Contractor initiated changes in the design or construction activities from those in the original Contract Specifications, Design Plans(including TCPs)or other Contract Documents and which effect a change in utility work different from that shown in the Utility Plans,joint project agreements or utility relocation schedules. The Department reserves the right to reject any alternative TCP. Obtain the Engineer's written approval before beginning work using an alternate TCP. The Engineer's written approval is required for all modifications to the TCP.The Engineer will only allow changes to the TCP in an emergency without the proper documentation. 102-5 Traffic Control. 102-5.1 Standards: FDOT Design Standards are the minimum standards for the use in the development of all TCPs. The MUTCD,Part VI is the minimum national standard for traffic control for highway construction,maintenance,and utility operations. Follow the basic principles and minimum standards contained in these documents for the design, application, installation, maintenance, and removal of all traffic control devices,warning devices and barriers which are necessary to protect the public and workers from hazards within the project limits. 102-5.2 Maintenance of Roadway Surfaces: Maintain all lanes that are being used for the MOT, including those on detours and temporary facilities,under all weather conditions.Keep the lanes reasonably free of dust, potholes and rutting. Provide the lanes with the drainage facilities necessary to maintain a smooth riding surface under all weather conditions. 102-5.3 Number of Traffic Lanes: Maintain one lane of traffic in each direction. Maintain two lanes of traffic in each direction at existing four(or more) lane cross roads,where necessary to avoid undue traffic congestion. Construct each lane used for MOT at least as wide as the traffic lanes existing in the area before commencement of construction. Do not allow traffic control and warning devices to encroach on lanes used for MOT. The Engineer may allow the Contractor to restrict traffic to one-way operation for short periods of time provided that the Contractor employs adequate means of traffic control and does not unreasonably delay traffic. When a construction activity requires restricting traffic to one-way operations, locate the flaggers within view of each other when possible. When visual contact between flaggers is not possible,equip them with 2-way radios, official,or pilot vehicles, or use traffic signals. 102-5.4 Crossings and Intersections: Provide and maintain adequate accommodations for intersecting and crossing traffic.Do not block or unduly restrict any road or street crossing the project unless approved by the Engineer.Before beginning any construction,provide the Engineer the names and phone numbers of persons that can be contacted when signal operation malfunctions. 102-5.5 Access for Residences and Businesses: Provide continuous access to all residences and all places of business. 102-5.6 Protection of the Work from Injury by Traffic: Where traffic would be injurious to a base, surface course, or structure constructed as a part of the work,maintain all traffic outside the limits of such areas until the potential for injury no longer exists. 102-5.7 Flagger: Provide trained flaggers in accordance with Section 105. 102-5.8 Conflicting Pavement Markings: Where the lane use or where normal vehicle or pedestrian paths are altered during construction,remove all pavement markings (paint,tape, thermoplastic,raised pavement markers, etc.)that will conflict with the adjusted vehicle or - 22 - FPID(S): 428147-1-58-01, ETC. Packet Page-747- 10/8/2013 11.A. pedestrian paths. Use of paint to cover conflicting pavement markings is prohibited.Remove conflicting pavement markings using a method that will not damage the surface texture of the pavement and which will eliminate the previous marking pattern regardless of weather and light conditions. Remove all pavement markings that will be in conflict with"next phase of operation"vehicle pedestrian paths as described above, before opening to vehicle traffic or use by pedestrians. Cost for removing conflicting pavement markings(paint,tape,thermoplastic, raised pavement markers, etc.)to be included in Maintenance of Traffic,Lump Sum. 102-5.9 Vehicle and Equipment Visibility: Equip all pickups and automobiles used on the project with a minimum of one Class 2 amber or white warning light that meets the Society of Automotive Engineers Recommended Practice SAE J595, dated November 1,2008, or SAE J845,dated December 1,2007, and incorporated herein by reference.Existing lights that meet SAE J845,dated March, 1992, or SAE J1318,dated April, 1986,may be used to its end of service life.Lights should be unobstructed by ancillary vehicle equipment such as ladders, racks or booms. If the light is obstructed,additional lights will be required.The lights shall be operating when a vehicle is in a work area where a potential hazard exists, when operating the vehicle at less than the average speed for the facility while performing work activities,making frequent stops or called for in the Plans or Design Standards. Equip all other vehicles and equipment with a minimum of 4 square feet of retroreflective sheeting or flashing lights. To avoid distraction to motorists,do not operate the lights on the vehicles or equipment when the vehicles are outside the clear zone or behind a barrier. 102-5.10 No Waiver of Liability: Conduct operations in such a manner that no undue hazard results due to the requirements of this Article. The procedures and policies described herein in no way acts as a waiver of any terms of the liability of the Contractor or his surety. 102-6 Detours. 102-6.1 General: Construct and maintain detour facilities wherever it becomes necessary to divert traffic from any existing roadway or bridge, or wherever construction operations block the flow of traffic. 102-6.2 Construction: Plan,construct, and maintain detours for the safe passage of traffic in all conditions of weather.Provide the detour with all facilities necessary to meet this requirement. Where pedestrian facilities are detoured,blocked or closed during the work,provide safe alternate accessible routes through or around the work zone meeting the requirements of the ADA Standards for Transportation Facilities. When the Plans call for the Department to furnish detour bridge components, construct the pile bents in accordance with the Plans, unless otherwise authorized by the Engineer. Submit a letter with the following:company name,phone number,office address, project contact person,project number, detour bridge type,bridge length, span length, location and usage time frames, to the Engineer at least 30 calendar days before the intended pick-up date,to obtain the storage facility location and list of components for the project. Upon receipt of letter,the Engineer will, within ten calendar days provide an approved material list to the Contractor and the appropriate Department storage yard. Provide a letter with an original company seal,identifying the representative with authority to pick up components, to the Engineer at least 10 calendar days before the proposed 23 - FPID(S): 428147-1-58-01, ETC. Packet Page-748- 10/8/2013 11.A. pick-up date. The Department is not obligated to load the bridge components without this notice. Take responsibility and sign for each item loaded at the time of issuance. Provide timber dunnage, and transport the bridge components from the designated storage facility to the job site. Unload,erect, and maintain the bridge,then dismantle the bridge and load and return the components to the designated storage facility. Notify the Engineer in writing at least 10 calendar days before returning the components. Include in this notice the name of the Contractor's representative authorized to sign for return of the bridge components.The yard supervisor is not obligated to unload the bridge components without this notice. The Department will provide equipment and an operator at the Department's storage facility to assist in loading and unloading the bridge components.Furnish all other labor and equipment required for loading and unloading the components. The Departments representative will record all bridge components issued or returned on the Detour Bridge Issue and Credit Ticket. The tickets must be signed by a Department and a Contractor representative,after loading or unloading each truck to document the quantity and type of bridging issued or returned. Bind together all bridge components to be returned in accordance with the instructions given by the storage facility. The yard supervisor will repack components that are not packed in compliance with these instructions. Upon request,written packing instructions will be made available to the Contractor,before dismantling of the bridge for return to the Department's storage facility. Assume responsibility for any shortage or damage to the bridge components. Monies due the Contractor will be reduced at the rate of$35.00 per hour plus materials for repacking,repairs or replacement of bridge components. The skid resistance of open steel grid decking on the detour bridge may decrease gradually after opening the bridge to traffic. The Department will furnish a pneumatic floor scabbier machine for roughening the roadway surface of the detour bridge decking. Provide an air compressor at the job site with 200 cubic foot per minute capacity, 90 psi air pressure for the power supply of the machine,and an operator. Transport the scabbier machine to and from the Department's structures shop. Repair any damage to the scabbier machine caused by operations at no expense to the Department.Perform scabbling when determined necessary by the Engineer. The Department will pay for the cost of scabbling as Unforeseeable Work in accordance with 4-4. Return the bridge components to the designated storage facility beginning no later than 10 calendar days after the date the detour bridge is no longer needed,the date the new bridge is placed in service, or the date Contract Time expires,whichever is earliest. Return the detour bridging at an average of not less than 200 feet per week. Upon failure to return the bridge components to the Department within the time specified, compensate the Department for the bridge components not returned at the rate of$5.00 per 10 feet, per day,per bridge, for single lane; and $10.00 per 10 feet,per day,per bridge,for dual lane until the bridge components are returned to the Department. 102-6.3 Construction Methods: Select and use construction methods and materials that provide a stable and safe detour facility. Construct the detour facility to have sufficient durability to remain in good condition, supplemented by maintenance, for the entire period that the detour is required. - 24- FPID(S):428147-1-58-01,ETC. Packet Page-749- 10/8/2013 11 .A. 102-6.4 Removal of Detours: Remove detours when they are no longer needed and before the Contract is completed. Take ownership of all materials from the detour and dispose of them,except for the materials on loan from the Department with the stipulation that they are returned. 102-6.5 Detours Over Existing Roads and Streets: When the Department specifies that traffic be detoured over roads or streets outside the project area,do not maintain such roads or streets.However,maintain all signs and other devices placed for the purpose of the detour. 102-6.6 Operation of Existing Movable Bridges: The Department will maintain and operate existing moveable bridges that are to be removed by the Contractor until such time as they are closed to traffic.During this period, make immediate repairs of any damage to such structures caused by use or operations related to the work at no expense to the Department,but do not provide routine repairs or maintenance. In the event that use or operations result in damage to a bridge requiring repairs, give such repairs top priority to any equipment,material, or labor available. 102-7 Traffic Control Officer. Provide uniformed law enforcement officers, including marked law enforcement vehicles,to assist in controlling and directing traffic in the work zone when the following types of work is necessary on projects: 1. Directing traffic/overriding the signal in a signalized intersection. 2. When Design Standards,Index No.619 is used on freeway facilities (interstates,toll roads, and expressways) at nighttime for work within the travel lane. 3. When Design Standards,Index No. 655 Traffic Pacing for overhead work is called for in the Plans or approved by the Engineer. 4. When pulling conductor/cable above an open traffic lane on limited access facilities,when called for in the Plans or approved by the Engineer. 5. When Design Standards, Index No. 625 Temporary Road Closure 5 Minutes or Less is used. 102-8 Driveway Maintenance. 102-8.1 General:Ensure that each residence and business has safe, stable, and reasonable access. 102-8.2 Construction Methods: Place, level, manipulate, compact, and maintain the material,to the extent appropriate for the intended use. As permanent driveway construction is accomplished at a particular location, the Contractor may salvage and reuse previously placed materials that are suitable for reuse on other driveways. 102-9 Temporary Traffic Control Devices. 102-9.1 Installation and Maintenance: Install and maintain temporary traffic control devices as detailed in the Plans,Index 600 of the Design Standards and when applicable, in accordance with the approved vendor drawings,as provided on the Department's Qualified Products List(QPL)or the Department's Approved Products List(APL).Erect the required temporary traffic control devices to prevent any hazardous conditions and in conjunction with any necessary traffic re-routing to protect the traveling public,workers,and to safeguard the work area. Use only those devices that are on the QPL or the APL. Immediately remove or cover any devices that do not apply to existing conditions. - 25 - FPID(S):428147-1-58-01, ETC. Packet Page-750- 10/8/2013 11 .A. All temporary traffic control devices must meet the requirements of National Cooperative Highway Research Program Report 350(NCHRP 350)or the Manual for Assessing Safety Hardware 2009 (MASH)and current FHWA directives.Manufacturers seeking evaluation must furnish certified test reports showing that their product meets all test requirements set forth by NCHRP 350 or the MASH. Manufacturers seeking evaluation of Category I devices for inclusion on the QPL shall include the manufacturer's self-certification letter.Manufacturer's seeking evaluation of Category II and Category III devices for inclusion on the QPL shall include the FHWA WZ numbered acceptance letter with attachments and vendor drawings of the device in sufficient detail to enable the Engineer to distinguish between this and similar devices. For devices requiring field assembly or special site preparation,vendor drawings shall include all field assembly details and technical information necessary for proper application and installation and must be signed and sealed by a Professional Engineer registered in the State of Florida. Manufacturers seeking evaluation of Category IV devices for inclusion on the QPL or APL must comply with the requirements of Section 990 and include detailed vendor drawings of the device along with technical information necessary for proper application,field assembly and installation. Ensure that the QPL or APL number is permanently marked on the device at a readily visible location. Sheeting used on devices is exempt from this marking requirement. Notify the Engineer of any scheduled operation which will affect traffic patterns or safety sufficiently in advance of commencing such operation to permit his review of the plan for the proposed installation of temporary traffic control devices. Ensure an employee is assigned the responsibility of maintaining the position and condition of all temporary traffic control devices throughout the duration of the Contract. Keep the Engineer advised at all times of the identification and means of contacting this employee on a 24 hour basis. Keep temporary traffic control devices in the correct position,properly directed, clearly visible and clean, at all times. Ensure that all traffic control devices meet acceptable standards as outlined in American Traffic Safety Services Association(ATSSA) "Quality Guidelines for Temporary Traffic Control Devices and Features". Immediately repair,replace or clean damaged,defaced or dirty devices. 102-9.2 Work Zone Signs: Provide signs in accordance with the Plans and Design Standards. Meet the requirements of 700-2.5 and 990-8 Use only approved systems,which includes sign support posts or stands and attachment hardware (nuts,bolts, clamps, brackets, braces, etc.),meeting the vendor requirements specified on the QPL drawings. Attach the sign to the sign support using hardware meeting the manufacturer's recommendations and as specified in the Design Standards. Provide Federal Highway Administration's (FHWA)accepted sign substrate for use with accepted sign stands on the National Highway System(NHS) under the provisions of the NCHRP Report 350 "Recommended Procedures for the Safety Performance Evaluation of Highway Features." 102-9.3 Business Signs:Provide and place signs in accordance with the Plans and Design Standards,Index No. 600 series.Furnish signs having retroreflective sheeting meeting the requirements of Section 990. 102-9.4 High Intensity Flashing Lights: Furnish Type B lights in accordance with the Plans and Design Standards. - 26- FPID(S): 428147-1-58-01,ETC. Packet Page-751- 10/8/2013 11.A. 102-9.5 Warning/Channelizing Devices: Furnish warning/channelizing devices in accordance with the Plans and Design Standards. 102-9.5.1 Retroreflective Collars for Traffic Cones: Use collars for traffic cones listed on the QPL that meet the requirements of Section 990.Use cone collars at night designed to properly fit the taper of the cone when installed. Place the upper 6 inch collar a uniform 3-1/2 inches distance from the top of the cone and the lower 4 inch collar a uniform 2 inches distance below the bottom of the upper 6 inch collar. Ensure that the collars are capable of being removed for temporary use or attached permanently to the cone in accordance with the manufacturer's recommendations.Provide a white sheeting having a smooth outer surface and that has the property of a retroreflector over its entire surface. 102-9.5.2 Barrier Wall (Temporary): Furnish, install,maintain,remove and relocate a temporary barrier wall in accordance with the Plans. Ensure that temporary concrete barrier wall for use on roadway sections, complies with Design Standards,Index Nos. 412, 415 or 414 as specified in the Plans. Ensure that temporary concrete barrier wall for use on bridge and wall sections, complies with Design Standards, Index No 414 as specified in the Plans. Ensure that temporary water filled barrier wall used on roadway sections meets the NCHRP Report 350 criteria or the MASH and is listed on the QPL. Barriers meeting the requirements of Design Standards, Index Nos. 412, 415 or temporary water filled barriers on the QPL will not be accepted as an alternate to barriers meeting the requirements of Design Standards, Index No. 414. 102-9.5.3 Glare Screen (Temporary): Use temporary glare screens listed on the QPL that meet the requirements of Section 990.Furnish, install,maintain, remove and relocate glare screen systems in conjunction with temporary barrier wall at locations identified in the Plans. Ensure the anchorage of the glare screen to the barrier is capable of safely resisting an equivalent tensile load of 600 pounds per foot of glare screen,with a requirement to use a minimum of three fasteners per barrier section. When glare screen is utilized on temporary barrier wall,warning lights will not be required. 102-9.6 Temporary Crash Cushion (Redirective/Gating): Furnish, install,maintain and subsequently remove temporary crash cushions in accordance with the details and notes shown in the Plans,the Design Standards, and requirements of the pre-approved alternatives listed on the QPL. Maintain the crash cushions until their authorized removal. Repair all attachment scars to permanent structures and pavements after crash cushion removal.Make necessary repairs due to defective material, work,or Contractor operations at no cost to the Department. Restore crash cushions damaged by the traveling public within 24 hours after notification as authorized by the Engineer. 102-9.7 Guardrail(Temporary): Furnish guardrail (temporary) in accordance with the Plans and Design Standards.Meet the requirements of Section 536. 102-9.8 Arrow Board: Furnish arrow boards that meet the requirements of Section 990 as required by the Plans and Design Standards to advise approaching traffic of lane closures or shoulder work. Type B arrow boards may he used on low to intermediate speed (0 mph to 50 mph) facilities or for maintenance or moving operations on any speed facility. Type C arrow boards shall be used for all other operations on high-speed(50 mph and greater) facilities and may be substituted for Type B arrow boards on any speed facility. - 27- FPID(S): 428147-1-58-01, ETC. Packet Page-752- 10/8/2013 11.A. 102-9.9 Portable Changeable Message Sign(PCMS): Furnish PCMSs that meet the requirements of Section 990 as required by the Plans and Design Standards to supplement other temporary traffic control devices used in work zones. A truck mounted PCMS may be used as a stand alone MOT device only when used for accident or incident management situations as defined in the MUTCD and is listed on the APL. 102-9.10 Portable Regulatory Signs (PRS): Furnish PRSs that meet the requirements of 990 as required by the Plans and Design Standards. Activate portable regulatory signs only during active work activities and deactivate when no work is being performed. 102-9.11 Radar Speed Display Unit(RSDU): Furnish RSDUs that meet the requirements of Section 990 as required by the Plans and Design Standards to inform motorists of the posted speed and their actual speed. Activate the radar speed display unit only during active work activities and deactivate when no work is being performed. 102-9.12 Temporary Signalization and Maintenance: Provide temporary signalization and maintenance at existing,temporary,and new intersections including but not limited to the following: (1) Installation of temporary poles and span wire assemblies as shown in the Plans, (2)Temporary portable traffic signals as shown in the Plans, (3)Adding or shifting signal heads, (4) Trouble calls, (5)Maintaining intersection and coordination timing and preemption devices. Restore any loss of operation within 12 hours after notification. Provide traffic signal equipment that meets the requirements of the Design Standards and 603-2. The Engineer may approve used signal equipment if it is in acceptable condition. Replacement components for traffic signal cabinet assemblies will be provided by the maintaining agency. 102-9.13 Temporary Traffic Detection and Maintenance: Provide temporary traffic detection and maintenance at existing,temporary, and new signalized intersections. Provide temporary traffic detection equipment listed on the APL.Restore any loss of detection within 12 hours. Ensure 90% accuracy per signal phase,measured at the initial installation and after any lane shifts,by comparing sample data collected from the detection system with ground truth data collected by human observation. Collect the sample and ground truth data for a minimum of five minutes during a peak and five minutes during an off-peak period with a minimum three detections for each signal phase. Perform the test in the presence of the Engineer. 102-9.14 Truck Mounted Attenuators and Trailer Mounted Attenuators: Furnish, install and maintain only those attenuators that meet the requirements of NCHRP 350 or the MASH. Use truck mounted attenuators or trailer mounted attenuators,when called for in the Design Standards. Use attenuators listed on the QPL. When attenuators are called for,use either a truck mounted attenuator or a trailer mounted attenuator system designed and installed in accordance with the manufacturers recommendations. - 28 - FPID(S): 428147-1-58-01, ETC. Packet Page-753- 10/8/2013 11.A. Equip the attenuator cartridge with lights and reflectors in compliance with applicable Florida motor vehicle laws, including turn signals,dual tail lights, and brake lights. Ensure that lights are visible in both the raised and lowered positions if the unit is capable of being raised. Ensure that the complete unit is painted DOT yellow(Fed. Std. 595 b, No. 13538). Stripe the rear facing of the cartridge in the operating position with the alternating 6 inch white and 6 inch safety orange 45 degree striping to form an inverted "V" at the center of the unit and slope down and toward the outside of the unit, in both directions from the center. In the raised position,place at least the same square footage of striping on the bottom of the cartridge as placed on the rear facing cartridge in the open position. Use Type III retroreflectorized sheeting for striping. Attenuators will not be paid for separately. Include the cost of the truck with either a truck mounted attenuator or a trailer mounted attenuator in MOT Lump Sum. Payment includes all costs, including furnishing, maintaining and removal when no longer required, and all materials, labor,tools, equipment and incidentals required for attenuator maintenance. 102-9.15 Temporary Raised Rumble Strip Sets: When called for in the Plans, furnish, install,maintain,remove, and reinstall temporary raised rumble strip sets. Install the temporary raised rumble strip sets per the manufacturer's recommendations and in accordance with Design Standards,Index No.600. The temporary raised rumble strip may be either a removable polymer striping tape or a molded engineered polymer material. 102-9.16 Automated Flagger Assistance Devices (AFAD):Furnish, install, maintain, remove and relocate AFADs in accordance with the Plans and Design Standards. Position AFADs where they are clearly visible to oncoming traffic and out of the lane of traffic. The devices may be operated either by a single flagger at one end of the traffic control zone,from a central location, or by a separate flagger near each device's location. AFADs may be either a remotely controlled Stop/Slow AFAD mounted on either a trailer or a movable cart system, or a remotely controlled Red/Yellow Lens AFAD. AFADs will not be paid for separately.AFADs may be used as a supplement or an alternate to naggers in accordance with Index 603. Include the cost for AFADs in Maintenance of Traffic Lump Sum. 102-9.17 Temporary Lane Separator: Furnish, install, maintain,remove and relocate temporary lane separator in accordance with the Plans and Design Standards, Index No 600. Anchor the portable temporary lane separator with a removable anchor bolt. Use epoxy on bridge decks where anchoring is not allowed.Remove the epoxy from the bridge deck by hydroblasting or other method approved by the Engineer. 102-10 Work Zone Pavement Marking. 102-10.1 Description: Furnish and install work zone pavement markings for MOT in construction areas and in close conformity with the lines and details shown in the Plans and Design Standards. Centerlines, lane lines,edge lines, stop bars and turn arrows will be required in work zones prior to opening the road to traffic. The most common types of work zone pavement markings are painted pavement markings and removable tape. Other types of work zone pavement markings may be identified in the Plans. 102.10.2 Painted Pavement Markings: - 29- FPID(S): 428147-1-58-01,ETC. Packet Page-754- 10/8/2013 11.A. 102-10.2.1 General: Use painted pavement markings meeting the requirements of Section 710. Use standard waterborne paint unless otherwise identified in the Plans or approved by the Engineer. 102-10.3 Removable Tape: 102-10.3.1 General: Use removable tape listed on the QPL and meeting the requirements of 990-4. 102-10.3.2 Application: Apply removable tape with a mechanical applicator to provide pavement lines that are neat, accurate and uniform.Equip the mechanical applicator with a film cut-off device and with measuring devices that automatically and accumulatively measure the length of each line placed within an accuracy tolerance of plus or minus 2%.Ensure removable tape adheres to the road surface.Removable tape may be placed by hand on short sections, 500 feet or less,if it is done in a neat accurate manner. 102-10.3.3 Retroreflectivity: Apply white and yellow traffic stripes and markings that will attain an initial retroreflectivity of not less than 300 mcd/lx.m2 for white and contrast markings and not less than 250 mcd/lx•m2 for yellow markings. Black portions of contrast tapes and black masking tapes must be non-reflective and have a reflectance of less than 5 mcd/lx mz. At the end of the six month service life,the retroreflectance of white and yellow removable tape shall not be less than 150 mcd/lx•mz. 102-10.3.4 Removability: Provide removable tape capable of being removed from bituminous concrete and portland cement concrete pavement intact or in substantially large strips, either manually or by a mechanical roll-up device, at temperatures above 40°F,without the use of heat, solvents,grinding or blasting. 102-10.4 Temporary Retroreflective Pavement Markers(RPM's): Use markers listed on the QPL and meeting the requirements of 990-5.Apply all markers in accordance with the Design Standards, Index No. 600,prior to opening the road to traffic. Replace markers any time after installation when more than three consecutive markers fail or are missing, at no expense to the Department, in a timely manner,as directed by the Engineer. 102-11 Method of Measurement. 102-11.1 General: Devices installed/used on the project on any calendar day or portion thereof,within the allowable Contract Time, including time extensions which may be granted, will be paid for at the Contract unit price for the applicable pay item, except those paid for as Lump Sum. 102-11.2 Traffic Control Officers:The quantity to be paid for will be at the Contract unit price per hour(4 hour minimum) for the actual number of officers certified to be on the project site, including any law enforcement vehicles and all other direct and indirect costs. Payment will be made only for those traffic control officers specified in the Plans and authorized by the Engineer. 102-11.3 Special Detours: When a detour facility is specifically detailed in the Plans, or is otherwise described or detailed as a special item, and an item for separate payment is included in the proposal,the work of constructing,maintaining, and subsequently removing such detour facilities will be paid for separately.Traffic control devices,warning devices, barriers, signing, and pavement markings for special detours will also be paid for separately. When the Plans show more than one detour, each detour will be paid for separately, at the Contract lump sum price for each. Where a separate item for a specific detour facility is included in the proposal, payment will be made under special detour. - 30- FPID(S): 428147-1-58-01,ETC. Packet Page-755- 10/8/2013 11 .A. 102-11.4 Commercial Material for Driveway Maintenance: The quantity to be paid for will be the certified volume, in cubic yards,of all materials authorized by the Engineer, acceptably placed and maintained for driveway maintenance.The volume, which is authorized to be reused, and which is acceptably salvaged,placed, and maintained in other designated driveways will be included again for payment. 102-11.5 Work Zone Signs: The number of temporary post-mounted signs (temporary regulatory,warning and guide)certified as installed/used on the project will be paid for at the Contract unit price for work zone signs. When multiple signs are located on single or multiple posts, each sign panel will be paid individually. Signs greater than 20 square feet and detailed in the Plans will be paid for under Lump Sum MOT. Temporary portable signs(excluding mesh signs)and vehicular mounted signs will be included for payment under work zone signs, only if used in accordance with the Design Standards. 102-11.6. Business Signs: The number of business signs certified as installed/used on the project will be paid for at the Contract unit price for business signs. 102-11.7 High Intensity Flashing Lights: The number of high intensity flashing lights (Type B) certified as installed/used on the project will be paid for at the Contract unit price for high intensity flashing lights (temporary-Type B). 102-11.8 Channelizing Devices: The number of Type I, Type TI, direction indicator barricade,Type III,vertical panel, drum and longitudinal channelizing devices certified as installed/used on the project meeting the requirements of Design Standards,Index No. 600 and have been properly maintained will be paid for at the Contract unit prices for barricade (temporary).Payment will be made for each channelizing device that is used to delineate trailer mounted devices.Payment will be made for channelizing devices delineating portable changeable message signs during the period beginning 14 working days before Contract Time begins as authorized by the Engineer. 102-11.9 Barrier Wall(Temporary): The Contract unit price for barrier wall (temporary)will be full compensation for furnishing, installing,maintaining, and removing the barrier wall. When called for,the Contract unit price for barrier wall (temporary/relocate)will be full compensation for relocating the barrier. The certified quantity to be paid for will be determined by the number of sections times the nominal length of each section. 102-11.10 Lights,Temporary, Barrier Wall Mount: The number of Type C steady burn lights,mounted on barrier wall, certified as installed/used on the project,meeting the requirements of the Design Standards and have been properly maintained will be paid for at the Contract unit price for lights temporary, barrier wall mount. 102-11.11 Glare Screen (Temporary): The certified quantity to be paid for will be determined by the number of sections times the nominal length of each section. 102-11.12 Temporary Crash Cushions: 102-11.12.1 Redirective: The quantity to be paid for will be the number of temporary crash cushions(redirective)certified as installed/used and maintained on the project, including object marker. 102-11.12.2 Gating: The quantity to be paid for will be the number of temporary crash cushions(gating) certified as installed/used and maintained on the project, including object marker. - 31 - FPID(S): 428147-1-58-01, ETC. Packet Page-756- 10/8/2013 11 .A. 102-11.13 Temporary Guardrail: The quantity to be paid for will be the length, in feet, of temporary guardrail constructed and certified as installed/used on the project.The length of a run of guardrail will be determined as a multiple of the nominal panel lengths. 102-11.14 Arrow Board:The quantity to be paid at the contract unit price will be for the number of arrow boards certified as installed/used on the project on any calendar day or portion thereof within the contract time. 102-11.15 Portable Changeable Message Sign: The quantity to be paid at the Contract unit price will be for the number of portable changeable message signs certified as installed/used on the project on any calendar day or portion thereof within the contract time.Payment will be made for each portable changeable message sign that is used during the period beginning fourteen working days before Contract Time begins as authorized by the Engineer. 102-11.16 Portable Regulatory Signs: The quantity to be paid for will be the number of portable regulatory signs certified as installed/used on the project on any calendar day or portion thereof within the Contract time,will be paid for the Contract unit price for portable regulatory sign. 102-11.17 Radar Speed Display Unit: The quantity to be paid for will be the number of radar speed display units certified as installed/used on the project on any calendar day or portion thereof within the Contract Time,will be paid for the Contract unit price for radar speed display unit. 102-11.18 Temporary Signalization and Maintenance: For existing intersections, the quantity to be paid for will be the number of signalized intersections per day for the full duration of the Contract. For temporary intersections, the quantity to be paid for will be the number of signalized intersections per day for the duration of the temporary intersection.No separate payment will be made for temporary signalization and maintenance at new intersections. 102-11.19 Temporary Traffic Detection and Maintenance: For existing intersections, the quantity to be paid for will be the number of signalized intersections per day beginning the day Contract Time begins and ending the day the permanent detection is operational and the final lane configuration is in place. For temporary and new intersections,the quantity to be paid for will be the number of signalized intersections per day beginning the day the temporary detection is functional and ending the day:the permanent detection is operational and the final lane configuration is in place for a new intersection; or, when the detection is removed for a temporary intersection. 102-11.20 Work Zone Pavement Markings: The quantities, furnished and installed,to be paid for will be the length of skip and solid pavement markings, and the area of pavement markings placed as follows: (a) The total transverse distance, in feet,of skip pavement marking authorized and acceptably applied. The length of actual applied line will depend on the skip ratio of the material used. Measurement will be the distance from the beginning of the first stripe to the end of the last stripe with proper deductions made for unpainted intervals as determined by plan dimensions or stations, subject to 9-1.3. (b)The net length, in feet, of solid pavement marking authorized and acceptably applied. (c)The number of directional arrows or pavement messages authorized and acceptably applied. (d)The number of temporary RPM's authorized and acceptably applied. - 32- FPID(S):428147-1-58-01,ETC. Packet Page-757- 10/8/2013 11 .A. 102-11.21 Temporary Raised Rumble Strips: The quantity to be paid for will be the number of temporary raised rumble strip sets certified as installed/used on the project on any calendar day or portion thereof within the Contract Time. 102-11.22 Temporary Lane Separator: The quantity of temporary lane separator to be paid for will be plan quantity,in feet, including drainage gaps,completed and accepted. 102-12 Submittals. 102-12.1 Submittal Instructions: Prepare a certification of quantities, using the Department's current approved form, for certified MOT payment items for each project in the Contract. Submit the certification of quantities to the Engineer. The Department will not pay for any disputed items until the Engineer approves the certification of quantities. 102-12.2 Contractor's Certification of Quantities: Request payment by submitting a certification of quantities no later than Twelve O'clock noon Monday after the estimate cut-off date or as directed by the Engineer,based on the amount of work done or completed.Ensure the certification consists of the following: (a) Contract Number,FPID Number, Certification Number, Certification Date and the period that the certification represents. (b) The basis for arriving at the amount of the progress certification, less payments previously made and less an amount previously retained or withheld. The basis will include a detail breakdown provided on the certification of items of payment in accordance with 102-13.After the initial setup of the MOT items and counts,the interval for recording the counts will be made weekly on the certification sheet unless there is a change.This change will be documented on the day of occurrence. Some items may necessitate a daily interval of recording the counts. 102-13 Basis of Payment. 102-13.1 Maintenance of Traffic(General Work): When an item of work is included in the proposal,price and payment will be full compensation for all work and costs specified under this Section except as may be specifically covered for payment under other items. 102-13.2 Traffic Control Officers: Price and payment will be full compensation for the services of the traffic control officers. 102-13.3 Special Detours: Price and payment will be full compensation for providing all detour facilities shown in the Plans and all costs incurred in carrying out all requirements of this Section for general MOT within the limits of the detour, as shown in the Plans. 102-13.4 Commercial Materials for Driveway Maintenance: Price and payment will be full compensation for all work and materials specified for this item,including specifically all required shaping and maintaining of driveways. 102-13.5 Work Zone Signs: Price and payment will be full compensation for all work and materials for furnishing signs, supports and necessary hardware, installation,relocating, maintaining and removing signs. 102-13.6. Business Signs: Price and payment will be full compensation for all materials and labor required for furnishing, installing,relocating,maintaining,and removing the signs as well as the cost of installing any logos provided by business owners. 102-13.7 High Intensity Warning Lights: Price and payment will be full compensation for furnishing, installing, operating, relocating,maintaining and removing high intensity flashing lights(Type B). - 33 - FPID(S): 428147-1-58-01,ETC. Packet Page-758- 10/8/2013 11 .A. 102-13.8 Channelizing Devices: Prices and payment will be full compensation for furnishing, installing,relocating, maintaining and removing the channelizing devices, including the costs associated with attached warning lights as required. 102-13.9 Barrier Wall(Temporary): Price and payment will be full compensation for furnishing, installing,maintaining,and removing the barrier. When called for,barrier wall (temporary) (relocate)will be full compensation for relocating the barrier. 102-13.10 Lights,Temporary,Barrier Wall Mount: Price and payment will be full compensation for all work and materials for furnishing, installing and maintaining the warning lights mounted on barrier wall.Payment will not be made for lights that are improperly placed or are not working. 102-13.11 Glare Screen (Temporary):Price and payment will be full compensation for furnishing, installing,maintaining, and removing the glare screen certified as installed/used on the project. When called for, glare screen(relocate)will be full compensation for relocating the glare screen. 102-13.12 Temporary Crash Cushion (Redirective/Gating): Price and payment will be full compensation for furnishing,installing,maintaining and subsequently removing such crash cushions. Payment for restoring damaged crash cushions will be the manufacturer's/distributor's invoice price for the new materials/parts plus 20%markup. The 20%markup is compensation for all necessary work including;but not limited to,labor,equipment, supplies and profit, as authorized by the Engineer.Additional MOT required for the repair of the crash cushion will be paid for under the appropriate MOT pay item. 102-13.13 Temporary Guardrail: Price and payment will be full compensation for furnishing all materials required for a complete installation, including end anchorage assemblies and any end connections to other structures and for installing,maintaining and removing guardrail. 102-13.14 Arrow Board: Price and payment will be full compensation for furnishing, installing,operating, relocating,maintaining and removing arrow boards. 102-13.15 Portable Changeable Message Sign: Price and payment will be full compensation for furnishing,installing, operating,relocating,maintaining and removing portable changeable message signs. 102-13.16 Portable Regulatory Signs: Price and payment will be full compensation for furnishing, installing,relocating,maintaining and removing a completely functioning system as described in these Specifications portable regulatory signs.Price and payment will be full compensation for furnishing, installing, operating,relocating, maintaining and removing portable regulatory signs. Payment will include all labor,materials, incidentals, repairs and any actions necessary to operate and maintain the unit at all times that work is being performed or traffic is being affected by construction and/or MOT operations. 102-13.17 Radar Speed Display Unit: Price and payment will be made only for a completely functioning system as described in these specifications. Payment will include all labor,hardware, accessories,signs, and incidental items necessary for a complete system. Payment will include any measurements needed to insure that the unit conforms to all specification requirements. Payment will include all labor,materials, incidentals,repairs and any actions necessary to operate and maintain the unit at all times that work is being performed or traffic is being affected by construction and/or MOT operations. Price and payment will be full - 34 - FPID(S): 428147-1-58-01,ETC. Packet Page-759- 10/8/2013 11 .A. compensation for furnishing,installing, operating, relocating,maintaining and removing radar speed display unit. 102-13.18 Temporary Signalization and Maintenance: Price and payment will constitute full compensation for furnishing, installing, operating,maintaining and removing temporary traffic control signals including all equipment and components necessary to provide an operable traffic signal.Payment will be withheld for each day at each intersection where the temporary signalization is not operational within 12 hours after notification. 102-13.19 Temporary Traffic Detection and Maintenance: Price and payment will constitute full compensation for furnishing, installing, operating,maintaining and removing temporary traffic detection including all equipment and components necessary to provide an acceptable signalized intersection. Take ownership of all equipment and components.Payment will be withheld for each day at each intersection where the temporary detection is not operational within 12 hours after notification. 102-13.20 Temporary Raised Rumble Strips: Price and payment will be full compensation for all work and materials described in this Section,including all cleaning and preparing of surfaces, disposal of all debris, furnishing of all materials,application, curing, removal, reinstalling and protection of all items, protection of traffic, furnishing of all tools, machines and equipment,and all incidentals necessary to complete the work. 102-13.21 Work Zone Pavement Markings: Price and payment will be full compensation for all work specified including, all cleaning and preparing of surfaces,furnishing of all materials, application, curing and protection of all items,protection of traffic, furnishing of all tools, machines and equipment, and all incidentals necessary to complete the work.Final payment will be withheld until all deficiencies are corrected. Removable tape may be substituted for work zone paint at no additional cost to the Department. Payment for temporary RPMs used to supplement line markings will be paid for under temporary retroreflective pavement markers. Install these markers as detailed in the Design Standards. 102-13.22 Temporary Lane Separator: Price and payment will be full compensation for all work specified in this Section. 102-13.23 Payment Items: Payment will be made under: Item No. 102- 1- Maintenance of Traffic- lump sum. Item No. 102- 2- Special Detour- lump sum. Item No. 102- 3- Commercial Material for Driveway Maintenance -per cubic yard. Item No. 102- 14- Traffic Control Officer- per hour. Item No. 102-60- Work Zone Sign-per each per day. Item No. 102- 61- Business Sign- each. Item No. 102- 71- Barrier Wall -per foot. Item No. 102- 75- Temporary Lane Separator- per foot Item No. 102-94- Glare Screen-per foot. Item No. 102- 73- Guardrail (Temporary)-per foot. Item No. 102-74- Barricade (Temporary)-per each per day. Item No. 102- 76- Arrow Board-per each per day. Item No. 102-77- High Intensity Flashing Lights(Temporary-Type B) -per each per day. - 35 - FPID(S):428147-1-58-01,ETC. Packet Page-760- 10/8/2013 11.A. Item No. 102- 78- Temporary Retroreflective Pavement Markers-each. Item No. 102-79- Lights,Temporary, Barrier Wall Mount-per each per day. Item No. 102- 81- Crash Cushion(Gating) (Temporary)-per location. Item No. 102- 89- Crash Cushion(Redirective)(Temporary)-per location. Item No. 102- 99- Portable Changeable Message Sign(Temporary) -per each per day. Item No. 102-104- Temporary Signalization and Maintenance-per intersection per day. Item No. 102-107- Temporary Traffic Detection and Maintenance-per intersection per day. Item No. 102-150- Portable Regulatory Sign-per each per day. Item No. 102-150- Radar Speed Display Unit-per each per day. Item No. 102-910- Temporary Raised Rumble Strip Set-per set per day item No. 102-911- Removable Tape (White/Black) -per foot. Item No. 102-912- Removable Tape (Yellow)-per foot. Item No. 710- Painted Pavement Markings. Item No. 711- Thermoplastic Traffic Stripes and Markings. 346 PORTLAND CEMENT CONCRETE. (REV 10-9-12)(1-13) SECTION 346(Pages 305—325) is deleted and the following substituted: SECTION 346 PORTLAND CEMENT CONCRETE 346-1 Description. Use concrete composed of a mixture of portland cement,aggregate,water,and,where specified, admixtures,pozzolan and ground granulated blast furnace slag.Deliver the portland cement concrete to the site of placement in a freshly mixed,unhardened state. Obtain concrete from a plant that is currently on the list of Producers with Accepted Quality Control Programs.Producers seeking inclusion on the list shall meet the requirements of 105-3. If the concrete production facility's Quality Control Plan is suspended,the Contractor is solely responsible to obtain the services of another concrete production facility with an accepted Quality Control Plan or await the re-acceptance of the affected concrete production facility's Quality Control Plan prior to the placement of any further concrete on the project. There will be no changes in the contract time or completion dates.Bear all delay costs and other costs associated with the concrete production facility's Quality Control Plan acceptance or re- acceptance. 346-2 Materials. 346-2.1 General: Meet the following requirements: Coarse Aggregate Section 901 Fine Aggregate* Section 902 Portland Cement Section 921 - 36- FPID(S):428147-1-58-01,ETC. Packet Page-761- 10/8/2013 11.A. Water Section 923 Admixtures** Section 924 Pozzolans and Slag Section 929 *Use only silica sand except as provided in 902-5.2.3. **Use products listed on the Department's Qualified Products List(QPL). Do not use materials containing hard lumps, crusts or frozen matter,or that is contaminated with dissimilar material in excess of that specified in the above listed Sections. 346-2.2 Types of Cement: Unless a specific type of cement is designated elsewhere,use Type 1,Type IP, Type IS, Type II,Type II (MH) or Type III cement in all classes of concrete. Use Type II(MH)for all mass concrete elements. Use only the types of cements designated for each environmental condition in structural concrete. A mix design for a more aggressive environment may be substituted for a lower aggressive environmental condition. - 37- FPID(S):428147-1-58-01,ETC. Packet Page-762- 10/8/2013 1 1 .A. TABLE 1 BRIDGE SUPER_STRUCTURES Component Slightly Aggressive Moderately Aggressive Extremely Aggressive Environment Environment Environment Precast Superstructure and Prestressed Type I or Type III Type I,Type II,Type Type II(MH) Elements III,Type IP,or Type IS Cast In Place Type I Type I,Type II,Type Type II(MH) IP, or Type IS BRIDGE SUBSTRUCTURE, DRAINAGE STRUCTURES AND OTHER STRUCTURES All Elements Type I or Type III Type i'or Type CIS e Type II(MH) 346-2.3 Pozzolans and Slag: Fly ash or slag materials are required in all classes of concrete. Use fly ash or slag materials as a cement replacement, on an equal weight replacement basis with the following limitations: (1)Mass Concrete: a. Fly Ash -Ensure that the quantity of cement replaced with fly ash is 18%to 50%by weight, except where the core temperature is expected to rise above 165°F. In that case, ensure that the percentage of fly ash is 35%to 50%by weight. b. Slag-Ensure that the quantity of cement replaced with slag is 50%to 70%by weight.Ensure that slag is 50%to 55%of total cementitious content by weight when used in combination with silica fume, ultrafine fly ash and/or metakaolin. c. Fly Ash and Slag - Ensure that there is at least 20% fly ash by weight and 40%portland cement by weight for mixes containing portland cement,fly ash and slag. (2)Drilled Shaft: a. Fly Ash-Ensure that the quantity of cement replaced with fly ash is 33%to 37%by weight. b. Slag-Ensure that the quantity of cement replaced with slag is 58%to 62%by weight. (3) Precast Concrete—Ensure that the precast concrete has a maximum of 25% fly ash or a maximum of 70%slag. In extremely aggressive environments,ensure that the precast concrete has a minimum of 18%fly ash or a minimum of 50%slag. (4)For all other concrete uses not covered in(1), (2)and (3) above, a.Fly Ash -Ensure that the quantity of cement replaced with fly ash is 18%to 30%by weight. b. Slag-Ensure that the quantity of cement replaced with slag is 25%to 70% for slightly and moderately aggressive environments and 50%to 70%by weight when used in extremely aggressive environments. Ensure that slag is 50%to 55%of total cementitious content by weight when used in combination with silica fume, ultra fine fly ash and/or metakaolin. c.Fly Ash and Slag(Ternary Blend) -Ensure that there is at least 20%fly ash by weight and 40%portland cement by weight for mixes containing portland cement,fly ash and slag. (5)Blended Cements: - 38- FPID(S): 428147-1-58-01,ETC. Packet Page-763- 10/8/2013 11 .A. a. Type IS -Ensure that the quantity of slag in Type IS is less than or equal to 70%by weight. b. Type IP -Ensure that the quantity of the pozzolan in Type IP is less than or equal to 40%by weight. (6) Silica Fume,Metakaolin and Ultrafine Fly Ash-When silica fume, metakaolin or ultrafine fly ash is used, it must be used in combination with fly ash or slag. a.Silica Fume - Ensure that the quantity of cementitious material replaced with silica fume is 3%to 9%by weight. b. Metakaolin -Ensure that the quantity of cementitious material replaced with metakaolin is 8%to 12%by weight. c. Ultrafine Fly Ash -Ensure that the quantity of cementitious material replaced with ultrafine fly ash is 8%to 12%by weight. d. Cure in accordance with the manufacturer's recommendation and as approved by the Engineer. 346-2.4 Coarse Aggregate Gradation: Produce all concrete using Size No. 57, 67 or 78 coarse aggregate. With the Engineer's approval, Size No. 8 or Size No. 89 may be used either alone or blended with Size No. 57, 67 or 78 coarse aggregate. The Engineer will consider requests for approval of other gradations individually. Submit sufficient statistical data to establish production quality and uniformity of the subject aggregates,and establish the quality and uniformity of the resultant concrete. Furnish aggregate gradations sized larger than nominal maximum size of 1.5 inch as two components. For Class I and Class II, excluding Class 11 (Bridge Deck),the coarse and fine aggregate gradation requirements set forth in Sections 901 and 902 are not applicable and the aggregates may be blended;however,the aggregate sources must be approved by the Department.Do not blend the aggregate if the size is smaller than Size No. 78. 346-2.5 Admixtures: Use admixtures in accordance with the requirements of this subarticle. Chemical admixtures not covered in this subarticle may be approved by the Department. Submit statistical evidence supporting successful laboratory and field trial mixes which demonstrate improved concrete quality or handling characteristics. Use admixtures in accordance with the manufacturer's recommended dosage rate. Dosage rates outside of this range may be used with written recommendation from the admixture producer's technical representative. Do not use admixtures or additives containing calcium chloride (either in the raw materials or introduced during the manufacturing process) in reinforced concrete. 346-2.5.1 Water-Reducer/Water-Reducer Retardant Admixtures: When a water-reducing admixture is used,meet the requirements of a Type A. When a water-reducing and retarding admixture is used,meet the requirements of a Type D. 346-2.5.2 Air Entrainment Admixtures: Use an air entraining admixture in all concrete mixes except counterweight concrete. For precast concrete products,the use of air entraining admixture is optional for Class I and Class II concrete. 346-2.5.3 High Range Water-Reducing Admixtures: 346-2.5.3.1 General: When a high range water-reducing admixture is used,meet the requirements of a Type F or Type I. When a high range water-reducing and retarding admixture is used,meet the requirements of a Type G or Type II. Do not use Type I,H, F or G admixtures in drilled shaft concrete. When silica fume or metakaolin is incorporated into a concrete mix design, use a high range water-reducing admixture Type I,II,F or G. - 39- FPID(S): 428147-1-58-01,ETC. Packet Page -764- 10/8/2013 11.A. 346-2.5.3.2 Flowing Concrete Admixtures for Precast/Prestressed Concrete: Use a Type I,II, F or G admixture for producing flowing concrete. If Type F or G admixture is used,verify the distribution of aggregates in accordance with ASTM C 1610 except allow for minimal vibration for consolidating the concrete. The maximum allowable difference between the static segregation is less than or equal to 15 percent.Add the flowing concrete admixtures at the concrete production facility. 346-2.5.4 Corrosion Inhibitor Admixture:Use only with concrete containing Type II cement,or Type II(MH) cement,and a water-reducing retardant admixture,Type D, or High Range Water-Reducer retarder admixture,Type G,to normalize the setting time of concrete.Ensure that all admixtures are compatible with the corrosion inhibitor admixture. 346-2.5.5 Accelerating Admixture for Precast Concrete: The use of non- chloride admixtures Type C or Type E is allowed in the manufacturing of precast concrete products that are used in slightly aggressive environments. 346-3 Classification,Strength, Slump and Air Content. 346-3.1 General: The separate classifications of concrete covered by this Section are designated as Class I,Class II, Class III, Class IV, Class V and Class VI. Strength and slump are specified in Table 2. The air content range for all classes of concrete is 1.0 to 6.0%, except for Class IV(Drilled Shaft)which is 0.0 to 6.0%. Substitution of a higher class concrete in lieu of a lower class concrete may be allowed when the substituted concrete mixes are included as part of the Contractor's Quality Control Plan, or for precast concrete,the Precast Concrete Producer's Quality Control Plan. The substituted higher class concrete must meet or exceed the requirements of the lower class concrete and both classes must contain the same types of mix ingredients. When the compressive strength acceptance data is less than the minimum compressive strength of the higher design mix, notify the Engineer.Acceptance is based on the requirements in Table 2 for the lower class concrete. TABLE 2 Class of Concrete Specified Minimum Strength(28- Target Slump Value (inches) day)(psi) (c) STRUCTURAL CONCRETE I(a) 3,000 3 (b) I (Pavement) 3,000 2 11(a) 3,400 3 (b) II(Bridge Deck) 4,500 3 (b) III (e) 5,000 3 (b) III (Seal) 3,000 8 IV 5,500 3 (b)(d) IV(Drilled Shaft) 4,000 8.5 V(Special) 6,000 3 (b)(d) V 6,500 3 (b)(d) VI 8,500 3 (b) (d) - 40- FPID(S): 428147-1-58-01, ETC. Packet Page-765- 10/8/2013 11.A. (a)For precast three-sided culverts,box culverts,endwalls, inlets, manholes and junction boxes,the target slump value and air content will not apply. The maximum allowable slump is 6 inches, except as noted in(b). The Contractor is permitted to use concrete meeting the requirements of ASTM C 478 4,000 psi in lieu of Class I or Class II concrete for precast endwalls, inlets,manholes and junction boxes. (b)The Engineer may allow a higher target slump when a Type F, G, I or II admixture is used, except when flowing concrete is used. The maximum target slump shall be 7 inches. (c)For a reduction in the target slump for slip-form operations, submit a revision to the mix design to the Engineer. (d) When the use of silica fume, ultrafine fly ash,or metakaolin is required as a pozzolan in Class IV, Class V, Class V(Special)or Class VI concrete,ensure that the concrete exceeds a resistivity of 29 KOhm-cm at 28 days, when tested in accordance with FM 5- 578. Submit three 4 x 8 inch cylindrical test specimens to the Engineer for resistivity testing before mix design approval. Take the resistivity test specimens from the concrete of the laboratory trial batch or from the field trial batch of at least 3 cubic yards.Verify the mix proportioning of the design mix and take representative samples of trial batch concrete for the required plastic and hardened property tests. Cure the field trial batch specimens similar to the standard laboratory curing methods. Submit the resistivity test specimens at least 7 calendar days prior to the scheduled 28 day test. The average resistivity of the three cylinders, eight readings per cylinder, is an indicator of the permeability of the concrete mix. (e)When precast three-sided culverts,box culverts, endwalls, inlets, manholes or junction boxes require a Class III concrete,the minimum cementitious materials is 470 pounds per cubic yard. Do not apply the air content range and the maximum target slump shall be 6 inches, except as allowed in(b). 346-3.2 Drilled Shaft Concrete: Notify the Engineer at least 48 hours before placing drilled shaft concrete.Obtain slump loss tests results demonstrating that the drilled shaft concrete maintains a slump of at least 5 inches throughout the concrete elapsed time before drilled shaft concrete operations begin, using personnel meeting the requirements of Section 105. The concrete elapsed time is defined in Section 455. Obtain the Engineer's approval for use of slump loss test results including elapsed time before concrete placement begins. Test each load of concrete for slump to ensure the slump is within the limits of 346-6.4. If the elapsed time during placement exceeds the slump loss test data,cast cylinders to verify the strength.Provide an engineering analysis preformed by a Professional Engineer,registered in the State of Florida,knowledgeable in the area of foundations, to determine if the shaft is structurally sound and there are no voids in the drilled shaft concrete. At the direction of the Engineer, excavate the drilled shaft for inspection. Obtain approval from the Engineer before placing any additional shafts. 346-3.3 Mass Concrete: When mass concrete is designated in the Contract Documents, provide an analysis of the anticipated thermal developments in the mass concrete elements for all expected project temperature ranges using the selected mix design, casting procedures,and materials. Use a Specialty Engineer competent in the design and temperature control of concrete in mass elements. The Specialty Engineer shall follow the procedure outlined in - 41 - FPID(S):428147-1-58-01,ETC. Packet Page-766- 10/8/2013 11.A. Section 207 of the ACI Manual of Concrete Practice to formulate, implement, administer and monitor a temperature control plan,making adjustments as necessary to ensure compliance with the Contract Documents.The Specialty Engineer shall select the concrete design mix proportions that will generate the lowest maximum temperatures possible to ensure that a 35°F differential temperature between the concrete core and the exterior surface is not exceeded.The mass concrete maximum allowable temperature is 180°F. If either the differential temperature or the maximum allowable temperature is exceeded,the Specialty Engineer shall be available for immediate consultation. Describe the measures and procedures intended for use to maintain a temperature differential of 35°F or less between the interior core center and exterior surface(s)of the designated mass concrete elements during curing. Submit both the mass concrete mix design and the proposed mass concrete plan to monitor and control the temperature differential to the Engineer for acceptance.Provide temperature monitoring devices to record temperature development between the interior core center and exterior surface(s)of the elements in accordance with the accepted mass concrete plan. The Specialty Engineer, or a qualified technician employed by the Specialty Engineer,must personally inspect and approve the installation of monitoring devices and verify that the process for recording temperature readings is effective for the first placement of each size and type mass component. Submit to the Engineer for approval the qualification of all technicians employed to inspect or monitor mass concrete placements. For placements other than the first, designate an employee(s) approved by the Specialty Engineer,as qualified to inspect monitoring device installation,to record temperature readings,to be in contact at all times with the Specialty Engineer if adjustments must be made as a result of the temperature differential or the maximum allowable temperature being exceeded, and to immediately implement adjustments to temperature control measures as directed by the Specialty Engineer. Read the monitoring devices and record the readings at intervals no greater than 6 hours. The readings will begin when the mass concrete placement is complete and continue until the maximum temperature differential and the temperature is reached and a decreasing temperature differential is confirmed as defined in the temperature control plan. Do not remove the temperature control mechanisms until the core temperature is within 50°F of the ambient temperature. Furnish a copy of all temperature readings to the Engineer as they are recorded,the determined temperature differentials and a final report within three calendar days of completion of monitoring of each element. If the 35°F differential or the 180°F maximum allowable temperature has been exceeded,take immediate action as directed by the Specialty Engineer to retard further growth of the temperature differential. Describe methods of preventing thermal shock in the temperature control plan.Use a Specialty Engineer to revise the previously accepted plan to ensure compliance on future placements.Do not place any mass concrete until the Engineer has accepted the mass concrete plan(s). When mass concrete temperature differentials or maximum allowable temperature has been exceeded,provide all analyses and test results deemed necessary by the Engineer for determining the structural integrity and durability of the mass concrete element, to the satisfaction of the Engineer. The Department will make no compensation, either monetary or time, for the analyses or tests or any impacts upon the project. 346-3.4 Flowing Concrete for Precast/Prestressed Concrete: Produce flowing concrete mix with target slump of 9 inches. - 42- FPID(S): 428147-1-58-01, ETC. Packet Page-767- 10/8/2013 11.A. Subsequent to the laboratory trial batch, perform a field demonstration of the proposed mix design by production and placement of at least three batches, 3 cubic yard minimum size each,of concrete containing flowing concrete HRWR admixture.Take representative samples from each batch and perform slump,air content, density (unit weight), and temperature tests on these samples. Cast specimens from each sample for compressive strength tests. Record the ambient air temperature during the test. Ensure that the concrete properties are within the required specification limits.The plants that are producing concrete with batch sizes of less than 3 cubic yards are required to produce and place at least a total amount of 9 cubic yards and perform the aforementioned tests on at least three randomly selected batches. Determine the workability of the demonstration concrete batches by performing the slump tests on the samples taken at 15 minute intervals from each batch. Continue sampling and testing until the slump measures 6 inches or less.From the plot of slump versus time, determine the time for each batch when the slump is at 7.5 inches. The shortest time period determined from three consecutive batches, at 7.5 inches slump, is considered the cutoff time of the proposed concrete mix.For production concrete, ensure that the time between the batching and depositing of each load of concrete is less than the cutoff time of the mix and also does not exceed the allowable time limit specified in this Section. Ensure that the demonstration concrete is mixed, delivered,placed,consolidated and cured in accordance with the proposed method and sequence. Produce the flowing concrete batches at slumps between 7.5 inches to 10.5 inches. Perform inspection of the demonstration concrete during batching, delivery, placement and post placement.During placement, ensure that the concrete batches meet all plastic property requirements of the specifications and maintain their cohesive nature without excessive bleeding, segregation,or abnormal retardation. Dispose of concrete produced for demonstration purposes at no expense to the Department. Subject to the Engineer's approval, the Contractor may incorporate this concrete into non-reinforced concrete items and may be included for payment, provided it meets Contract requirements for slump, entrained air, and strength. After removal of the forms, perform the post-placement inspection of the in-place concrete. Observe for any signs of honeycombs, cracks,aggregate segregation or any other surface defects and ensure that the hardened concrete is free from these deficiencies.The Engineer may require saw cutting of the mock-up products to verify the uniform distribution of the aggregates within the saw cut surfaces and around the reinforcing steel and prestressing strands. The Engineer will require saw cutting of the demonstration mock-up products for plants that are demonstrating the use of the flowing concrete for the first time. Obtain core samples from different locations of mock-up products to inspect the aggregate distribution in each sample and compare it with the aggregate distribution of other core samples. Perform surface resistivity tests on the core samples or test cylinders at 28 days. Submit the results of the laboratory trial batch tests and field demonstration of verified test data and inspection reports to the Engineer,along with certification stating that the results of the laboratory trial batch tests and field demonstration tests indicate that the proposed concrete mix design meets the requirements of the specifications.For the proposed mix design, state the anticipated maximum time limit between the batching and when the concrete of each batch is deposited during the production. - 43 - FPID(S): 428147-1-58-01, ETC. Packet Page-768- 10/8/2013 11 .A. Upon the review and verification of the laboratory trial batch, field demonstration test data, inspection reports and contractor's certification statement,the Department will approve the proposed mix design. The Department may approve proposed flowing concrete mixes, centrally mixed at the placement site,without the production of demonstration batches,provided that the proposed mix meets the following two criteria: (1)A previously approved flowing concrete mix of the same class has demonstrated satisfactory performance under the proposed job placing conditions with a minimum of fifteen consecutive Department acceptance tests,which met all plastic and hardened concrete test requirements. (2)The cementitious materials and chemical admixtures, including the flowing concrete HRWR admixture,used in the proposed mix are the same materials from the same source used in the previously approved mix, (1)above. Do not produce or place concrete until the design mixes have been approved. 346-4 Composition of Concrete. 346-4.1 Master Proportion Table: Proportion the materials used to produce the various classes of concrete in accordance with Table 3: TABLE 3 Class of Minimum Total Cementitious Materials Maximum Water to Cementitious Concrete Content pounds per cubic yard Materials Ratio pounds per pounds* I 470 0.53 I(Pavement) 470 0.50 II 470 0.53 II (Bridge 611 0.44 Deck) III 611 0.44 III(Seal) 611 0.53 IV 658 0.41** IV(Drilled 658 0.41 Shaft) V(Special) 752 0.37** V 752 0.37** VI 752 0.37** *The calculation of the water to cementitious materials ratio(wlcm)is based on the total cementitious material including cement and any supplemental cementitious materials that are used in the mix. **When the use of silica fine or metakaolin is required,the maximum water to cementitious material ratio will be 0.35. When the use of ultrafine fly ash is required,the maximum water to cementitious material ratio will be 0.30. 346-4.2 Chloride Content Limits for Concrete Construction: 346-4.2.1 General: Use the following maximum chloride content limits for the concrete application and/or exposure environment shown: TABLE 4 - 44 - FPID(S): 428147-1-58-01,ETC. Packet Page -769- 10/8/2013 11 .A. Maximum Allowable Application/Exposure Environment Chloride Content, pounds per cubic yard ,Non Reinforced Concrete No Test Needed Reinforced Concrete Slightly Aggressive Environment 0.70 Moderately or Extremely Aggressive Environment 0.40 Prestressed Concrete 0.40 346-4.2.2 Control Level for Corrective Action: If chloride test results exceed the limits of Table 4, suspend concrete placement immediately for every mix design represented by the failing test results, until corrective measures are made. Perform an engineering analysis to demonstrate that the material meets the intended service life of the structure on all concrete represented by the failing chloride test results. Supply this information within 30 business days of the failing test results from a Professional Engineer,registered in the State of Florida and knowledgeable in the areas of corrosion and corrosion control. 346-5 Sampling and Testing Methods. Perform concrete sampling and testing in accordance with the following methods: TABLE 5 Description Method Slump of Hydraulic Cement Concrete ASTM C 143 Air Content of Freshly Mixed Concrete by the Pressure Method* ASTM C 231 Air Content of Freshly Mixed Concrete by the Volumetric Method* ASTM C 173 Making and Curing Test Specimens in the Field** ASTM C 31 Compressive Strength of Cylindrical Concrete Specimens*** ASTM C 39 Obtaining and Testing Drilled Core and Sawed Beams of Concrete ASTM C 42 Initial Sampling of Concrete from Revolving Drum Truck Mixers or Agitators FM 5-501 Low Levels of Chloride in Concrete and Raw Materials FM 5-516 Density (Unit Weight), Yield and Air Content(Gravimetric) of Concrete ASTM C 138 Temperature of Freshly Mixed Portland Cement Concrete ASTM C 1064 Sampling Freshly Mixed Concrete**** ASTM C 172 Static Segregation of Self Consolidating Concrete using Column Techniques ASTM C 1610 Slump Flow of Self Consolidating Concrete ASTM C 1611 Passing Ability of Self Consolidating Concrete by J-Ring ASTM C 1621 Concrete Resistivity as an Electrical Indicator of its Permeability FM 5-578 - 45 - FPID(S): 428147-1-58-01,ETC. Packet Page-770- 10/8/2013 11.A. TABLE 5 Description Method *Use the same type of meter for QC tests as the Department uses for Verification testing.When using pressure type meters,use an aggregate correction factor determined by the concrete producer for each mix design to be tested.Record and certify test results for correction factors for each type of aggregate at the concrete production facility. **Provide curing facilities that have the capacity to store all QC,Verification,"hold"and Independent Verification cylinders simultaneously for the initial curing. ***The Verification technician will use the same size cylinders as the Quality Control technician. ****Take the test sample from the middle portion of the batch in lieu of collecting and compositing samples from two or more portions.as described in ASTM C 172. 346-6 Control of Quality. 346-6.1 General:Develop a Quality Control Plan (QCP) as specified in Section 105. Meet the requirements of the approved QCP and Contract Documents. Ensure the QCP includes the necessary requirements to control the quality of the concrete. Perform QC activities to ensure materials, methods,techniques,personnel, procedures and processes utilized during production meet the specified requirements.For precast/prestressed operations,ensure that the QC testing is performed by the producer. Accept the responsibility for QC inspections on all phases of work.Ensure all materials and workmanship incorporated into the project meet the requirements of the Contract Documents. Ensure the QCP includes any anticipated requirements for adjusting and controlling the concrete at the placement site. Include the testing procedures that will be implemented to control the quality of the concrete and ensure that concrete placed is within the tolerance range.Also, include provisions for the addition of water to concrete delivered to the placement site at designated level areas,to ensure the allowable amount of water stated on the concrete delivery ticket is correct and the maximum water to cementitious materials ratio on the approved design mix is not exceeded. Ensure the anticipated ranges of jobsite water additions are described and the proposed methods of measuring water for concrete adjustments are included. Failure to meet the requirements of this Specification or the QCP will automatically void the concrete portion of the QCP. To obtain QCP re-approval, implement corrective actions as approved by the Engineer. The Engineer may allow the Contractor to continue any ongoing concrete placement but the Engineer will not accept concrete for any new placement until the QCP re-approval is given by the Engineer. 346-6.2 Concrete Design Mix: Provide concrete that has been produced in accordance with a Department approved design mix, in a uniform mass free from balls and lumps. For slump target values in excess of 6 inches or self consolidating concrete, utilize a grate over the conveyance equipment to capture any lumps or balls that may be present in the mix.The grate must cover the entire opening of the conveyance equipment and have an opening that is a maximum of 2 112 inches in any one direction. Remove the lumps or balls from the grate and discard them.Discharge the concrete in a manner satisfactory to the Engineer. Perform demonstration batches to ensure complete and thorough placements in complex elements,when requested by the Engineer. Do not place concretes of different compositions such that the plastic concretes may combine,except where the plans require concrete both with and without silica fume, ultrafine fly ash, metakaolin or calcium nitrite in a continuous placement. Produce these concretes using separate design mixes.For example, designate the mix with calcium nitrite as the original mix and the mix without calcium nitrite as the redesigned mix.Ensure that both mixes - 46- FPID(S): 428147-1-58-01, ETC. Packet Page-771- 10/8/2013 11 .A. contain the same cement, fly ash or slag, coarse and fine aggregates and compatible admixtures. Submit both mixes for approval as separate mix designs, both meeting all requirements of this Section.Ensure that the redesigned mix exhibits plastic and hardened qualities which are additionally approved by the Engineer as suitable for placement with the original mix.The Engineer will approve the redesigned mix for commingling with the original mix and for a specific project application only.Alternately,place a construction joint at the location of the change in concretes. 346-63 Delivery Certification: Ensure that an electronic delivery ticket is furnished with each batch of concrete before unloading at the placement site. The delivery ticket may be proprietary software or in the form of an electronic spreadsheet,but shall be printed.Ensure that the materials and quantities incorporated into the batch of concrete are printed on the delivery ticket. Include the following information on the Delivery Ticket: (1)Arrival time at jobsite, (2)Time that concrete mix has been completely discharged, (3)Number of revolutions upon arrival at the jobsite, (4)Total gallons of water added at the jobsite, (5)Additional mixing revolutions when water is added, (6)Total number of revolutions. Items 3 through 6 do not apply to non-agitating concrete transporting vehicles. Ensure the batcher responsible for production of the batch of concrete signs the delivery ticket, certifying the batch of concrete was produced in accordance with the Contract Documents. Sign the delivery ticket certifying that the design mix maximum specified water to ofkleifik cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch of concrete, and that the batch of concrete was delivered and placed in accordance with the Contract Documents. 346-6.4 Plastic Property Tolerances: Do not place concrete with a slump more than plus or minus 1.5 inches from the target slump value specified in Table 2. Reject concrete with slump or air content that does not fall within the specified tolerances and immediately notify the concrete production facility that an adjustment of the concrete mixture is required. If a load does not fall within the tolerances,test each subsequent load and the first adjusted load. If failing concrete is not rejected or adjustments are not implemented,the Engineer may reject the concrete and terminate further production until the corrections are implemented. Do not allow concrete to remain in a transporting vehicle to reduce slump. Water may be added only upon arrival of the concrete to the jobsite and not thereafter. 346-7 Mixing and Delivering Concrete. 346-7.1 General Requirements: Operate all concrete mixers at speeds and volumes per the manufacturer's design or recommendation as stipulated on the mixer rating plate. 346-7.2 Transit Truck Mixing: When water is added at the jobsite, mix the concrete 30 additional drum mixing revolutions. Do not add water after the total number of drum mixing revolutions exceeds 130,do not make additional mix adjustments.Discharge all concrete from truck mixers before total drum revolutions exceed 300. Seek approval from the Engineer prior to using a central mixer and depositing the batch into a truck mixer. 346-7.2.1 Transit Time: Ensure compliance with Table 6 between the initial introduction of water into the mix and completely discharging all of the concrete from the truck: - 47- FPID(S): 428147-1-58-01,ETC. Packet Page-772- 10/8/2013 11 .A. TABLE 6 Maximum Allowable Time Non-Agitator Trucks Agitator Trucks 45 minutes 60 minutes 75 minutes* 90 minutes* *When a water-reducing and retarding admixture(Type D,Type G or Type II)is used 346-7.2.2 Placement Time: All the concrete in a load must be in its final placement position a maximum of 15 minutes after the transit time has expired unless a time extension is approved in advance by the Engineer. 346-7.3 On-site Batching and Mixing: Include provisions in the QCP for the mixing at the site.Use a mixer of sufficient capacity to prevent delays that may be detrimental to the quality of the work. Ensure that the accuracy of hatching equipment is in accordance with requirements of this Section. 346-7.4 Concreting in Cold Weather: Do not mix or place concrete when the air temperature is below 45°F. Protect the fresh concrete from freezing in accordance with Section 400.The requirements of concreting in cold weather are not applicable to precast concrete mixing and placement operations occurring in a temperature controlled environment. 346-7.5 Concreting in Hot Weather: Hot weather concreting is defined as the production,placing and curing of concrete when the concrete temperature at placing exceeds 86°F but is less than 100°F. Unless the specified hot weather concreting measures are in effect, reject concrete exceeding 86°F at the time of placement. Regardless of special measures taken,reject concrete exceeding 100°F. Predict the concrete temperatures at placement time and implement hot weather measures to avoid production shutdown. 346-7.6 Adding Water to Concrete at the Placement Site: Perform an initial slump test before the addition of water at the jobsite. If the slump,as delivered, is outside the tolerance range,reject the load. If the slump is within the tolerance range,that load may be adjusted by adding water provided the addition of water does not exceed the water to cementitious materials ratio as defined by the mix design.After adding water,perform a slump test to confirm the concrete is within the slump tolerance range. If an adjustment is made at the concrete production facility, perform a slump test on the next load to ensure the concrete is within the slump tolerance range. Do not place concrete represented by slump test results outside of the tolerance range. Include water missing from the water storage tanks upon arrival at the project site in the jobsite water added. 346-7.7 Sample Location: Obtain acceptance samples from the point of final placement. Describe in the QCP the method to sample the plastic concrete at the point of final placement. Where concrete buckets are used to discharge concrete directly to the point of final placement or into the hopper of a tremie pipe, samples will be obtained from the discharge of the bucket. When the concrete is discharged directly from the mixer into the bucket and the bucket is discharged within 20 minutes, samples may be obtained from the discharge of the mixer. - 48- FPID(S): 428147-1-58-01,ETC. Packet Page-773- 10/8/2013 11 .A. Where conveyor belts,troughs,pumps, or chutes are used to transport concrete directly to the point of final placement or into the hopper of a tremie pipe, samples will be obtained from the discharge end of the entire conveyor belt,trough,pump,or chute system. Where concrete is placed in a drilled shaft or other element using a tremie pipe and a concrete pump, samples will be obtained from the discharge of the pump line at the location of the tremie hopper. For all other placement methods,prior to each placement, obtain Department approval for sampling at the discharge of the mixer in lieu of sampling at the point of final placement.Describe the sampling correlation procedure in the QCP. Once the comparative sampling correlation is approved by the Engineer, apply this correlation to the plastic properties tolerances for samples obtained from the discharge of mixer. Where a concrete pump is used to deposit concrete directly into a drilled shaft which is a wet excavation without the use of a tremie, or other applications as approved by the Engineer, ensure the discharge end of the pump line remains immersed in the concrete at all times after starting concrete placement. 346-8 Plastic Concrete Sampling and Testing. QC tests include air content,temperature, slump,and preparing compressive strength cylinders for testing at later dates. In addition,calculate the water to cementitious materials ratio in accordance with FM 5-501 for compliance to the approved mix design. Ensure that each truck has a rating plate and a valid mixer identification card issued by the Department. Ensure that the revolution counter on the mixer is working properly, and calibration of the water dispenser has been performed within the last twelve months.Reject any concrete batches that are delivered in trucks that do not have mixer identification cards. Remove . the mixer identification card when a truck mixer is discovered to be in noncompliance and the mixer deficiencies cannot be repaired immediately. When the mixer identification card is removed for noncompliance, make note of the deficiency or deficiencies found,and forward the card to the District Materials and Research Engineer who has Producer QC Plan acceptance authority. Perform plastic concrete tests on the initial delivery of each concrete design mix each day. Ensure QC technicians meeting the requirements of Section 105 are present and performing tests throughout the placement operation. Ensure one technician is present and performing tests throughout the placement operation at each placement site. If a project has multiple concrete placements at the same time, identify the number of technicians in the Quality Control Plan to ensure minimum sampling and testing frequencies are met. Ensure that the equipment used for delivery,placement and finishing meets the requirements of this Specification. When a truck designated for QC testing arrives at the discharge site, a subsequent truck may also discharge once a representative sample has been collected from the QC truck and while awaiting the results of QC testing. Reject non-complying loads at the jobsite. Ensure that corrections are made on subsequent loads. Immediately cease concrete discharge of all trucks if the QC truck has failing test. Perform plastic properties tests on all trucks prior to the first corrected truck and the corrected truck. When more than one truck is discharging into a pump simultaneously,only the truck designated for QC testing may discharge into the pump to obtain a representative sample of concrete from the QC truck only. Furnish sufficient concrete of each design mix as required by the Engineer for verification testing. When the Engineer's verification test results do not compare with the QC plastic properties test results,within the limits defined by the Independent Assurance (1A) , - 49 - FPID(S): 428147-1-58-01,ETC. Packet Page-774- 10/8/2013 11.A. checklist comparison criteria, located in Materials Manual Chapter 5, disposition of the concrete will be at the option of the Contractor. On concrete placements consisting of only one load of concrete,perform initial sampling and testing in accordance with this Section.The acceptance sample and plastic properties tests may be taken from the initial portion of the load. If any of the QC plastic properties tests fail,reject the remainder of that load,and any other loads that have begun discharging,terminate the LOT and notify the Engineer. Make cylinders representing that LOT from the same sample of concrete. Following termination of a LOT,obtain samples from a new load,and perform plastic properties tests until such time as the water to cementitious materials ratio, air content, temperature and slump comply with the Specification requirements.Initiate a new LOT once the testing indicates compliance with Specification requirements. Suspend production when any five loads in two days of production of the same design mix are outside the specified tolerances.Make the necessary revisions to concrete operations and increase the frequency of QC testing in the QCP to bring the concrete within allowable tolerances. Obtain the Engineer's approval of the revisions before resuming production.After production resumes, obtain the Engineer's approval before returning to the normal frequency of QC testing. If concrete placement stops for more than 90 minutes,perform initial plastic properties testing on the next batch and continue the LOT. Cylinders cast for that LOT will represent the entire LOT. When the Department performs Independent Verification,the Contractor may perform the same tests on the concrete at the same time. The Department will compare results based on the Independent Assurance Checklist tolerances. When the Department's Independent Verification test results do not meet the requirements of this Section,the Engineer may require the Contractor to revise the QCP. 346-9 Acceptance Sampling and Testing. 346-9.1 General: Perform plastic properties tests in accordance with 346-8 and cast a set of three QC cylinders,for all structural concrete incorporated into the project.Take these acceptance samples randomly as determined by a random number generator(acceptable to the Department).The Department will independently perform verification plastic properties tests and cast a set of verification cylinders. The verification cylinders will be the same size cylinder selected by the Contractor, from a separate sample from the same load of concrete as the Contractor's QC sample. The Department may perform inspections in lieu of plastic properties tests of the precast plants producing Class I and II concrete, except for Incidental Precast plants. For each set of QC cylinders verified by the Department, cast one additional cylinder from the same sample,and identify it as the QC"hold" cylinder. The Department will also cast one additional"hold" cylinder from each Verification sample.All cylinders will be clearly identified as outlined in the Sample/Lot Numbering System instructions located on the State Materials Office website. Deliver the QC samples, including the QC"hold"cylinder to the final curing facility in accordance with ASTM C 31. At this same time,the Department will deliver the Verification samples, including the Verification"hold" cylinder,to their final curing facility. - 50 - FPID(S): 428147-1-58-01, ETC. Packet Page-775- 10/8/2013 11 .A. Test the QC laboratory cured samples for compressive strength at the age of 28 days, or any other specified age,in a laboratory meeting and maintaining at all times the qualification requirements listed in Section 105. The QC testing laboratory will input the compressive strength test results into the Department's sample tracking database within 24 hours. When the QC testing laboratory cannot input the compressive strength test results into the Department's sample tracking database within 24 hours,the QC testing laboratory will notify the Verification testing laboratory within 24 hours of testing the cylinder and provide the Verification testing laboratory the compressive strength test results.Ensure the compressive strength results are input into the Department's sample tracking database within 72 hours of determining the compressive strength of the cylinders. The Department will compare the Verification sample results with the corresponding QC sample results. In the event that one set of compressive strength data for a set of cylinders falls outside the range of the other set of cylinders,use the lower Range of Average Compressive Strength to determine the comparison criteria. Based on this comparison,the Department will determine if the Comparison Criteria as shown in Table 7 has been met. When the difference between QC and Verification is less than or equal to the Comparison Criteria,the QC data is verified. When the difference between QC and Verification data exceeds the Comparison Criteria,the Engineer will initiate the resolution procedure. Table 7 Range of Average Compressive Strength Comparison Criteria Less than 3500 psi 420 psi 3,501 —4,500 psi 590 psi 4,501 —6,500 psi 910 psi 6,501 — 8,500 psi 1,275 psi Greater than 8,500 psi 1,360 psi 346-9.2 Sampling Frequency: As a minimum, sample and test concrete of each design mix for water to cementitious materials ratio, air content, temperature, slump and compressive strength once per LOT as defined by Table 8. When a mix design is used for a different application, the LOT is defined by the application.When more than one concrete production facility is used for the same mix design, describe the method of sampling,testing and LOT numbering in the QC Plan. The Engineer will randomly verify one of every four consecutive LOTs of each design mix based on a random number generator. The Department may perform Independent Verification testing to verify compliance with specification requirements. All QC activities,calculations, and inspections will be randomly confirmed by the Department. TABLE 8 Class Concrete* Maximum LOT Size I one day's production I (Pavement) 2,000 square yards, or one day's production, whichever is less - 51 - FPID(S): 428147-1-58-01,ETC. Packet Page-776- 10/8/2013 11 .A. TABLE 8 Class Concrete* Maximum LOT Size II, II (Bridge Deck), III,IV,V(Special), 50 cubic yards, or one day's production,whichever is V,VI less • 50 cubic yards,or two hours between the end of one TV(Drilled Shaft) placement and the start of the next placement, whichever is less III (Seal) Each Seal placement *For any class of concrete used for roadway barrier wall,the lot size is defined as 100 cubic yards,or one day's production, whichever is less. 346-9.2.1 Reduced Frequency for Acceptance Tests: The LOT size may represent 100 cubic yards when produced at the same mix design at the same concrete production facility for the same prime contractor and subcontractor on a given Contract. Submit test results indicating the average compressive strength is greater than two standard deviations above the specified minimum strength for that class of concrete.Base calculations on a minimum of ten consecutive strength test results for a Class IV or higher;or a minimum of five consecutive strength results for a Class IIl or lower. The average of the consecutive compressive strength test results,based on the class of concrete, can be established using historical data from a previous Department project. The tests from the previous Department project must be within the last 60 calendar days or may also be established by a succession of samples on the current project. Only one sample can be taken from each LOT. Test data must be from a laboratory meeting the requirements of Section 105.Obtain Department approval before beginning reduced frequency LOT's. If at any time a strength test is not verified or the average strength of the previous ten or five consecutive samples based on the class of concrete from the same mix design and the same production facility is less than the specified minimum plus two standard deviations, return to the maximum production quantity represented by the LOT as defined in Table 8.Notify the Engineer that the maximum production rate is reinstated.in order to reinitiate reduced frequency, submit a new set of strength test results. 346-93 Strength Test Definition: The strength test of a LOT is defined as the average of the compressive strengths tests of three cylinders cast from the same sample of concrete from the LOT. 346-9.4 Acceptance of Concrete: Ensure that the hardened concrete strength test results are obtained in accordance with 346-9.3.Do not discard a cylinder strength test result based on low strength (strength below the specified minimum strength as per the provisions of this Section). When one of the three QC cylinders from a LOT is lost,missing, damaged or destroyed, determination of compressive strength will be made by averaging the remaining two cylinders. If more than one QC cylinder from a LOT is lost,missing, damaged or destroyed, the Contractor will core the structure at no additional expense to the Department to determine the compressive strength.Acceptance of LOT may be based on verification data at the discretion of the Engineer.Obtain the approval of the Engineer to core, and of the core location prior to coring. For each QC cylinder that is lost, missing,damaged or destroyed,payment for that LOT will be reduced by $750.00 per.1,000 psi of the specified design strength [Example: - 52- FPID(S): 428147-1-58-01, ETC. Packet Page-777- 10/8/2013 11 .A. loss of two Class IV(Drill Shaft) QC cylinders that has no verification data will require the element to be cored and a pay reduction will be assessed(4,000 psi/ 1,000 psi)x$750 x 2= $6,000]. This reduction will be in addition to any pay adjustment for low strength. When QC compressive strength test results are not verified,the resolution procedure will be used to accept or reject the concrete. Maintain the"hold" cylinders until the verification of the compressive strength test results. When QC test results are verified,the Engineer will accept the concrete based on QC test results. The Engineer will accept at full pay only LOTs of concrete represented by plastic property results which meet the requirements of the approved mix design and strength test results which equal or exceed the respective specified minimum strength. 346-9.5 Resolution Procedure: The Department may initiate an IA review of sampling and testing methods. The resolution procedure may consist of,but need not be limited to,a review of sampling and testing of fresh concrete, calculation of water to cementitious materials ratio, handling of cylinders, curing procedures and compressive strength testing.Core samples of the hardened concrete may be required. The Engineer will determine through the resolution procedure whether the QC strength test results or the verification strength test are deemed to be the most accurate.When the Engineer cannot determine which strength test results are the most accurate,the concrete represented by the four consecutive LOTs will be evaluated based on the QC data.The Engineer will inform the QC and the Verification lab within three calendar days of the acceptance compressive strength test to transport their"hold"cylinders to the resolution lab.The QC and Verification laboratories will transport their own hold cylinder to the resolution testing laboratory within 72 hours after the Engineer notifies the Contractor that a resolution is required. In addition,the Engineer will ensure that the QC and verification"hold"cylinders are tested within seven calendar days of the acceptance strength tests. The resolution investigation will determine the strength test results for each of the four or less LOTs. When the QC strength test results are deemed to be the most accurate,the QC strength test results will represent the four or less consecutive LOTs and the Department will pay for the resolution testing and investigation. When the verification strength test results are deemed to be the most accurate,the Department will assess a$1,000 pay reduction for the cost of the Resolution Investigation. The results of the resolution procedure will be forwarded to the Contractor within five working days after completion of the investigation. If the Department finds deficiencies based on the Contractor's QCP,the Engineer may suspend that part of the QCP. When the QC plan is suspended, submit corrective actions for approval to the Engineer. The Engineer may take up to five working days to review corrective actions to the QCP. The Engineer will not allow changes to contract time or completion dates. Incur all delay costs and other costs associated with QC plan suspension and re-approval. 346-9.6 Small Quantities of Concrete: When a project has a total plan quantity of less than 50 cubic yards,that concrete will be accepted based on the satisfactory compressive strength of the QC cylinders.Provide certification to the Engineer that the concrete was batched and placed in accordance with the Contract Documents. Submit a quality control plan for the concrete placement operation in accordance with Section 105. In addition,the Engineer may conduct Independent Verification (IV)testing as identified in 346-9. Evaluate the concrete in accordance with 346-10 at the discretion of the Engineer. - 53 - FPID(S): 428147-1-58-01, ETC. Packet Page-778- 10/8/2013 11 .A. 346-10 Investigation of Low Strength Concrete for Structural Adequacy. 346-10.1 General: When a concrete acceptance strength test result falls more than 500 psi below the specified minimum strength and the Department determines that an investigation is necessary, make an investigation into the structural adequacy of the LOT of concrete represented by that acceptance strength test result at no additional expense to the Department. The Engineer may also require the Contractor to perform additional strength testing as necessary to determine structural adequacy of the concrete. Furnish either a structural analysis performed by the Specialty Engineer to establish strength adequacy or drilled core samples as specified in 346-10.3 to determine the in- place strength of the LOT of concrete in question at no additional expense to the Department. Obtain the Engineer's approval before taking any core samples. When the concrete is deemed to have low strength,obtain and test the cores and report the data to the Engineer within 10 calendar days of the 28 day compressive strength tests. Core strength test results obtained from the structure will be accepted by both the Contractor and the Department as the in-place strength of the LOT of concrete in question. The core strength test results will be fmal and used in lieu of the cylinder strength test results for determination of structural adequacy and any pay adjustment. The Department will calculate the strength value to be the average of the compressive strengths of the three individual cores. This will be accepted as the actual measured value. 346-10.2 Determination of Structural Adequacy: If core strength test results are less than 500 psi below the specified minimum strength,consider the concrete represented by the cores structurally adequate. If the core strength test results are more than 500 psi below the specified minimum strength,the Department will consider the concrete represented by the cores structurally questionable. Submit a structural analysis performed by the Specialty Engineer.If the results of the structural analysis indicate adequate strength to serve its intended purpose with adequate durability, and is approved by the Department, the Contractor may leave the concrete in place subject to the requirements of 346-11, otherwise,remove and replace the LOT of concrete in question at no additional expense to the Department. 346-10.3 Coring for Determination of Structural Adequacy:Notify the Engineer 48 hours prior to taking core samples. The Engineer will select the size and location of the drilled cores so that the structure is not impaired and does not sustain permanent damage after repairing the core holes. Sample three undamaged cores taken from the same approximate location where the questionable concrete is represented by the low strength concrete test cylinders. Repair core holes after samples are taken. 346-10.4 Core Conditioning and Testing: Test the cores in accordance with ASTM C 42. Test the cores after obtaining the samples within seven calendar days. 346-11 Pay Adjustments for Low Strength Concrete. 346-11.1 General:Any LOT of concrete failing to meet the specified minimum strength as defined in 346-3, 346-9, 346-10 and satisfactorily meeting all other requirements of the Contract Documents, including structural adequacy,the Engineer will individually reduce the price of each low strength LOT in accordance with this Section. 346-11.2 Basis for Pay Adjustments: When an acceptance strength test result falls more than 500 psi below the specified minimum strength,core samples may be obtained in accordance with ASTM C 42 from the respective LOT of concrete represented by the low acceptance strength test result for determining pay adjustments.A price adjustment will be applied to the certified invoice price the Contractor paid for the concrete or the precast product. - 54- FPID(S):428147-1-58-01, ETC. Packet Page-779- 10/8/2013 11 .A. Do not core hardened concrete for determining pay adjustments when the 28 day acceptance cylinder strength test results are less than 500 psi below the specified minimum strength. The results of strength tests of the drilled cores, subject to 346-11.5 and 346-11.6, will be used as the acceptance results and will be used in lieu of the cylinder strength test results for determining pay adjustments. In precast operations, excluding prestressed, ensure that the producer submits acceptable core sample test results to the Engineer. The producer may elect to use the products in accordance with 346-11. Otherwise,replace the concrete in question at no additional cost to the Department.For prestressed concrete, core sample testing is not allowed for pay adjustment. The results of the cylinder strength tests will be used to determine material acceptance and pay adjustment. 346-11.3 Coring for Determination of Pay Adjustments: Obtain the cores in accordance with 346-10.3. 346-11.4 Core Conditioning and Testing: Test the cores in accordance with 346-10.4. 346-11.5 Core Strength Representing Equivalent 28 Day Strength: For cores tested no later than 42 calendar days after the concrete was cast,the Engineer will accept the core strengths obtained as representing the equivalent 28 day strength of the LOT of concrete in question. The Engineer will calculate the strength value to be the average of the compressive strengths of the three individual cores. The Engineer will accept this strength at its actual measured value. 346-11.6 Core Strength Adjustments: For cores tested later than 42 calendar days after the concrete was cast,the Engineer will establish the equivalency between 28 day strength and strength at ages after 42 calendar days. The Engineer will relate the strength at the actual test age to 28 day strength for the design mix represented by the cores using the following relationship: 346-11.6.1 Portland Cement Concrete without Pozzolan or Slag: Equivalent 28 Day Strength, f 2( 28) = 1/F (Average Core Strength)x 100, where: F=4.4+ 39.1 (In x) -3.1 On x) (Type I Cement) 2 F=-17.8 +46.3 (In x) -3.3 (In x) (Type H Cement) 2 F=48.5 + 19.4 (In x)-1.4 On x) (Type 1I1 Cement) x=number of days since the concrete was placed In=natural log 346-11.6.2 Pozzolanic-Cement Concrete: Equivalent 28 day compressive strength=f c(28), where: 0.276 I 8 31 f: (28 ) = 0.490 f:(t)e l ' (Type I Cement) C.514 (2.891 f: (28 ) = 0.730 ff'(t)e ' ) (Type II Cement) D 191 (5.38 f: (28 ) = 0.483 f:(t)e ` (Type III Cement) MO =Average Core Strength at time t(psi) t=time compressive strength was measured(days) Asow - 55 - FPID(S):428147-1-58-01, ETC. Packet Page-780- 10/8/2013 11 .A. 346-11.6.3 Slag-Cement Concrete: Equivalent 28 day compressive strength=f c(28),where: z 06 f: (28 ) = 0.794 fc'(t)e (Type I Cement) 7.7 ( 6.02 f: (28 ) = 0.730 f�'(t)e ' ) (Type TT Cement) D.672 2 36 f (28 ) = 0 .826 f:(t)e ' (Type HI Cement) Pt)=Average Core Strength at time t(psi) t=time compressive strength was measured(days) 346-11.7 Calculating Pay Adjustments: The Engineer will determine payment reductions for low strength concrete accepted by the Department and represented by either cylinder or core strength test results below the specified minimum strength, in accordance with the following: Reduction in Pay is equal to the reduction in percentage of concrete cylinder strength(specified minimum strength minus actual strength divided by specified minimum strength). For the elements that payments are based on the per foot basis,the Engineer will adjust the price reduction from cubic yards basis to per foot basis, determine the total linear feet of the elements that are affected by low strength concrete samples and apply the adjusted price reduction accordingly. 346-12 Pay Reduction for Plastic Properties. A rejected load in accordance with 346-6.4 is defined as the entire quantity of concrete contained within a single ready mix truck or other single delivery vehicle regardless of what percentage of the load was placed. If concrete fails a plastic properties test and is thereby a rejected load but its placement continues after completion of a plastic properties test having a failing result, payment for the concrete will be reduced. The pay reduction for cast-in-place concrete will be twice the invoice price per cubic yard of the quantity of concrete in the rejected load. The pay reduction for placing a rejected load of concrete into a precast product will be applied to that percentage of the precast product that is composed of the concrete in the rejected load. The percentage will be converted to a reduction factor which is a numerical value greater than zero but not greater than one. The precast product payment reduction will be twice the Contractor's billed price from the Producer for the precast product multiplied by the reduction factor. If the Engineer authorizes placement of the concrete, even though plastic properties require rejection,there will be no pay reduction based on plastic properties failures;however,any other pay reductions will apply. - 56- FPID(S): 428147-1-58-01, ETC. Packet Page-781- 10/8/2013 11.A. 347 PORTLAND CEMENT CONCRETE—CLASS NS. (REV 10-9-12) (1-13) SECTION347 (Pages 326—329) is deleted and the following substituted: SECTION 347 PORTLAND CEMENT CONCRETE -CLASS NS 347-1 Description. The requirements of this Section are applicable to concrete designated as Class NS hereinafter referred to as concrete. Use concrete composed of a mixture of portland cement, aggregates,and water,with or without chemical admixtures, slag, or pozzolanic materials. Deliver concrete to placement site in a freshly mixed, unhardened state.Ensure the concrete is placed and cured in a manner to ensure that the strength and durability of the concrete is maintained. 347-2 Materials. 347-2.1 General: Certify that all materials used in concrete are from Department approved sources, and free from frozen or other detrimental matter. Meet the following requirements: Portland Cement Section 921 Coarse Aggregate Section 901 Fine Aggregate Section 902 Water Section 923 Chemical Admixtures Section 924 Pozzolans and Slag Section 929 347-2.2 Admixture Requirements: Chemical admixtures may be added at the dosage rates recommended by the manufacturer. 347-2.3 Substitution of Materials: Approved material sources may be substituted for similar materials indicated on the originally approved mix design.Use originally approved mix components and proportions,when unsatisfactory test results are obtained from the use of the substituted material(s). 347-2.4 Material Storage: Use a concrete production facility that meets the following requirements: 347-2.4.1 Cementitious Materials Storage: Provide a separate and clearly labeled weatherproof facility to store each brand or type of cementitious material without mixing or contamination. Provide a suitable, safe and convenient means of collecting cementitious material samples at each storage facility. 347-2.4.2 Aggregate Storage: Provide suitable bins, stockpiles or silos to store and identify aggregates without mixing, segregating or contaminating different grades or types of materials. Identify Department approved pit number and aggregate type/gradation. Handle the aggregates in a manner to minimize segregation and meet the specification requirements when recovered from storage. Continuously and uniformly sprinkle coarse aggregate with water, for 24 hours preceding introduction into the concrete mix.Maintain stored aggregates in a well-drained condition to minimize free water content.Provide access for the Engineer to sample the aggregates from the recovery side of the storage facility. - 57- FPID(S):428147-1-58-01,ETC. Packet Page-782- 10/8/2013 11.A. 347-3 Production,Mixing and Delivery. 347-3.1 Concrete Production Requirements: Deliver concrete from a production facility that is certified by the National Ready-Mixed Concrete Association(NRMCA) or approved by the District Materials Office.The District Materials Office may inspect the concrete production facility's to verify compliance with the Specifications.Produce concrete utilizing equipment that is in good operating condition and operated in a manner to ensure a consistent product. Within two hours prior to each day's batching, ensure that the concrete production facility determines the free moisture for the coarse and fine aggregates. On concrete placements expected to exceed three hours,perform an additional moisture test approximately half way through the batching operations and adjust batch proportions accordingly. Ensure that the calibration of the measuring devices of the concrete production facilities meets the requirements of Chapter 531 of the Florida Statutes. At least quarterly, ensure that all scales,meters and other weighing or measuring devices are checked for accuracy by a qualified representative of a scale company registered with the Bureau of Weights and Measures of the Florida Department of Agriculture. Have the accuracy of admixture measuring dispensers certified annually by the admixture supplier. When Volumetric Mixers are used,deliver concrete in accordance with the requirements of Volumetric Mixer Manufactures Bureau (VMMB) and ensure that the vehicle has a VMMB registered rating plate. Substitution of structural concrete in lieu of non-structural concrete may be used if approved by the Engineer. If structural concrete is used in lieu of non-structural concrete, obtain the concrete from a production facility meeting the requirements of Section 346. Acceptance is based on the requirements of Section 347. 347-3.2 Mixers: Ensure that mixers are capable of combining the components of concrete into a thoroughly mixed and uniform mass, free from balls or lumps of cementitious materials, and capable of discharging the concrete uniformly.Operate concrete mixers at speeds per the manufacturer's design.Do not exceed the manufacturer's rated capacity for the volume of mixed concrete in the mixer,mixing drum,or container. 347-3.3 Delivery: The maximum allowable mixing and agitation time of concrete is 120 minutes. 347-3.4 Small Quantities of Concrete: With approval of the District Materials Engineer, small quantities of concrete, less than 3 cubic yards placed in one day and less than 0.5 cubic yards placed in a single placement may be accepted using a pre-bagged mixture. The Engineer will verify that the pre-bagged mixture is prepared in accordance with the manufacturer's recommendations and will meet the requirements of this Specification. 347-4 Control of Quality. 347-4.1 Concrete Mix Design: Before producing any concrete, submit the proposed mix design to the Engineer on a form provided by the Department.A similar form containing the same information may be used. Also submit three compressive strength test results tested in accordance with ASTM C 39 demonstrating the mix meets the minimum 28 day compressive strength requirement. The test results must be within twelve months of the submittal of the mix design.Use only concrete mix designs having prior approval of the Engineer. Materials may be adjusted provided that the theoretical yield requirement of the approved mix design is met. Show all required original approved design mix data and batch adjustments and substituted material on the Department concrete delivery ticket. The Engineer - 58 - FPID(S):428147-1-58-01,ETC. Packet Page-783- 10/8/2013 11.A. may disqualify any concrete production facility for non-compliance with Specification requirements. 347-4.2 Sampling and Testing: The Engineer may sample and test the concrete at their discretion to verify its quality. The minimum 28-day compressive strength requirement for this concrete is 2,500 psi. 347-4.3 Records: Maintain the following records for review for at least three years after final acceptance of the project: 1. Approved concrete mix designs. 2. Materials source (delivery tickets, certifications,certified mill test reports). 3.A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. 4.A copy of the documentation certifying the admixture weighing/measuring devices. 5. Recent NRMCA,VMMB or Department inspection records certifying the plant or truck can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. 347-5 Certification and Acceptance. 347-5.1 General:Furnish a Delivery Ticket with each batch of concrete before unloading at the placement site. The Department will provide an example of the Delivery Ticket Form. The concrete producer may use an alternate form provided that it contains the required information. Record material quantities incorporated into the mix on the Delivery Ticket. Ensure that the Batcher responsible for producing the concrete,certifies that the batch was produced in accordance with Specification requirements, signs the Delivery Ticket. Sign the Delivery Ticket certifying that the concrete was batched, delivered and placed in accordance with these Specifications. Acceptance by the Department will be by Certification on the Delivery Ticket,as described herein,by the Batcher and the Contractor. The Engineer will hold the Contractor responsible for rejecting loads of concrete that do not meet the minimum compressive strength requirements. Delineate and replace, at no cost to the Department, all concrete that does not meet the 28-day compressive strength requirements or has any cracking greater than 1/4 inch in width or 1/4 inch in vertical displacement.Any spalling or flaking off of the surface layer that exposes the rough, pitted aggregate surface in excess of 10 square inches is to be removed and replaced in accordance with 347-5.2. Sidewalk,ditch pavement, slope pavement,Traffic Separator,or curb and gutter having any intersecting cracks visible in the dry concrete (regardless of size)will be removed and replaced in accordance with 347-5.2. At the sole option of the Department,the Engineer may accept concrete at a reduced pay when it is determined that the concrete will serve its intended function. If any uncontrolled cracks appear during the life of the Contract unacceptable to the Engineer,remove and replace the concrete in accordance with 347-5.2 at no expense to the Department. 347-5.2 Remedial Action: Remedial action will be the removal and replacement of all concrete to the full depth and width. Sidewalk, Curb and Gutter, Ditch Pavement and Traffic Separator:Begin saw cutting 2 1/2 feet either side or above and below the crack or at the nearest joint,remove and replace the 5 foot section encompassing the crack. - 59 - FPID(S):428147-1-58-01, ETC. Packet Page -784- 10/8/2013 11.A. Slope Pavement: Saw cut each scored joint above and below the crack and replace the entire section between the saw cuts, ensuring the section removed and replaced encompasses the crack. 400 CONCRETE STRUCTURES. (REV 10-9-12)(1-13) SECTION400(Pages 357—395) is deleted and the following substituted: SECTION 400 CONCRETE STRUCTURES 400-1 Description. Construct concrete structures and other concrete members,with the exception of pavement and incidental concrete construction(which are specified in other Sections). Refer to Section 450 for prestressed construction requirements additional to the requirements of this Section. For precast concrete structures meet the requirements of Section 450 for inserts and lifting devices, handling, storage, shipping, and erection. Obtain incidental precast products from a plant that is currently on the list of Producers with Accepted Quality Control Programs.Producers seeking inclusion on the list shall meet the requirements of 105-3. 400-2 Materials. Meet the following requirements: Concrete Sections 346 and 347 Penetrant Sealer.. Section 413 High Molecular Weight Methacrylate(HMWM)** Section 413 Reinforcing Steel Section 415 Water Section 923 Curing Materials* Section 925 Epoxy Bonding Compounds** Sections 926 and 937 Joint Materials** Section 932 Bearing Pads Section 932 Non-Shrink Grout** Section 934 Class 5 Applied Finish Coatings** Section 975 Galvanizing Compound** Section 562 Dowel Bar Assembly** Section 931 Filter Fabric Section 985 *The Engineer will allow clean sand and sawdust for certain curing,when and as specified. **Use products listed on the Department's Qualified Products List(QPL). - 60- FPID(S):428147-1-58-01, ETC. Packet Page -785- 10/8/2013 11 .A. 400-3 Depth of Footing. Refer to Section 455, "D. SPREAD FOOTINGS". 400-4 Falsework. 400-4.1 Plans: At the Engineer's request, furnish detailed plans for falsework or centering to the Department. The Contractor is responsible for results obtained by using these plans. 400-4.2 Design and Erection: Design and construct all falsework to provide the necessary rigidity and to support the loads without appreciable settlement or deformation.Use screw jacks or hardwood wedges to take up any settlement in the framework, either before or during the placing of concrete.If any weakness develops and the centering shows undue settlement or distortion,stop the work,remove any masonry affected, and strengthen the falsework before resuming work. Support falsework which cannot be founded on a satisfactory footing on piling. Space,drive,and remove the piling in an approved manner. 400-4.3 Camber: Provide camber to correct for settlement and deflection of falsework. Give bridges permanent camber only when shown in the plans. 400-5 Forms. 400-5.1 General: Provide forms, either of wood or metal,that are as follows: (a) externally secured and braced where feasible; (b) substantial and unyielding; (c)of adequate strength to contain the concrete without bulging between supports and without apparent deviation from the neat lines,contours, and shapes shown in the plans.Design forms to withstand the additional forces of vibration without apparent deviation from the desired shape or position. Assemble forms to be mortar-tight. If using lumber forms, construct them of dressed wood of uniform thickness. Use form liners on wooden forms where Class 3 surface finish is specified. Construct assembled forms to render a concrete surface of smooth, uniform finish. Make provisions to remove forms without injury to concrete surfaces.Remove blocks and bracing with the forms, and do not leave any portion of the forms in the concrete.Use the same form system for a type of work throughout. 400-5.2 Inspection and Approval: Do not place concrete in a form until the form has been inspected and approved.Although the Engineer inspects and approves the forms,the Contractor is responsible for obtaining satisfactory concrete surfaces,free from warping, bulging, or other objectionable defects. Pay special attention to the ties and bracing. Where the forms appear to be insufficiently braced or unsatisfactorily built,stop and correct defects to the satisfaction of the Engineer. 400-5.3 Non-metallic Form Materials: 400-5.3.1 Lumber: For all surfaces, use lumber that is not less than 3/4 inch in thickness, dressed, and free of knot holes, loose knots, cracks, splits, warps,and other defects. Proportion the spacing of studs,joists, and wales to exclude warps and bulges and to produce true and accurate concrete surfaces. Only use structurally sound lumber. 400-5.3.2 Form Liners: Use form liners of durable, abrasion resistant materials that are unaffected by water. Use liners with a hard surface texture capable of rendering concrete surfaces of a smooth,uniform texture,without grain marks, patterns,or blemishes. Use form liner material of sufficient thickness to eliminate the reflection of irregularities, undesirable patterns, and marks from the forms to the surfaces. Replace liners as necessary to produce a consistent concrete surface texture. Use form liners in large sheets and with true,tight-fitted - 61 - FPID(S):428147-1-58-01,ETC. Packet Page-786- 10/8/2013 11 .A. joints which are logically located. Obtain the Engineer's approval of the layout of sheets. Do not use liners which have been patched.Use liner material of the same stock throughout. 400-5.3.3 Plywood: The Contractor may use plywood of not less than 5/8 inch in thickness manufactured with waterproof glue or protected with an approved impervious coating. Do not use pieces with bulged plies or raveled,untrue edges. 400-5.4 Special Requirements: 400-5.4.1 Re-entrant Angles: Use chamfered forms for exterior concrete corners and filleted forms for interior concrete corners.Use chamfers and fillets that are 3/4 by 3/4 inch and are mill-dressed on all sides to uniform dimensions.The Contractor may use plastic or metal chamfers and fillets provided they perform satisfactorily in producing uniform, smooth concrete corner surfaces without honeycomb. 400-5.4.2 Handrails and Parapets: Construct barriers and parapets in accordance with Section 521. 400-5.4.3 End-bent Caps: Do not place forms for end-bent caps until the embankment has been constructed to within 12 inches of the bottom of the cap. Place a mass of embankment that is sufficient to produce the subsidence,displacement, and settlement which may result from the construction of the total embankment. 400-5.4.4 Footings: Where footing concrete can he placed in dry excavation,the Contractor may omit cribs,cofferdams,and forms, subject to compliance with the following limitations and conditions: (a) Use this procedure only in locations not exposed to view from traveled roadways. (b) Obtain required elevations shown in the plans. (c) Obtain neat line dimensions shown in the plans. (d) Fill the entire excavation with concrete to the required elevation of the top of the footing. (e)The Engineer will determine the volume of footing concrete to be paid for from the neat line dimensions shown in the plans. 400-5.5 Form Alignment, Bracing,and Ties: Construct forms in such manner that they may be adequately secured for alignment, shape,and grade. Use bracing systems,ties, and anchorages that are substantial and sufficient to ensure against apparent deviation from shape, alignment,and grade.Do not drive nails into existing concrete. Do not use bracing systems,ties, and anchorages which unnecessarily deface or mark, or have an injurious or undesirable effect on surfaces that will be a part of the finished surface. If metal ties and anchorages are to remain in the concrete, construct them so as to permit the removal of metal to at least 1 inch beneath the finished surface of concrete. Use accessories for metal ties and anchorages that allow the removal of metal to the prescribed depth while leaving the smallest possible repairable cavity. When using wire ties,cut or bend them back from the finished surface of the concrete a minimum of 1 inch. Do not use internal ties of wire when forming surfaces that are exposed to view. 400-5.6 Preparation and Cleaning: Meet the following requirements for the condition of forms at the time of beginning concrete casting: (a)Treat all forms with an approved form-release agent before placing concrete. Do not use material which adheres to or discolors the concrete. - 62 - FPID(S):428147-1-58-01, ETC. Packet Page-787- 10/8/2013 11.A. (b) Clean forms of all concrete laitance from previous use and all dirt, sawdust, shavings, loose wire ties and other debris. (c) Close and secure all inspection and cleanout holes. 400-5.7 Stay-In-Place Metal Forms: 400-5.7.1 General: Utilization of stay-in-place metal forms is permitted in lieu of removable forms to form concrete bridge decks between beams and between the webs of individual box girders when designated in the plans. Stay-in-place metal forms may be of the cellular, non-cellular or non-cellular with top cover sheet type.The flutes of non-cellular stay-in- place metal forms may be filled with polystyrene foam or concrete. When polystyrene foam is used to fill the forms, fill form flutes completely; do not allow any portion of the polystyrene foam to extend beyond the limits of the flutes. Ensure that the polystyrene foam remains in its required position within flutes during the entire concrete placement process.Do not use reinforcing steel supports or other accessories in such a manner as to cause damage to the polystyrene foam. Replace all damaged polystyrene foam to the satisfaction of the Engineer. Apply polymer sheeting to stay-in-place metal forms in accordance with the requirements in the following table. Apply polymer sheeting to all faces and edges(including sheared edges)of support angles used on bridges with Moderately and Extremely Aggressive Superstructure Environmental Classifications (as shown in the Plans). No polymer sheeting is required for beam attachment straps or clips partially embedded in concrete, and for support angles used on bridges with a Slightly Aggressive Superstructure Environmental Classification. Use polymer sheeting materials and application methods as described herein. Polymer Sheeting Usage Requirements Form Type Superstructure Environmental Classification(as shown in Plans) Slightly Aggressive Moderately Aggressive Extremely Aggressive Non-cellular form No polymer sheeting Polymer sheeting Polymer sheeting with concrete required required on bottom side required on bottom side filled flutes Non-cellular form Polymer sheeting Polymer sheeting Polymer sheeting with polystyrene required on inside required on both sides* required on both sides* foam filled flutes Non- Top Polymer sheeting Polymer sheeting Polymer sheeting cellular Cover required on bottom side required on bottom side required on bottom side form Sheet with Top Non- Cover Polymer sheeting Polymer sheeting Polymer sheeting Sheet cform required on top side required on both sides* required on both sides* Cellular form No polymer sheeting Not permitted Not permitted allowed or required $Polymer sheeting not required on bottom side of form located within box girders and U-beams. Prior to using stay-in-place metal forms, submit detailed plans for approval of the forming system, including method of support and attachment and method of protecting the supporting structural steel components from welding effects. Submit design calculations for the forming system, which have been signed and sealed by the Specialty - 63 - FPID(S):428147-1-58-01, ETC. Packet Page-788- 10/8/2013 11 .A. irto Engineer. Detail stay-in-place metal forms such that they in no way infringe upon the concrete outline of the slab shown on the plans. Use stay-in-place metal forms that provide and maintain the dimensions and configuration of the original slab in regards to thickness and slope. Do not weld stay-in-place metal form supports and connections to the structural steel components.Do not connect polymer coated angles or other hardware that support polymer coated metal forms to the beam attachment straps or clips by welding.Electrical grounding to reinforcing steel is prohibited. Protect structural steel components from damage by using a shield to guard against weld splatter,weld overrun, arc strikes, or other damaging effects of the welding process. Upon completion of welding,rest the metal form support flush on the supporting steel component. Should any weld spatter,weld overrun, arc strike, or other effects of the welding process be evident or occur to the structural steel component, immediately stop in-place welding of the metal form supports for the remainder of the work.In this event,weld all metal form supports off of the structure and erect the forms after prefabrication, or use an alternate approved method of attaching the form supports. Remove improper weldment,repair the supporting steel component for any improper welding.Perform all required verification and testing at no expense to the Department and to the satisfaction of the Engineer. Do not use stay-in-place metal forms until the forming system has been approved by the Engineer. The Contractor is responsible for the performance of the stay-in-place forms. Structures designed, detailed, and dimensioned for the use of removable forms: Where stay-in-place metal forms are permitted,the Contractor is responsible and shall obtain the approval of the Engineer for any changes in design,etc. to accommodate the use of stay-in-place forms.The Engineer will compute pay quantities of the various components of the structure which are paid on a cubic yard basis from the design dimensions shown on the plans with no allowance for changes in deflection or dimensions necessary to accommodate the stay- in-place forms or concrete to fill the form flutes. The Engineer will limit pay quantities of other Contract items that the Contractor increases to accommodate the use of stay-in-place forms to the quantity required for the original plan design. Submit all changes in design details of bridge structural members that support stay-in-place forms, showing all revisions necessary to enable the supporting components to withstand any additional weight of the forms and the weight of any extra concrete that may be required to fill the forms. Include with the design calculations a comparative analysis of the stresses in the supporting components as detailed on the Contract plans and as modified to support the forms. Use the identical method of analysis in each case, and do not allow the stresses in the modified components to exceed those of the component as detailed in the Contract plans. Include with the design the adjusted cambers for any changes in deflection over those shown on the original plans.Modify the beams to provide additional strength to compensate for the added dead loads imposed by the use of stay-in-place forms. Obtain the additional strength by adding strands to the pre-stressed beams or by adding steel material to increase the section modulus of steel girders. Substantiate the added strength by the comparative calculations.Do not use stay-in-place forms until the forming system and all necessary design revisions of supporting members have been approved by the Engineer. Structures designed, detailed,and dimensioned for the use of stay-in-place metal forms: - 64- FPID(S): 428147-1-58-01, ETC. Packet Page-789- 10/8/2013 11 .A. Prior to using stay-in-place metal forms, submit detailed plans for approval of the forming system (including method of support and attachment)together with design calculations. Include an analysis of the actual unit weight of the proposed forming system over the projected plan area of the metal forms. If the weight thus calculated exceeds the weight allowance for stay-in-place metal forms and concrete required to fill the forms shown on the plans,then modify the supporting components to support the excess weight as specified by the Contractor's Specialty Engineer. For all structures utilizing structural steel supporting components,paint the vertical sides of the top flange prior to installation of the stay-in-place metal forms in accordance with Section 560. For non-polymer sheeting form surfaces,use zinc paint coating in accordance with Section 562 to all accessories cut from galvanized sheets,which are not embedded in concrete. 400-5.7.2 Design: Meet the following criteria for the design of stay-in-place bridge deck forms: 1. The maximum self weight of the stay in place metal forms,plus the weight of the concrete or expanded polystyrene required to fill the form flutes(where used), shall not exceed 20 psf. 2. Design the forms on the basis of dead load of form, reinforcement,and plastic concrete plus 50 lb/ft2 for construction loads.Use a unit working stress in the steel sheet of not more than 0.725 of the specified minimum yield strength of the material furnished,but not to exceed 36,000 psi. 3. Do not allow deflection under the weight of the forms,reinforcement, and plastic concrete to exceed 1/180 of the form span or 1/2 inch,whichever is less, for form spans of 10 feet or less, or 1/240 of the form span or 3/4 inch,whichever is less,for form spans greater than 10 feet. In all cases, do not use a total loading(psf)that is less than 20 plus the product of the deck thickness measured in inches times 12.5. 4.Use a design span of the form equal to the clear span of the form plus 2 inches. Measure the span parallel to the form flutes. 5. Compute physical design properties in accordance with requirements of the AISI Specifications for the Design of Cold Formed Steel Structural Members, latest published edition. 6.For all reinforcement,maintain the design concrete cover required by the plans. 7.Maintain the plan dimensions of both layers of primary deck reinforcement from the top surface of the concrete deck. 8. Do not consider the permanent bridge deck form as lateral bracing for compression flanges of supporting structural members. 9. Do not use permanent steel bridge deck forms in panels where longitudinal deck construction joints are located between stringers. 10. Secure forms to the supporting members by means other than welding directly to the member. 400-5.7.3 Materials: 400-5.73.1 Metal Forms: Fabricate stay-in-place metal forms and supports from steel meeting the requirements of ASTM A 653 having a coating designation G165. Do not use form materials that are less than 0.03 inch uncoated thickness. - 65 - FPID(S): 428147-1-58-01,ETC. Packet Page-790- 10/8/2013 11.A. 400-5.7.3.2 Polymer Sheeting: Use polymer sheeting comprised of at least 85%ethylene acrylic acid copolymer capable of being applied to both G165 and G210 steel sheet as described in ASTM A 742. Ensure that the polymer sheeting has a nominal thickness of 12 mils as manufactured and a minimum thickness of 10 mils after lamination to the steel sheet. Ensure that the polymer sheeting remains free of holes,tears and discontinuities and sufficiently flexible to withstand the forming process without any detrimental effects to bond,durability or performance.Ensure that the polymer sheeting is UV stabilized and contains antioxidants. Ensure that the as-manufactured polymer sheeting(prior to application) has an Oxidative Induction Time (OIT) of 60 to 75 minutes at 170°C in air when tested according to ASTM D 3895. Perform additional OIT tests on samples taken from the finished product(polymer sheeting applied to forms)resulting in a minimum OIT according to ASTM D 3895 of 32 minutes at 170°C in air. Ensure that the polymer sheeting adheres to galvanized metal sufficient to prevent undercutting at penetrations made through the polymer sheeting or metal forms to the satisfaction of the Engineer. Ensure that edges subjected to shear cutting are coated by the form manufacturer with two coats of a compatible liquid coating repair material before delivery to the site. Ensure that steel used to produce polymer laminated metal forms is appropriately cleaned and prepared per NCCA(National Coil Coating Association) standard continuous coil coating practices. Ensure that pretreatment for use in conjunction with the manufacturer's polymer sheeting material is approved as compatible by the polymer sheeting manufacturer.Apply pretreatment in accordance with the polymer sheeting manufacturer's procedures.Apply polymer sheeting in accordance with the manufacturer's recommendations and procedures. Ensure that all steel has the polymer sheeting applied prior to fabrication of the stay-in-place forms and accessories. Ensure that the screws to be used in the fastening of the stay-in-place laminated metal forms have a corrosion resistant cladding that will not have an adverse effect to the system due to the contact of dissimilar metals. 400-5.7.3.3 Certification: Provide a written certification from the manufacturer stating the product meets the requirements of this specification along with the delivery of the coated forms to the jobsite.Ensure that the certification conforms to the requirements of Section 6. Ensure that the manufacturer has a quality control program conforming to ISO 9001:2000 standards. 400-5.7.3.4 Polystyrene Foam: Use polystyrene foam comprised of expanded polystyrene manufactured from virgin resin of sufficient density to support the weight of concrete without deformation. Extrude the polystyrene foam to match the geometry of the flutes and provide a snug fit.Use polystyrene foam that has a density of not less than 0.8 lbs/cubic foot. Use polystyrene foam that has water absorption of less than 2.6%when tested according to ASTM C 272. Provide a written certification from the manufacturer stating the product meets the requirements of this Specification along with the delivery of the product. 400-5.7.4 Construction: Install all forms in accordance with approved fabrication and erection plans. Do not rest form sheets directly on the top of the stringer of floor beam flanges.Fasten sheets securely to form supports, and maintain a minimum bearing length of 1 inch at each end for metal forms. Place form supports in direct contact with the flange of the stringer or floor beam.Make all attachments for coated metal forms by bolts, clips, screws, or other approved means. - 66 - FPID(S):428147-1-58-01, ETC. Packet Page-791- 10/8/2013 11.A. 400-5.7.4.1 Form Galvanizing Repairs: For any permanent exposed steel where the galvanized coating has been damaged,thoroughly clean, wire brush, and paint it with two coats of galvanizing compound in accordance with Section 562 to the satisfaction of the Engineer.Do not touch up minor heat discoloration in areas of welds. 400-5.7.4.2 Polymer Sheeting Repairs:Inspect and identify areas for damage to the polymer sheeting and repair with liquid polymer coating similar and compatible with respect to durability, adhesion and appearance in accordance with ASTM A 762,as furnished by the stay-in-place form manufacturer. Ensure that the inspection includes checking the polymer sheeting for cuts, tears, cracking, surface pits,peeling, dirt, grease,oil,stains,rust or bare areas. Reject any panels that show coating blistering,peeling or cracking. Repair all polymer sheeting damage according to the following: a. Surface Preparation: Ensure that all surfaces to be repaired are clean and free of any deleterious substances. Remove all traces of dirt, soil,oil deposits, greases, and other surface contaminates in accordance with the polymer sheeting and coating manufacturer's written specifications prior to touch-up and recoating. b. Application Procedures: Ensure that the liquid polymer repair coating is applied to a clean dry surface and in accordance with the manufacturer's written specifications.Apply the repair coating using a suitable paintbrush or other means acceptable to the Engineer.Apply a first coat of product to the surface at 2-4 mils in thickness.Let the first coat air dry.Apply a second coat to form a complete layer and increase the thickness, immediately after verifying the first coat is dry to the touch(15 -25 minutes depending on the local air drying temperature and atmospheric conditions). Apply the second coat at the same coating thickness as the first at 2-4 mils. Ensure that the total dry film thickness of the two coats is not less than 6 mils.Apply additional coats in this same manner until desired coating thickness is achieved. 400-5.7.5 Placing of Concrete: Vibrate concrete to avoid honeycomb and voids, especially at construction joints, expansion joints,valleys and ends of form sheets.Use approved pouring sequences. Do not use calcium chloride or any other admixture containing chloride salts in the concrete. 400-5.7.6 Inspection: The Engineer will observe the Contractor's method of construction during all phases of the construction of the bridge deck slab, including the installation of the metal form system; location and fastening of the reinforcement; composition of concrete items; mixing procedures, concrete placement,and vibration;and finishing of the bridge deck. Should the Engineer determine that the procedures used during the placement of the concrete warrant inspection of the underside of the deck,remove at least one section of the metal forms in each span for this purpose. Do this as soon after placing the concrete as practicable in order to provide visual evidence that the concrete mix and the procedures are obtaining the desired results. Remove an additional section in any span if the Engineer determines that there has been any change in the concrete mix or in the procedures warranting additional inspection. If, in the Engineer's judgment, inspection is needed to check for defects in the bottom of the deck or to verify soundness, sound the metal forms with a hammer as directed by the Engineer after the deck concrete has been in place a minimum of two days. If sounding discloses areas of doubtful soundness to the Engineer, remove the metal forms from such areas for visual inspection after the concrete has attained adequate strength. Remove metal bridge deck forms at no expense to the Department. - 67 - FPID(S): 428147-1-58-01, ETC. Packet Page-792- 10/8/2013 11.A. At locations where sections of the metal forms have been removed,the Engineer will not require the Contractor to replace the metal forms. Repair the adjacent metal forms and supports to present a neat appearance and to ensure their satisfactory retention and where they are polymer sheeted,coat all exposed surfaces of stay-in-place metal form system elements that are not coated or are damaged with a field applied liquid polymer coating as specified in 400-5.7.4.2.As soon as the form is removed,the Engineer will examine the concrete surfaces for cavities,honeycombing, and other defects.If irregularities are found, and the Engineer determines that these irregularities do not justify rejection of the work,repair the concrete as directed, and provide a General Surface Finish in accordance with 400-15. If the Engineer determines that the concrete where the form is removed is unsatisfactory,remove additional metal forms as necessary to inspect and repair the slab, and modify the method of construction as required to obtain satisfactory concrete in the slab.Remove and replace all unsatisfactory concrete as directed, at no expense to the Department. if the method of construction and the results of the inspections as outlined above indicate that sound concrete has been obtained throughout the slabs,the amount of sounding and form removal may be reduced when approved by the Engineer. Corrosion of assembly screws will not be considered a structural or aesthetic problem and is considered acceptable. Provide the facilities for the safe and convenient conduct of the inspection procedures. 400-5.8 Stay-In-Place Concrete Forms: 400-5.8.1 General: Permanent stay-in-place precast reinforced concrete forms may be used in lieu of removable forms to form concrete bridge deck slabs subject to the conditions contained herein.Precast reinforced concrete stay-in-place forms are not permitted to construct a composite concrete deck. Do not use precast prestressed concrete stay-in-place forms to form any permanent bridge decks. When detailed plans for structures are dimensioned for the use of removable forms,provide additional slab thickness, elevation changes,changes in design,etc.to accommodate the use of stay-in-place forms, subject to the Engineer's approval.The Engineer will compute pay quantities of the various component members of the structure which are paid on a cubic yard basis from the design dimensions shown on the plans with no allowance for changes in deflection and changes in dimensions necessary to accommodate the stay-in-place forms.The Engineer will limit pay quantities of other Contract items which are increased to accommodate the use of stay-in-place forms to the quantity required for the original plan design. Prior to using stay-in-place forms,submit for approval detailed plans of the forming system and design calculations. Indicate on the plans the form panel sizes,placing patterns, type of mastic or felt bearing material and type and method of caulking between panels. Also, submit appropriate changes in design details of structural members supporting stay-in- place forms showing any revisions necessary to enable the supporting components to withstand the additional weight of the forms and perform equally as contemplated in the plans.All calculations and details submitted shall be sealed by the Contractor's Engineer of Record. Modify the beams to provide additional strength to compensate for the added dead loads imposed by the use of stay-in-place forms.Obtain this strength by adding additional strands to prestressed girders or increasing the section modulus for steel girders. Do not use stay-in-place forms until the forming system and any necessary design revisions of supporting structural members have - 68- FPID(S):428147-1-58-01,ETC. Packet Page-793- 10/8/2013 11 .A. been approved by the Engineer.The Department is not responsible for the performance of the stay-in-place forms by its approval. 400-5.8.2 Materials: Construct permanent concrete forms of precast reinforced concrete with a Class 3 Surface Finish. As a minimum, use the same class of concrete and 28-day minimum compressive strength as being used to construct the bridge deck. Use welded steel wire reinforcement meeting the requirements of Section 931. 400-5.8.3 Design: Use the following criteria for the design of permanent bridge deck forms: (1) Design the forms on the basis of deadload of form,reinforcement, and plastic concrete plus an unfactored live load of 50 psf for construction loads. Meet the AASHTO design requirements for service loads and ultimate loads as applicable. (2)Deflection under the weight of the forms,reinforcement, and the plastic concrete shall not exceed 1/180 of the form span or 1/2 inch,whichever is less. In all cases, do not use a loading that is less than 120 psf total. (3)Use a design span of the form equal to the clear span of the form between supports. Measure the span of concrete forms parallel to the centerline of the form panels. (4) Compute physical design properties of concrete forms in accordance with current AASHTO design procedures. (5)Ensure that all steel reinforcement contained in the cast-in-place concrete has the minimum cover shown on the plans or not less than 1 inch, whichever is greater. Measure the minimum cover normal to the plane of the bottom of the cast-in-place concrete. For stay-in-place concrete forms with other than plane surfaces in contact with the cast-in-place Asolow concrete, such as regularly spaced geometrical shapes projecting above the plane of the bottom of the cast-in-place concrete,meet the following special requirements: (a) Space geometrical shapes projecting above the bottom plane of the cast-in-place concrete used to provide support for reinforcement no closer than 3 feet apart and of sufficient height to maintain the required concrete cover on the bottom mat of reinforcing steel. (b)Construct all other geometrical shapes projecting above the plane of the bottom of the cast-in-place concrete to provide a minimum vertical clearance of 3/4 inch between the closest surface of the projections and the secondary longitudinal reinforcing steel in the deck slab. (c)Do not allow a minimum horizontal distance from the surface of any transverse reinforcing steel to surfaces of the stay-in-place form of less than 1 1/2 inches. For all steel reinforcement for the stay-in-place form panels,provide a minimum of 1 inch concrete cover except that,for construction in a salt or other corrosive environment,provide a minimum of 11/2 inches concrete cover. (6) Maintain the plan dimensions of both layers of primary deck reinforcement from the top surface of the concrete deck. Measure the minimum cover of the bottom mat of steel normal to the top of the precast concrete form panel. (7)Do not consider the permanent bridge deck form as lateral bracing for compression flanges of supporting structural members. (8) Do not use permanent concrete bridge deck forms in panels where longitudinal deck construction joints are located between stringers. - 69 - FPID(S): 428147-1-58-01, ETC. Packet Page-794- 10/8/2013 11 .A. (9)Do not allow the maximum weight of the concrete form to exceed 40 lb/ft2 of form surface. 400-5.8.4 Construction: Install all forms in accordance with approved fabrication and erection plans. For concrete forms,provide a minimum bearing length of at least 1 1/2 inches but not exceeding 2 1/2 inches. Support concrete forms on the beams or girders by continuous layers of an approved mastic or felt bearing material that will provide a mortar tight uniform bearing. Use a mastic or felt bearing material that has a minimum width of 1 inch and a maximum width of 1 1/2 inches. Seal joints between concrete form panels with caulking,tape,or other approved method. 400-5.8.5 Placing of Concrete: Place the concrete in accordance with the requirements of 400-5.7.5. Immediately prior to placing the slab concrete, saturate concrete stay-in-place form panels with water. 400-5.8.6 Inspection: Inspect the concrete in accordance with the requirements of 400-5.7.6. After the deck concrete has been in place for a minimum period of two days, inspect the forms for cracks and excessive form deflection, and test for soundness and bonding of the forms by sounding with a hammer as directed by the Engineer. Remove, for visual inspection,form panels found to be cracked that show evidence of leakage and form panels which have a deflection greater than adjacent panels by 1/2 inch or more which show signs of leakage. If sounding discloses areas of doubtful soundness to the Engineer, remove the form panels from such areas for visual inspection after the concrete has attained adequate strength.Remove permanent bridge deck form panels at no expense to the Department. At locations where sections of the forms have been removed, the Engineer .44* not require the forms to be replaced. Repair the adjacent forms and supports to present a neat appearance and to ensure their satisfactory retention.As soon as the form is removed,the Engineer will examine the concrete surfaces for cavities,honeycombing, and other defects.If irregularities are found, and the Engineer determines that these irregularities do not justify rejection of the work,repair the concrete as directed and provide a General Surface Finish in accordance with 400-15.If the concrete where the form is removed is unsatisfactory, as determined by the Engineer,additional forms shall be removed as necessary to inspect and repair the slab, and modify the methods of construction as required to obtain satisfactory concrete in the slab. Remove and replace all unsatisfactory concrete as directed at no expense to the Department. If the methods of construction and the results of the inspections as outlined above indicate that the Contractor has obtained sound concrete throughout the slabs,the Contractor may moderate the amount of sounding and form removal,when approved. Provide all facilities for the safe and convenient conduct of the inspection procedures. 400-6 Underdrain and Weep Holes. Provide weep holes in all abutments and retaining walls. Provide a continuous underdrain for box culverts in accordance with Design Standard Index No. 289. Provide weep holes that are at least 3 inches in diameter and not more than 10 feet apart. Place the outlet ends of the weep holes just above the ground line in front of abutments and retaining walls. Cover the exterior openings of all weep holes with galvanized wire mesh and a minimum of 2 cubic feet of clean, broken stone or gravel wrapped in Type D 3 e filter fabric, to allow free drainage but prevent the fill from washing through. - 70- FPID(S): 428147-1-58-01, ETC. Packet Page-795- 10/8/2013 11 .A. 400-7 Placing Concrete. 400-7.1Weather Restrictions: 400-7.1.1 Concreting in Cold Weather: Do not place concrete when the air temperature at placement is below 45°F. Meet the air temperature requirements for mixing and placing concrete in cold weather as specified in Section 346.During the curing period, if NOAA predicts the ambient temperature to fall below 35°F for 12 hours or more or to fall below 30°F for more than 4 hours, enclose the structure in such a way that the air temperature within the enclosure can be kept above 50°F for a period of 3 days after placing the concrete or until the concrete reaches a minimum compressive strength of 1,500 psi. Assume all risks connected with the placing and curing of concrete. Although the Engineer may give permission to place concrete,the Contractor is responsible for satisfactory results. If the placed concrete is determined to be unsatisfactory, remove, dispose of, and replace the concrete at no expense to the Department. 400-7.1.2 Concreting in Hot Weather: Meet the temperature requirements and special measures for mixing and placing concrete in hot weather as specified in Section 346. When the temperature of the concrete as placed exceeds 75°F, incorporate in the concrete mix a water-reducing retarder or water reducer if allowed by Section 346. Spray reinforcing steel and metal forms with cool fresh water just prior to placing the concrete in a method approved by the Engineer. Assume all risks connected with the placing and curing of concrete. Although the Engineer may give permission to place concrete, the Contractor is responsible for satisfactory results. If the placed concrete is determined to be unsatisfactory,remove, dispose of, and replace the concrete at no expense to the Department. 400-7.1.3 Wind Velocity Restrictions: Do not place concrete for bridge decks if the forecast of average wind velocity at any time during the planned hours of concrete placement exceeds 15 mph. Obtain weather forecasts from the National Weather Service "Hourly Weather Graph" for the city closest to the project site. 400-7.2 Lighting Requirements: Provide adequate lighting for all concrete operations conducted at night. Obtain approval of the lighting system prior to starting the concrete operations. 400-7.3 Inspections before Placing Concrete: Do not place concrete until the depth and character of the foundation and the adequacy of the forms and falsework have been approved by the Engineer. Do not deposit any concrete until all reinforcement is in place and has been inspected and approved by the Engineer. 400-7.4 Exposure to Water: Do not expose concrete other than seal concrete in cofferdams to the action of water before final setting. Do not expose such concrete to the action of salt or brackish water for a period of seven days after placing the concrete.Protect the concrete during this period by keeping salt or brackish water pumped out of cofferdams. 400-7.5 General Requirements for Placing Concrete: Do not place any concrete prior to approval of the Contractors quality control plan in accordance with 105-3. Deposit concrete as nearly as possible in its final position. Do not deposit large quantities at one point and then run or work it along the forms. Take special care to fill each part of the forms,to work coarse aggregate back from the face, and to force concrete under and around reinforcing bars without displacing them. - 71 - FPID(S): 428147-1-58-01, ETC. Packet Page-796- 10/8/2013 11 .A. Use a method and manner of placing concrete that avoids the possibility of segregation or separation of aggregates. If the Engineer determines that the quality of concrete as it reaches its final position is unsatisfactory,remove it and discontinue or adjust the method of placing until the Engineer determines that the quality of the concrete as placed is satisfactory. Use metal or metal-lined open troughs or chutes with no aluminum parts in contact with the concrete.As an exception, chutes made of aluminum with a protective coating for ready mixed concrete trucks,no longer than 20 feet,may be used. This exception does not apply to any other means of concrete conveyance. Where steep slopes are required, use chutes that are equipped with baffles or are in short lengths that reverse the direction of movement. Where placing operations would involve dropping the concrete freely more than 5 feet,deposit it through pipes,troughs,or chutes of sheet metal or other approved material. Use troughs,chutes, or pipes with a combined length of more than 30 feet only with the Department's authorization. Keep all troughs, chutes, and pipes clean and free from coatings of hardened concrete by thoroughly flushing them with water after each run or more often if necessary. Place concrete against supporting material that is moist at the time of concrete placement. If additional water is required, uniformly apply it ahead of the concrete placement as directed by the Engineer. Do not place concrete on supporting material that is frozen. The Contractor may use a moisture barrier in lieu of controlling the foundation grade moisture when approved by the Engineer. 400-7.6 Placing Concrete by Belt Conveyor: Place concrete by means of a belt conveyor system with written Department authorization. Remove conveyor belt systems which produce unsatisfactory results before continuing operations. Take concrete samples for assurance testing at the discharge end of the belt conveyor system. Make available to the Engineer the necessary platform to provide a safe and suitable place for sampling and testing. Remove any concrete placed in an unsatisfactory manner at no expense to the Department before continuing operations. Use conveyor belt systems that do not exceed a total length of 550 feet, measured from end to end of the total assembly.Arrange the belt assembly so that each section discharges into a vertical hopper arrangement to the next section. To keep segregation to a minimum, situate scrapers over the hopper of each section to remove mortar adhering to the belt and to deposit it into the hopper.Equip the discharge end of the conveyor belt system with a hopper and a chute or suitable deflectors to cause the concrete to drop vertically to the deposit area. In order to avoid delays due to breakdowns,provide stand-by equipment with an alternate power source prior to the beginning of the placement. After the beginning of the placement,direct the discharge from the belt conveyor so that the concrete always falls on freshly placed concrete. 400-7.7 Placing Concrete by Pumping: In general,use concrete pumping equipment that is suitable in kind and adequate in capacity for the work proposed. Use a pump discharge line that has a minimum diameter of 4 inches. Use a pump and discharge lines that are constructed so that no aluminum surfaces are in contact with the concrete being pumped. Operate the pump to produce a continuous stream of concrete, without air pockets. When using cement slurry or similar material to lubricate the discharge line when pumping begins, collect such material at the point of discharge. Dispose of the collected slurry in areas provided by the Contractor. Control the pump discharge locations so that the placement locations of the various LOTs of concrete represented by strength test cylinders can be identified in the event the test cylinders indicate deficient strength. When concrete is placed by pumping,take all test samples - 72 - FPID(S): 428147-1-58-01, ETC. Packet Page-797- 10/8/2013 11 .A. of concrete at the end of the discharge line, except in accordance with the provisions of Section 346. 400-7.8 Consolidation: Consolidate the concrete by continuous working with a suitable tool in an acceptable manner, or by vibrating as set forth in 400-7.11. When not using vibrators, thoroughly work and compact all thin-section work with a steel slicing rod. Spade all faces, and flush the mortar to the surface by continuously working with a concrete spading implement. 400-7.9 Obstructions: In cases where,because of obstructions,difficulty is encountered in puddling the concrete adjacent to the forms,bring the mortar content of the mix into contact with the interior surfaces by vibrating the forms.Produce the vibrations by striking the outside surfaces of the forms with wooden mallets or by other satisfactory means. In placing concrete around steel shapes place it only on one side of the shape until it flushes up over the bottom flange of the shape on the opposite side, after which place it on both sides to completion.After the concrete has taken its initial set, exercise care to avoid jarring the forms or placing any strain on the ends of projecting reinforcing bars. 400-7.10 Requirements for Successive Layers: Generally,place concrete in continuous horizontal layers, approximately 12 inches thick. To avoid obtaining a plane of separation between batches,do not allow the time before placing the next successive layer to exceed 20 minutes,unless the Engineer determines that adequate fluidity exists in the underlying layer. Generally, leave each layer of concrete unfinished to secure efficient bonding with the overlying layer. To minimize the visibility of joints on exposed faces,finish the top surface of the concrete immediately adjacent to the forms of the exposed face,smoothing with a plaster mason's trowel. Where required,use inset form work to eliminate featheredges and to obtain concrete layers with a minimum thickness of 6 inches. Conduct the operation of depositing and consolidating the concrete so as to form a dense, impervious mass of uniform texture with smooth faces on exposed surfaces. Remove,dispose of, and replace defective concrete as directed by the Engineer and at no expense to the Department. 400-7.11 Vibration of Concrete: 400-7.11.1 General: Consolidate all concrete except seal, steel pile jackets, and concrete for incidental construction by the use of mechanical vibrators. 400-7.11.2 Vibrators: Provide adequate vibrators on the project that are approved by the Engineer before beginning concrete work. Generally,provide vibrators of the internal type. For thin sections, where the forms are especially designed to resist vibration,the Contractor may use external vibrators. Use a vibrator with a minimum frequency of 4,500 impulses per minute with sufficient intensity and duration to cause complete consolidation of the concrete without causing segregation of the materials. For vibrating thin,heavily reinforced sections,use heads of such size to secure proper vibration of the concrete without disturbance of either the reinforcing steel or the forms. 400-7.11.3 Number of Vibrators Required: Use a sufficient number of vibrators to secure the compaction of each batch before the next batch is delivered,without delaying the delivery. In order to avoid delays due to breakdowns,provide at least one stand-by vibrator, with an appropriate power source. 400-7.11.4 Method of Vibration:Use vibrators to consolidate properly placed concrete. Do not use them to move concrete about in the forms. Insert the vibrators in the surface of concrete at points spaced to ensure uniform vibration of the entire mass of the concrete. Insert the vibrator at points that are no further apart than the radius over which the vibrator is visibly effective. Allow the vibrator to sink into the concrete by its own weight,and allow it to penetrate - 73 - FPID(S): 428147-1-58-01,ETC. Packet Page-798- 10/8/2013 11.A. into the underlying layer sufficiently so that the two layers are thoroughly consolidated together. After thoroughly consolidating the concrete,withdraw the vibrator slowly to avoid formation of holes. 400-7.11.5 Hand Spading: When necessary in order to secure well-filled forms, free from aggregate pockets, honeycomb, bubbles,etc.,spade the concrete by hand,along the surfaces of the forms and in all corners,following the vibration. 400-7.12 Columns: Place concrete in columns in one continuous operation for each lift as shown in the plans. 400-7.13 Slabs and Bridge Decks: 400-7.13.1 Bulkheads, Screed Rails, and Screeding Devices: Strike-off the concrete using an approved metal screed operating on rails or bulkheads. Use devices which do not contain aluminum parts. Prior to placing concrete,provide an approved screed capable of striking-off and screeding the surface of the slab or deck to the required shape. Set all necessary bulkheads and screed rails to the required grade. Use bulkheads, screed rails,and screeding devices that permit vertical profile adjustment to the grade, satisfactory for providing straight transverse slopes, differing transverse slopes broken as shown in the plans and/or transverse slopes with changing grade along the longitudinal length of slab or deck. Locate the screed rails so the entire placement surface can be screeded to grade without using intermediate screed rails, unless approved otherwise by the Engineer. Use a screed consisting of a truss or heavy beams that will retain it's shape under all working conditions, and a set of rotating drums with a diameter sufficient to carry a 2 inch mortar roll in front of and parallel to the axis of the drums, while making an initial pass. Adjust the drums to prevent mortar buildup forming behind the trailing edges of the drums.For long bridges,as defined in 400-15.2.5.1,provide a device that automatically smoothes the concrete surface to an untextured finish and that is attached to, and is moved by,the rolling drum screed. As an alternate to the drum type screed, a mechanical screed with a metal strike-off may be used. Equip the mechanical screed with mechanical vibrators to provide continuous uniform vibration to the entire length unless otherwise authorized by the Engineer. Small and irregularly shaped areas that cannot be mechanically screeded may be screeded in a manner approved by the Engineer. 400-7.13.2 Screed Demonstration: Subsequent to the placement of all reinforcing steel and prior to placing any slab or deck concrete, demonstrate that the proposed equipment and methods can finish the concrete to the specified grades while maintaining the specified cover over the reinforcement. Provide the demonstration over the entire length and width of the spans to be placed. 400-7.13.3 Screeding Operations: Perform concrete placement and screeding as independently controlled mechanical operations. Ensure that the passing of the screed and forward movement of the screeding equipment are independent of the movement of concrete placement equipment. Level the concrete in front of the screed as near to the finished grade as possible to prevent the screed from rising off the rail and forming uneven ridges behind the screed. Pass the screed over the slab or deck as many times as necessary to obtain a satisfactory surface and provide a concrete surface true to grade and crown, and free of irregularities. Do not add water to the concrete surface to assist in finishing operations unless specifically authorized by the Engineer. If the Engineer permits the addition of water, - 74- FPID(S): 428147-1-58-01, ETC. Packet Page-799- 10/8/2013 11 .A. apply only a fog mist,above the concrete surface, by means of approved power driven spray equipment. For long bridges, as defined in 400-15.2.5.1, do not manually or mechanically float the concrete surface or apply a texture by broom or any other device to the concrete surface produced by the screeding process. Correct isolated surface irregularities in accordance with 400-15.2.5.3. 400-7.13.4 Placing Operations: Select an approved concrete design mix which ensures complete placement of all slab or deck concrete between construction joints before initial set begins in the plastic concrete. On placements of 50 yd3 or less,the minimum placement rate is 20 yd3/h. On placements of greater than 50 yd3,the minimum placement rate is 30 yd3/h. The Engineer will not permit slab or deck placements until an acceptable plan for meeting the minimum placement rate is approved. 400-7.13.5 Concrete Decks on Steel Spans: Where concrete decks are placed on steel spans,release the temporary supports under the bridge before placing any concrete. 400-7.13.6 Concrete Decks on T-Beams:For cast-in-place T-beam construction, cast the slabs and beams in one continuous operation.As an exception,where special shear anchorage or keys are provided for in the plans or approved by the Engineer,the beams and slabs may be constructed in successive placements. 400-7.13.7 Diaphragms: Place concrete diaphragms at least 48 hours before the bridge deck slabs are placed unless otherwise indicated in the plans. 400-7.13.8 Weather Protection: Provide an approved means of protecting unhardened concrete from rain.Position the protection system to shield the concrete from rain and running water.Provide a shield impervious to water over the slab or deck concrete,of sufficient size to protect all areas of slab or deck concrete subject to water damage,and include a means of intercepting and diverting water away from freshly placed concrete. Arrange the equipment so that the weather protection system can be erected over unhardened concrete. When there is a possibility of rain during concrete placement operations, place the weather protection system in stand-by readiness, capable of being deployed in a timely manner. Use the weather protection immediately when rain begins so that slab or deck concrete damage will not occur. Do not place concrete during rain. Assume responsibility for damage to the slab or deck in the case of failure of the weather protection system. Describe the weather protection materials and methods in the Contractor's quality control plan. 400-7.14 Concrete Box Culverts: In general,place the base slab or footing of concrete box culverts,and allow them to set before constructing the remainder of the culvert. In this case, make suitable provision for longitudinal keys.Construct bottom slabs,footings, and apron walls as a monolith if practicable. Where transverse construction joints are necessary,place them at right angles to the culvert barrel, and make suitable provision for keys. In the construction of box culverts having walls 6 feet or less in height,the sidewalls and top slab may be constructed as a monolith or may place the concrete in the walls and allow it to set before placing the top slab concrete. Where the height of the box culvert walls exceed 6 feet,place the walls,and allow the concrete to set at least 12 hours before placing the top slab concrete. In such cases, form keys in the sidewalls. drofft - 75 - FPID(S): 428147-1-58-01, ETC. Packet Page-800- 10/8/2013 11 .A. ,> When casting the walls and top slabs of box culverts as a monolith,ensure that any necessary construction joints are vertical.Design all construction joints with formed keys. Provide keys that are beveled as shown in the plans or as directed,but do not allow the edge of the beveled material forming the key to be less than 1 1/2 inches from the edge of the concrete. Construct each wingwall, if possible, as a monolith. Ensure that construction joints,where unavoidable, are horizontal and so located that no joints will be visible in the exposed face of the wing above the ground line. Precast box culvert sections may be used in lieu of cast-in-place box culvert construction provided the provisions in Section 410 are satisfied. 400-8 Seals. 400-8.1 General: Wherever practicable, dewater all foundation excavations, and deposit the concrete in the dry as defined in 455-15.2. Where conditions are encountered which render it impracticable to dewater the foundation before placing concrete,the Engineer may authorize the construction of a concrete foundation seal of the required size. Then, dewater the foundation,and place the balance of the concrete in the dry. When required to place seal concrete,the Contractor is responsible for the satisfactory performance of the seal in providing a watertight excavation for placing structural concrete. The Department will provide and pay for the seal concrete as an aid to the construction of the structure. Repair seal concrete as necessary to perform its required function at no expense to the Department. 400-8.2 Method of Placing: Carefully place concrete deposited under water in the space in which it is to remain by means of a tremie,a closed-bottom dump bucket of not less than 1 yd3 capacity, or other approved method. Do not disturb the concrete after depositing it.Deposit all seal concrete in one continuous placement. Do not place any concrete in running water, and ensure that all form work designed to retain concrete under water is watertight. 400-8.3 Use of Tremie: Use a tremie consisting of a tube having a minimum inside diameter of 10 inches, constructed in sections having water-tight joints. Do not allow any aluminum parts to have contact with the concrete. Ensure that the discharge end is entirely seated at all times, and keep the tremie tube full to the bottom of the hopper. When dumping a batch into the hopper,keep the tremie slightly raised (but not out of the concrete at the bottom)until the batch discharges to the bottom of the hopper. Stop the flow by lowering the tremie. Support the tremie such as to permit the free movement of the discharge end over the entire top surface of the work and to permit its being lowered rapidly when necessary to choke off or retard the flow. Provide a continuous, uninterrupted flow until completing the work.Exercise special care to maintain still water at the point of deposit. 400-8.4 Time of Beginning Pumping: Do not commence pumping to dewater a sealed cofferdam until the seal has set sufficiently to withstand the hydrostatic pressure, and in no case earlier than 72 hours after placement of the concrete. 400-9 Construction Joints. 400-9.1 Location: Make construction joints only at locations shown in the plans or in the placement schedule, unless otherwise approved in writing. If not detailed in the plans or placement schedule, or in case of emergency, place construction joints as directed. 400-9.2 Provisions for Bond and Transmission of Shear: Use shear key reinforcement where necessary to transmit shear or to bond the two sections together. - 76- FPID(S): 428147-1-58-01,ETC. Packet Page-801- 10/8/2013 11 .A. 400-9.3 Preparations of Surfaces: Before depositing new concrete on or against concrete which has hardened,re-tighten the forms. Roughen the surface of the hardened concrete in a manner that will not leave loosened particles,aggregate,or damaged concrete at the surface. Thoroughly clean the surface of foreign matter and laitance, and saturate it with water. 400-9.4 Placing Concrete: Continuously place concrete from joint to joint. Carefully finish the face edges of all joints which are exposed to view true to line and elevation. 400-9.5 Joints in Sea Water or Brackish Water: For concrete placed in sea water or brackish water,do not place any construction joints between points 2 feet below the mean low water elevation and 6 feet above the mean high water elevation. 400-9.6 Joints in Long Box Culverts: For long concrete box culverts,vertical construction joints may be placed at a spacing not less than 30 feet. When using transverse construction joints, ensure that longitudinal reinforcing steel is continuous through the joint and that the joint is vertical. 400-9.7 Crack Control Grooves in Concrete Bridge Decks: When the plans require crack control grooves in the top surface of decks, either install a tooled"V"groove prior to initial concrete set or saw a groove using an early entry dry cut saw. When using an early entry dry cut saw,operate in accordance with the manufacturer's recommendations. Commence sawing as soon as the concrete has hardened enough to permit standing on the surface without leaving visible tracks or impressions and before uncontrolled concrete cracks occur. 400-10 Expansion Joints. 400-10.1 General: After meeting the smoothness criteria in 400-15, construct expansion joints to permit absolute freedom of movement. Carefully remove all loose or thin shells of mortar likely to cause a spall with movement at a joint from all expansion joints as soon as possible. 400-10.2 Sealed Joints: Fill expansion joints with a preformed joint filler. Cut the filler to conform to the cross-section of the structure,and furnish it in as few pieces as practicable, using only a single piece in each curb section. Do not use small pieces that would tend to come loose.Prepare joints to be sealed and apply the sealer in accordance with approved manufacturer's directions. 400-10.3 Joint System Installation: Install expansion joints before or after the deck planing required by 400-15.2.5.5 following the manufacturer's instructions. When installed after deck planing, install the edge rail assemblies in the blockouts on a profile tangent between the ends of the deck and/or approach slab to within a plus 0 and minus1/4 inch variation. When installed before deck planing,install the edge rail assemblies 3/8 inch,plus or minus 1/16 inch, below the top surface of the deck or approach slab to compensate for concrete removal during planing. 400-11 Contact and Bearing Surfaces. 400-11.1 Separation of Surfaces: In general,separate all contact surfaces between superstructure and substructure or end walls and between adjacent superstructure sections by a layer of 55 lb roofing felt. 400-11.2 Finishing of Bearing Surfaces: Construct bearings surfaces (areas) to the tolerances as specified herein and in the other parts of the Contract Documents. When using neoprene bearing pads, finish the concrete surface to a uniform `rough' texture using a burlap drag,fine bristle broom or float.For metal or high load rotational bearings, fill minor depressions, 1/8 inch maximum, caused by finishing,bush hammering, or grinding with a low- - 77- FPID(S): 428147-1-58-01,ETC. Packet Page-802- 10/8/2013 11 .A. viscosity epoxy meeting the requirements of 926-1,Type F-2, applied by the use of a squeegee. Bearing surfaces may be ground to final position with carborundum. Check all bearing surfaces with a metallic straightedge prior to setting bearings or neoprene pads. 400-11.2.1 Deviation from Specified Elevations for Steel Beam Superstructures: Construct to the elevation shown on the plans plus or minus 0.01 feet and do not exceed a 0.01 feet difference between specified elevations of bearing areas of adjacent bearings measured between the centerlines of bearing areas. 400-11.2.2 Deviation from Specified Elevations for Concrete Beam Superstructures: Construct to the elevation shown on the plans plus or minus 0.02 feet. 400-11.2.3 Projecting Irregularities: Projecting irregularities will not exceed 1/16 inch. 400-11.2.4 Variations in Flatness for Neoprene Pads: In any direction,the pad is to be flat to within 1/16 inch. Pads designated to be sloped are not to deviate from the theoretical slope by the same amount. 400-11.2.5 Variations in Flatness for Metal or High Load Rotational Bearings: Construct the bearing area to the tolerance indicated for the measured length along the orthogonal axes. Bearing area length up to 30 inches long to plus or minus 1/16 inch. Bearing area length over 30 inches up to 45 inches long to plus or minus 3/32 inch. Bearing area length over 45 inches long to plus or minus 1/8 inch. 400-11.3 Bearing Pads: Use bearing pads for seating bridge shoes, ends of beams, and slabs of the types specified or required in the Plans. Furnish and install composite neoprene pads as detailed in the Plans.Place neoprene pads,where specified or required, directly on masonry surfaces finished in accordance with the requirements of this Article.Ensure that pads,bearing areas of bridge seats, and metal bearing plates are thoroughly cleaned and free from oil, grease, and other foreign materials. Exercise care in fabrication of related metal parts to avoid producing conditions detrimental to the performance of the pads, such as uneven bearing, excessive bulging, etc. The Engineer will evaluate the degree of deformation and condition of bearing pads in the completed bridge on or before the final inspection required by 5-10 or when requested by the Contractor. As directed by the Engineer, correct horizontal bearing pad deformations that at the time of inspection exceed 50%of the bearing pad thickness or that the Engineer predicts will exceed 50%of the bearing pad thickness during future high or low temperature periods. Payment for this correction effort will be considered extra work in accordance with 4-3. 400-12 Anchor Bolts and Dowels. Set anchor bolts and dowels as specified in Section 460. Galvanize all anchor bolts as specified in Section 962. 400-13 Epoxy Bonding Compounds. Where epoxy bonding compounds for bonding concrete are specified or required,apply the epoxy bonding materials only to clean, dry,structurally sound concrete surfaces.Provide surface preparation, application,and curing of epoxy bonding compound in strict accordance with the manufacturer's recommendations for each particular application. Use an epoxy bonding compound listed on the Department's Qualified Products List. - 78- FPID(S): 428147-1-58-01, ETC. Packet Page-803- 10/8/2013 11 .A. 400-14 Removal of Forms. Use the table below as the criterion for minimum time or compressive strength required before removal of forms or supports. When using the time period criterion, include in the time period all days except days in which the temperature falls below 40°F. Use the specified 28-day minimum compressive strength value as stated in 346-3.1 for each Class of Concrete utilized. Minimum Time for Form Minimum (%) of 28-day Location of Concrete Placement Removal for any Strength Compressive Strength for Concrete* Form Removal (1)Deck slabs,top slabs of culverts and bottom of caps,forms under sidewalks, and safety curb overhangs extending more than 2 feet (a)Class IT (Bridge Deck) 7 days** 75** (b) Class II (Other than Bridge Deck) 7 days 75 (c)Class III 7 days 70 (d)Class IV 7 days 60 (e)Class V 7 days 50 (2)Walls,piers,columns, sides of beams 24 hours*** 50*** and other vertical surfaces (3)Front face form of curbs 6 hours 70 *For mass concrete,remove forms in accordance with 346-3.3 **Reference 400-16.4 ***Do not place additional load on the section until 70%of the specified 28-day concrete strength is attained.Also,refer to 400-7.4. When using the percent of required strength, cast test cylinders for each mix for compressive strength determination or develop a curing concrete strength versus time curve (SIT Curve) which can be used in lieu of multiple test cylinders to determine when percent of required strength has been met. Prior to curve use; obtain the Engineer's approval of the S/T Curve and its supporting data. An approved testing laboratory may be used to provide this information with approval of the Engineer. Plot S/T Curves using at least three different elapsed times that begin once test cylinders are cast;however, one of the elapsed times must be prior to the Contractor's intended form removal. Each elapsed time plotted must have a corresponding compressive strength computed by averaging the compressive strength of two test cylinders. Cure such test cylinders as nearly as practical in the same manner as the concrete in the corresponding structural component, and test them in accordance with ASTM C 39 and ASTM C 31. Perform cylinder casting, curing,and testing at no expense to the Department and under the observation of the Engineer.When the SIT Curve indicates a compressive strength equal to or greater than the percentage of specified strength shown in the table above for form removal, the Contractor may remove the forms. When the ambient air temperature falls 15°F or more below the ambient air temperature that existed during development of a S/T Curve, use a S/T Curve that corresponds to the lower temperature and that is developed in accordance with this section. Do not remove forms at any time without the consent of the Engineer. Even when the Engineer provides consent to remove the forms, the Contractor is responsible for the work. - 79 - FPID(S): 428147-1-58-01, ETC. Packet Page-804- 10/8/2013 11.A. 4, 400-15 Finishing Concrete. 400-15.1 General Surface Finish (Required for All Surfaces): After placing and consolidating the concrete, strike-off all exposed surfaces to the lines and grades indicated in the plans in a manner that will leave a surface of uniform texture free of undesirable surface irregularities, cavities, and other defects.Cut back metal ties supporting reinforcement, conduit, and other appurtenances a minimum of 1 inch from finished surface.After removing excess mortar and concrete and while the concrete is still in a workable state,carefully tool all construction and expansion joints.Leave joint filler exposed for its full length with clean edges. Ensure that finished work in addition to that specified above is compatible and complementary to the class of surface finish required. Immediately after removing forms from any exposed concrete surface,remove all fins and irregular projections flush with the surface. Clean, saturate with water,and point all holes,tie cavities,honeycomb,chips and spalls with an approved high-strength,non-metallic, non-shrink grout meeting the requirements of Section 934, mixed and applied in accordance with the manufacturer's recommendations. Exercise care during the roughening process to prevent additional defacement and damage to the formed surface. In the event unsatisfactory surfaces are obtained,repair these surfaces by methods approved by the Engineer or the affected concrete will be rejected.Repair any surface or remove rejected concrete at no expense to the Department. 400-15.2 Surface Finishes: 400-15.2.1 General: In addition to the general surface work specified for all exposed concrete surfaces,the Engineer may require one of the classes of surface finish listed below.For all such exposed surfaces,begin finish work for the applicable class specified, along with the general finish work, immediately after removal of the forms. In order to further ensure the required quality of the finish, remove forms no later than the minimum time specified for the forms to remain in place. Satisfactorily repair finished concrete surfaces which are subsequently disfigured or discolored at no expense to the Department. Provide the required class of surface finish for the various items of structural concrete as shown in the plans. 400-15.2.2 Class 1 Surface Finish: As soon as the pointing has sufficiently set, thoroughly saturate the exposed surfaces with water, and rub them with a medium coarse carborundum stone. Continue rubbing until the surface has been ground to a paste and remove all form marks, irregularities, and projections.In this process,do not introduce any additive material other than water.After the rubbing has produced a smooth surface of uniform color,allow the material which has been ground to a paste to reset under proper curing conditions. Subsequently, as a second operation,re-saturate the concrete surfaces with water,and thoroughly rub them with a fine carborundum stone. Continue this rubbing until the surface has a smooth,fine grain texture of uniform color. The Contractor may substitute a Class 5 applied finish coating in accordance with 400-15.2.6 as an alternate surface finish on all areas where Class 1 surface finish is specified. 400-15.2.3 Class 2 Surface Finish: As soon as pointing has sufficiently set, thoroughly saturate the exposed concrete surfaces with water and rub them with a medium coarse carborundum stone. Continue rubbing until the surface has been ground to a paste and remove all form marks, irregularities, and projections. In this process, do not introduce any additive material other than water. - 80 - FPID(S): 428147-1-58-01, ETC. Packet Page-805- 10/8/2013 11 .A. After rubbing has produced a smooth surface finish, of uniform color, carefully brush the material which has been ground to a paste to a uniform texture, and allow it to reset under proper curing conditions. Carefully protect these surfaces from disfigurement and discoloration during subsequent construction operations. 400-15.2.4 Class 3 Surface Finish: Where this surface finish is specified, use metal forms or timber forms with a form liner. Where specified or required on the plans, use No. 89 coarse aggregate for concrete. After concrete has been placed in the forms and compacted,finish all exposed surfaces which are not contained by the forms to produce a surface texture as nearly equal to that produced by the form as practicable. Generally,finish unformed surfaces to a smooth, dense surface with a steel trowel. Perform all work, including general surface finish work, in a manner that will preserve the same surface texture and color produced by the form. Pointed areas may be rubbed with a dry carborundum stone. 400-15.2.5 Class 4 Deck Finish: 400-15.2.5.1 General:Apply a Class 4 finish on bridge decks and concrete approach slabs. On Short Bridges(bridges having a length less than or equal to 100 ft), and on Miscellaneous Bridges (Pedestrian, Trail and Movable Spans)regardless of length,meet the finish and smoothness requirements of 400-15.2.5.2 and 400-15.2.5.4. On Long Bridges (bridges having a length greater than 100 ft)meet the finish and smoothness requirements of 400-15.2.5.3 and 400-15.2.5.5. When an existing bridge deck is widened, see the plans for the finish and smoothness requirements of the existing bridge deck and its new widened section. After meeting the screeding requirements of 400-7.13 and curing requirements of 400-16 and the smoothness requirements, herein, groove the bridge deck and approach slabs. Regardless of bridge length, finish decks with less than 2 1/2 inches of top cover in accordance with the requirements for Short Bridges. 400-15.2.5.2 Plastic Surface Finish for Short and Miscellaneous Bridges: After screeding is completed, check the surface of the plastic concrete with a 10 foot straightedge, positioning and half-lapping the straightedge parallel to the centerline to cover the entire surface. Immediately correct deficiencies of more than 1/8 inch,measured as an ordinate between the surface and the straightedge. Finish the concrete surface to a uniform texture using a burlap drag, fine bristle broom or float.Finish the deck to a smooth surface having a sandy texture without blemishes,marks or scratches deeper than 1/16 inch. 400-15.2.5.3 Plastic Surface Finish for Long Bridges: Do not moisten, manually float or apply texture to the concrete surface after the screed, with attached smoothing device,has passed unless correction of isolated surface irregularities is warranted and this should be done as soon as possible after screeding while the concrete is plastic. Correct all flaws such as cavities, blemishes,marks, or scratches that will not be removed by planing. If the Engineer permits the addition of water when correcting flaws, apply moisture to the concrete surface only if required and only in the immediate vicinity of the isolated irregularity.Apply a quantity of moisture not greater than what is needed to facilitate correction of the irregularity and apply only a fog mist,above the concrete surface, by power driven spray equipment approved by the Engineer. 400-15.2.5.4 Smoothness Requirements for Short Bridges and Miscellaneous Bridges(including approach slabs): Perform a final straightedge check with a - 81 - FPID(S): 428147-1-58-01, ETC. Packet Page-806- 10/8/2013 11 .A. 10 foot straightedge, positioning and half-lapping the straightedge parallel to the centerline, approximately 5 feet apart to cover the entire surface. Correct all irregularities greater than 3/16 inch measured as an ordinate to the straightedge, by grinding.Perform grinding by the abrasive method using hand or power tools or by machine,to leave a smooth surface within a 1/8 inch tolerance. 400-15.2.5.5 Smoothness Evaluation and Concrete Surface Planing, Long Bridges (including approach slabs): Prior to planing,provide a smoothness evaluation of the completed bridge deck and exposed concrete surfaces of approach slabs by a computerized Cox California-type profilograph in accordance with the criteria herein and FM 5-558E.Furnish this evaluation through an independent provider approved by the Engineer,using equipment calibrated by the Engineer. All bridge deck and concrete approach slab surfaces to within 2 feet of gutter lines are subject to this smoothness evaluation. Prior to initial profilograph testing,complete work on the bridge deck and approach slabs. Thoroughly clean and clear the bridge deck and approach slab areas to be evaluated for smoothness of all obstructions and provide the smoothness evaluation.Ensure that no radio transmissions or other activities that might disrupt the automated profilograph equipment are allowed during the evaluation. Average the Profile Index Value for the bridge deck, including the exposed concrete surfaces of the approach slabs,for the left and right wheel path of each lane. The maximum allowable Profile Index Value for acceptable smoothness is 10 inches per mile utilizing the 0.2 inch blanking band. Apply these criteria to a minimum of 100 feet of each lane. Additionally, correct individual bumps or depressions exceeding a cutoff height of 0.3 inch from a chord of 25 feet(see ASTM E-1274)on the profilograph trace.Ensure that the surface meets a 1/4 inch in 10 feet straightedge check made transversely across the deck and approach slabs if determined necessary by the Engineer. Provide additional profilograph testing as necessary following longitudinal planing and any other actions taken to improve smoothness,until a profile meeting the acceptance criteria is obtained. Regardless of whether expansion joints are installed before or after deck planing is complete,plane off the concrete deck surface to a minimum depth of 1/4 inch and also meet or exceed the profilograph smoothness criteria.Longitudinally plane the entire bridge deck and exposed concrete surfaces of the approach slabs using a self-propelled planing machine with gang mounted diamond saw cutting blades specifically designed for such work. Use the profilograph generated smoothness data, to establish the optimum planing machine settings.Plane the deck surface to within 2 feet of the gutter line so that there is a smooth transition, without vertical faces or sudden surface discontinuities,from the fully planed surface to the unplaned surface. Use a machine with a minimum wheel base length of 15 feet, constructed and operated in such manner that it does not cause strain or damage to deck or approach slab surfaces, excessive ravels, aggregate fractures or spalling.The equipment shall be approved by the Engineer. Perform longitudinal planing parallel to the roadway centerline, and provide a consistent,textured surface. Clean the surface of all slurry/debris generated during this work concurrently with operation of the machine. After the deck has been planed the minimum 1/4 inch,reevaluate the surface smoothness using the profilograph testing described above.Perform cycles of planing and profilograph retesting as necessary until the deck and exposed concrete surfaces of approach slabs are in compliance with the smoothness criteria but do not exceed the maximum concrete removal depth of 1/2 inch. - 82- FPID(S): 428147-1-58-01, ETC. Packet Page-807- 10/8/2013 11.A. 400-15.2.5.6 Grooving: After the concrete surface profile, as required by 400-15.2.5, has been accepted by the Engineer,and prior to opening the bridge to traffic,groove the bridge deck and approach slabs perpendicular to the centerline of the structure.Do not groove the deck surface of pedestrian or trail bridges unless otherwise shown in the Contract Documents. Cut grooves into the hardened concrete using a mechanical saw device which will leave grooves nominally 1/8 inch wide and 3/16 inch deep. Space the grooves apart in random spacing center of grooves in the following sequence: 3/4 inch, 1-1/8 inch, 5/8 inch, 1 inch, 5/8 inch, 1-1/8 inch, 3/4 inch in 6 inch repetitions across the width to be grooved in one pass of the mechanical saw device. One 6 inch sequence may be adjusted by 1/4 sequence increments to accommodate various cutting head widths provided the general pattern is carried out. The tolerance for the width of the grooves is plus 1/16 inch to minus 0 inch and the tolerance for the depth of grooves is plus or minusl/16 inch. The tolerance for the spacing of the grooves is plus orminusl/16 inch. Cut grooves continuously across the deck or approach slab to within 18 inches of gutter lines at barrier rail, curb line and median divider.At skewed metal expansion joints in bridge deck surfaces,adjust groove cutting by using narrow width cutting heads so that all grooves of the bridge deck surface or approach slab surface end within 6 inches, measured normal to centerline of the joint, leaving no ungrooved surface adjacent to each side of the joint greater than 6 inches in width.Ensure that the minimum distance to the first groove, measured normal from the edge of the concrete joint or from the junction between the concrete and the metal leg of the armored joint angle, is 1 inch.Produce grooves that are continuous across construction joints or other joints in the concrete surface less than 1/2 inch wide. Apply the same procedure described above where the gutter lines at barrier rails, curb lines and median dividers are not parallel to the centerline of the bridge to maintain the 18 inches maximum dimension from the grooves to the gutter line. Cut grooves continuously across formed concrete joints. 400-15.2.6 Class 5 Applied Finish Coating: 400-15.2.6.1 General: Place an applied finish coating upon all concrete surfaces where the plans indicate Class 5 Applied Finish Coating. Apply the finish coating after completion of the general surface work specified for all exposed concrete surfaces. Select an Applied Finish Coating from the Departments Qualified Products List meeting the requirements of Section 975. 400-15.2.6.2 Material: For the coating material,use a commercial product designed specifically for this purpose.Use only coating material that is manufactured by one manufacturer and delivered to the job site in sealed containers bearing the manufacturer's original labels. Submit a copy of the manufacturer's printed instructions to the Engineer. 400-15.2.6.3 Surface Preparation: Prepare the surface prior to the application of an applied finish coating by providing a surface finish in accordance with the requirements of 400-15.1. The Engineer will not require surface voids that are 1/4 inch or less in width and depth to be grouted prior to application of the finish coating.Fill surface void larger than 1/4 inch in width and depth an approved high strength,non metallic,non shrink grout meeting the requirements of Section 934,mixed and applied in accordance with the manufacturer's recommendations.Apply the grout by filling the surface voids using burlap pads, float sponges, or other acceptable methods.As soon as the grout has taken its initial set,brush the surface to remove all loose grout, leaving the surface smooth and free of any voids. Ensure that the surface to be coated is free from efflorescence, flaking coatings,curing compound, dirt, - 83 - FPID(S): 428147-1-58-01,ETC. Packet Page-808- 10/8/2013 11.A. oil, and other substances deleterious to the applied finish coating. Prior to application of the finish coating onto precast or cast-in-place concrete surfaces,test the concrete surface at 30 foot intervals for the presence of curing compound using one or two drops of muriatic acid placed on the concrete surface. If curing compound is present,there will be no reaction between the acid and the concrete.If there is no reaction,remove the compound by pressure washing the concrete surfaces. Prepare the surfaces in accordance with the manufacturer's recommendations,and ensure that they are in a condition consistent with the manufacturer's requirements. Clean surfaces of existing structures in accordance with 400-19. 400-15.2.6.4 Application: Apply the finish coating utilizing a method recommended by the manufacturer. When applying the finish coating by spraying, supply heavy duty spray equipment capable of maintaining a constant pressure necessary for proper application. Mix and cure all coating materials in accordance with the manufacturer's printed instructions.Apply the finished coating at a rate of 50, plus or minus 10 ft2/gal. 400-15.2.6.5 Finished Product: Produce a texture of the completed finish coat that is generally similar to that of rubbed concrete. Ensure that the completed finished coating is tightly bonded to the structure and presents a uniform appearance and texture. If necessary, apply additional coats to produce the desired surface texture and uniformity. Upon failure to adhere positively to the structure without chipping, flaking, or peeling, or to attain the desired surface appearance,remove coatings entirely from the structure, and reapply the finish coating after surface preparation until achieving the desired finished product.Do not allow the average thickness of the completed finish coating to exceed 1/8 inch. 400-15.2.6.6 Material Tests and Certification: Before any portion of any shipment of finish coating is applied on the project, furnish the Engineer with a certificate from vik:" the manufacturer attesting that the commercial product furnished conforms to the same formula as that previously subjected to the tests specified in Section 975. In addition, submit the following product analysis,obtained from the manufacturer, for each batch of the material used: (a)Weight per gallon. (b)Consistency(Krebs Units). (c)Weight percent pigment. (d) Weight percent vehicle solids. (e)Infra-red spectra of vehicle solution. 400-15.2.7 Final Straightedging for Surfaces to Receive Asphalt Concrete Surface: Test the slab surfaces of poured-in-place decks which are to be surfaced with an asphalt concrete wearing course for trueness with a 10 foot straightedge,as specified above.As an exception,correct only irregularities of more than 1/4 inch measured as an ordinate (either above or below the general contour of the surface). The Engineer will not require belting or brooming of slabs that are to be surfaced with an asphalt concrete wearing course. For curing,meet the requirements specified for other deck slabs. 400-15.2.8 Finishing Bridge Sidewalks: Finish bridge sidewalks in accordance with the applicable requirements of Section 522. 400-16 Curing Concrete. 400-16.1 General: Cure cast-in-place and precast(non-prestressed)concrete as required herein for a minimum duration of 72 hours. If forms are loosened or removed before the 72 hour curing period is complete, expand the curing to cover these surfaces by either coating with curing compound or extending the continuous moist cure area. - 84- FPID(S): 428147-1-58-01, ETC. Packet Page-809- 10/8/2013 11.A. Until curing has begun, retain concrete surface moisture at all times by maintaining a surface moisture evaporation rate less than 0.1 lb/ft2/hr. Periodically,at the site of concrete placement prior to and during the operation,measure the ambient air temperature, relative humidity and wind velocity with industrial grade weather monitoring instruments to determine the on-site evaporation rate. If the evaporation is, or is likely to become 0.1 lb/ft-2/hr or greater,employ measures to prevent moisture loss such as application of evaporation retarder, application of supplemental moisture by fogging or reduction of the concrete temperature during batching. Compute the evaporation rate by using the nomograph in the ACI manual of Concrete Practice Part 2, Section 308R Guide to Curing Concrete,or by using an evaporation rate calculator approved by the Engineer. 400-16.2 Methods: Except where other curing methods are specified, select from the following options the chosen method(s) for curing all concrete components and indicate the method to be used in the Quality Control Plan. (a) Continuous Moisture: Place burlap on the surface and keep it continuously saturated for the curing period by means of soaker hoses or automatic sprinklers. Water flow may be metered to cycle repetitively for five minutes on and five minutes off during the 72 hour curing period.Do not apply moisture manually. If side forms are loosened or removed during the curing period, extend the burlap so as to completely shield the sides of the members. (b) Membrane Curing Compound: Apply a white Type 2 curing compound to all surfaces at a uniform coverage as recommended by the manufacturer but not less than 0.06 gal/yd2.Allow surfaces covered by the membrane curing compound to remain undisturbed for the curing period. Recoat any cracks,checks or other defects in the membrane seal which are detected during the curing period within one hour.If side forms are loosened during the curing period, maintain surface moisture and remove the forms within one hour and immediately coat the formed surfaces with a membrane curing compound. Bottom surfaces shall be similarly coated after removal of or from the forms. If curing compound is to be applied by spraying, use a compressor driven sprayer of sufficient size to provide uniform mist. Standby equipment is required in case of mechanical failure and hand held pump-up sprayers may be used only as standby equipment. (c) Curing Blankets: Curing blankets may be used for curing the top surfaces of members while the member side forms remain in place. Do not use curing blankets which have been torn or punctured. Securely fasten all edges to provide as tight a seal as practical. Should the system fail to maintain a moist condition on the concrete surface, discontinue use of the blankets and continue curing using another method.Keep curing blankets in place for the duration of the curing period. (d) Accelerated Cure: (1) General: Accelerated curing of the concrete can be achieved by use of either low pressure steam curing,radiant heat curing or continuous moisture and heat curing. If accelerated curing is completed before the 72 hour curing period has elapsed, continue curing for the remaining part of the 72 hour curing period in accordance with one of the curing methods listed above. If accelerated curing is used, furnish temperature recording devices that will provide accurate,continuous and permanent records of the time and temperature relationship throughout the entire curing period. Provide one such recording thermometer for each 200 feet of placement length or part thereof. Initially calibrate recording thermometers and recalibrate at least annually. - 85 - FPID(S): 428147-1-58-01, ETC. Packet Page-810- 10/8/2013 11.A. The preheating period shall equal or exceed the time of initial set as determined by ASTM C 403 and shall not be less than 4 hours. When the ambient air temperature is above 50°F, allow the member to remain undisturbed in the ambient air for the preheating period.if the ambient air temperature is below 50°F,apply heat during the preheating period to hold the air surrounding the member at a temperature of 50 to 90°F. To prevent moisture loss from exposed surfaces during the preheating period,enclose members as soon as possible after casting or keep the surfaces wet by fog mist or wet blankets. Use enclosures for heat curing that allow free circulation of heat about the member with a minimum moisture loss. The use of tarpaulins or similar flexible covers may be used provided they are kept in good repair and secured in such a manner to prevent the loss of heat and moisture.Use enclosures that cover the entire placement. During the application or removal of the heat,do not allow the temperature rise or fall within the enclosure to exceed 40°F/hr. Do not allow the curing temperature throughout the enclosure to exceed 160°F. Maintain the curing temperature within a temperature range of 130 to 160°F until the concrete has reached the required form removal strength for precast and cast-in-place components or the required release strength for prestressed concrete components. (2)Low-Pressure Steam:The steam used shall be in a saturated condition. Do not allow steam jets to impinge directly on the concrete,test cylinders, or forms. Cover control cylinders to prevent moisture loss and place them in a location where the temperature is representative of the average temperature of the enclosure. (3) Curing with Radiant Heat: Apply radiant heat by means of pipes circulating steam, hot oil or hot water,or by electric heating elements. Do not allow the heating elements to come in direct contact with the concrete or the forms.Distribute sources of heat in a manner that will prevent localized high temperatures above 160°F. To prevent moisture loss during curing,keep the exposed surfaces wet by fog mist or wet blankets. (4) Continuous Moisture and Heat: This method consists of heating the enclosure in combination with the continuous moisture method described above. In addition to the curing blankets, an auxiliary cover for retention of the heat will be required over the entire placement. Support this cover at a sufficient distance above the placement being cured to allow circulation of the heat. 400-16.3 Silica Fume Concrete: Cure silica fume concrete a minimum of 72 hours using continuous moisture cure.No substitution of alternative methods nor reduction in the time period is allowed. After completion of the 72 hour curing period, apply a membrane curing compound to all concrete surfaces.Apply curing compound according to 400-16.2. 400-16.4 Bridge Decks: Cure bridge decks for a duration of seven days. Apply a membrane curing compound to the deck top surface in accordance with 400-16.2 using a compressor driven sprayer. In general, apply curing compound to a concrete deck when the surface is damp and after all pooled water has evaporated. For Short bridges,begin applying curing compound immediately after the initially placed concrete has been floated, straightedged, textured and a damp surface condition exists and continue applying compound as concrete placement progresses with as little interruption as possible until the entire deck surface has been coated with compound. For Long bridges, begin applying curing compound to the initially placed concrete as soon as a damp surface condition exists and continue applying compound as concrete placement progresses with as little interruption as possible until the entire deck surface has been coated with compound. However, for both Short and Long bridges,the elapsed time - 86- FPID(S): 428147-1-58-01, ETC. Packet Page-811- 10/8/2013 11.A. .sue between the initial placement of deck concrete and the completed application of curing compound must not exceed 120 minutes.The 120 minute limit may be extended by the Engineer if project specific factors(cool temperatures,high humidity,retarding admixtures, etc.)are prolonging wet surface conditions. Prior to the first deck placement, submit to the Engineer the method that will be used to periodically measure the rate of application of curing compound in, gallons/sq ft as the deck placement progresses.Prior to the placement of each deck, submit to the Engineer the anticipated quantity of curing compound in gallons along with the corresponding square feet of deck to be covered to meet the coverage rate in 400-16.2. Compute the actual quantity of curing compound applied at the conclusion of each deck placement and submit the quantity to the Engineer. Apply the curing compound from a work platform. Place curing blankets on all exposed surfaces which are not formed as soon as possible with minimal effect on the surface texture. Place the curing blankets with sufficient overlapping seams to form an effective moisture seal. Before using curing blankets,mend tears, splits,or other damage that would make them unsuitable.Discard curing blankets that are not repairable. Wet all curing blankets immediately after satisfactorily placing them and maintain them in a saturated condition throughout the seven day curing period. Supply sufficient quantity of potable water at the job site for wetting the blankets. Where a bridge deck slab is to be subjected to walking, wheeling or other approved construction traffic within the seven day curing period, protect the curing blankets and the slab surface from damage by placing wooden sheeting,plywood or other approved protective material in the travel areas. When the ends of the curing blankets are rolled back to permit screeding of adjacent bridge deck slabs,keep the exposed surfaces wet throughout the period of exposure. Removal of bottom and side forms after 72 hours is acceptable upon compliance with 400-14. Apply membrane curing compound to all surfaces stripped of forms within one hour of loosening. Apply curing compound according to 400-16.2. 400-16.5 Construction Joints: Cure construction joint areas using either the continuous moisture or curing blankets method. 400-16.6 Traffic Barriers,Railings,Parapets and End Post:Ensure concrete is cured in accordance with 400-16.2(b). When construction is by the slip form method, coat all concrete surfaces with a curing compound that meets the requirements of 925-2,either within 30 minutes of extrusion or before the loss of water sheen,whichever occurs first.Ensure a curing compound coating period of not less than seven days after application.Prior to each concrete placement, submit to the Engineer the method that will be used to periodically measure the rate of application in gallons/sq ft.Also,prior to each placement, submit to the Engineer the anticipated quantity of curing compound in gallons that will be used to meet the coverage rate specified in 400-16.2 along with the corresponding square footage of barriers,railings,parapets and end posts to be coated with that quantity. Compute the actual quantity of curing compound that is applied during each concrete placement and submit the quantity to the Engineer. Applied Finish Coatings,that are on the Qualified Products List and that are flagged as permitted for use as a curing compound, may be used in lieu of a curing compound; If an Applied Finish Coating is used in lieu of a curing compound, have a backup system that is in full compliance with 400-16.2(b)available at all times to ensure that an effective alternative system will be immediately available if the Applied Finish Coating cannot be applied within 30 minutes of extrusion or before the loss of water sheen. - 87- FPID(S):428147-1-58-01,ETC. Packet Page-812- 10/8/2013 11 .A. 400-16.7 Removal of Membrane Curing Compounds: Provide the longest possible curing duration; however,remove curing compound on portions of members to be bonded to other concrete.Compounds may be removed by either sand or water blasting.Water blasting requires the use of potable water and a minimum nozzle pressure of 2,900 psi. 400-17 Protection of Concrete. 400-17.1 Opening to Traffic: Close concrete bridge decks and culverts to traffic for a period of at least 14 days after placing and for such additional times as deemed advisable. In the operation of placing,the Contractor may wheel concrete across previously poured slabs after they have set for 24 hours,provided plank runways are used to keep the loads over the beams. 400-17.2 Storing Materials on Bridge Slabs: Do not store heavy equipment or material, other than light forms or tools,on concrete bridge slabs until 14 days after they have been poured.For all stockpiles,tools,and equipment stored on bridge slabs at any time,obtain prior approval by the Department, and the Engineer will require any such stored materials or equipment to be dispersed in order to avoid overloading any structural part. 400-17.3 Time of Placing Superstructure: In the case of piers or bents with concrete caps, do not place the weight of the superstructure or of beams on the caps until they have reached the age of 10 days. 400-17.4 Alternate Procedure: As an alternate procedure, in lieu of the time delay periods set forth in 400-17.1 and 400-17.3,test beams or cylinders may be cast from representative concrete and cured identically with the concrete in the corresponding structural component.Make the test beams in accordance with ASTM C31 and test them in accordance with ASTM C78. When the test results indicate a minimum flexural strength of 550 psi for #0,` beams or the minimum 28 day compressive strength shown in the Plans, concrete bridge decks 44, - and culverts may be opened to traffic or the superstructure and beams may be placed on caps. However,regardless of beam or cylinder break results, fully comply with the bridge deck curing provisions of 400-16.4, including the requirement for curing blankets to remain in place for seven days. 400-18 Precast Planks,Slabs,and Girders. 400-18.1 General: Where so shown in the Contract Documents,the Contractor may construct concrete planks, slabs, girders, and other structural elements by precasting. In general, use a method that consists of casting structural elements in a casting yard, curing as specified in 400-16,transporting them to the site of the work, installing them on previously prepared supports and,where so shown in the plans,joining them with poured-in-place slabs or keys. Handle and install precast prestressed members as specified in Section 450. 400-18.2 Casting: Cast precast elements on unyielding beds or pallets. Use special care in casting the bearing surfaces on both the elements and their foundations in order that these surfaces shall coincide when installing the elements. Check bearing surfaces on casting beds with a level and a straightedge prior to the casting. Similarly check corresponding surfaces on the foundations during finishing operations. 400-18.3 Poured-in-Place Keys: Where precast elements are to be joined with poured- in-place keys,carefully align the elements prior to pouring the keys. 400-18.4 Surface Finish: Finish the surface as specified in 400-15,except that where precast slabs and poured-in-place keys form the riding surface,give the entire surface a broomed finish. - 88 - FPID(S):428147-1-58-01, ETC. Packet Page-813- 10/8/2013 11 .A. 400-18.5 Moving, Placing,and Opening to Traffic: Reinforced precast members may be moved from casting beds, placed in the structure, and opened to traffic at the ages shown in the following table: Handling from casting beds to storage areas 7 days Placing in structure 14 days Opening to traffic: Precast elements 14 days Cast-in-place slabs over precast girders 14 days Cast-in-place keys joining precast slabs 7 days As an alternate procedure, in lieu of the time delay periods set forth above, test beams may be cast from representative concrete,and cure them identically with the concrete in the corresponding structural component. Test the test beams in accordance with ASTM C 31 and ASTM C 78. When the test results indicate a flexural strength of 550 psi, or more, any of the operations listed above may proceed without completing the corresponding time delay period. 400-18.6 Setting Prestressed Slabs: Before permitting construction equipment on the bridge to erect slab units, submit sketches showing axle loads and spacing and a description of the intended method of setting slab units to the Engineer for approval. Do not use axle loads, spacing, and methods of setting which produce stresses in the slab units greater than the allowable stress. 400-18.7 Protection of Precast Elements: The Contractor is responsible for the safety of precast elements during all stages of construction.The Engineer will reject any precast elements that become cracked,broken, seriously spalled,or structurally impaired. Remove rejected precast elements from the work at no expense to the Department. 400-18.8 Form Material: Form material used to form hollow cores may be left in place. Ensure that the form material is neutral with respect to the generating of products harmful to the physical and structural properties of the concrete. The Contractor is responsible for any detrimental effects resulting from the presence of the form material within the precast element. 400-19 Cleaning and Coating Concrete Surfaces of Existing Structures. For the purposes of this article, an existing structure is one that was in service prior to the start of the project to which this specification applies. For existing structures, clean concrete surfaces that are designated in the Contract Documents as receiving Class 5 applied finish coating by pressure washing prior to the application of coating. Use pressure washing equipment producing a minimum working pressure of 2,500 psi when measured at or near the nozzle. Do not damage or gouge uncoated concrete surfaces or previously coated concrete surfaces during cleaning operations. Remove all previously applied coating that is no longer adhering to the concrete or that is peeling, flaking or delaminating. Ensure that after the pressure wash cleaning and the removal of non-adherent coating,that the cleaned surfaces are free of efflorescence, grime, mold,mildew, oil or any other contaminants that might prevent proper adhesion of the new coating.After cleaning has been successfully completed, apply Class 5 Applied Finish Coating in accordance with 400-15.2.6 or as otherwise specified in the Plans. 400-20 Approach Slabs. Construct approach slabs at the bridge ends in accordance with the applicable requirements of Section 350 using Class II (Bridge Deck) concrete. Place the reinforcement as specified in 350-7 and Section 415. - 89- FPID(S):428147-1-58-01,ETC. Packet Page-814- 10/8/2013 11.A. The approach slab may be opened to traffic,vehicular or construction equipment, 14 days after concrete placement or after the prescribed curing period has elapsed and the concrete has attained the required 28 day cylinder strength. 400-2 Disposition of Cracked Concrete. 400-21.1 General:The disposition of cracked concrete is described in this Article and applies to all cast-in-place concrete members, and once installed,to the precast and prestressed concrete members that are produced in accordance with 410, 450, 521, 534,548 and 641. 400-21.2 Investigation,Documentation and Monitoring:The Engineer will inspect concrete surfaces as soon as surfaces are fully visible after casting,with the exception of surfaces of precast concrete products produced in offsite plants, between 7 and 31 days after the component has been burdened with full dead load,and a minimum of 7 days after the bridge has been opened to full unrestricted traffic.The Engineer will measure the width, length and depth of each crack and establish the precise location of the crack termination points relative to permanent reference points on the member. The Engineer will determine if coring of the concrete is necessary when an accurate measurement of crack depth cannot be determined by use of a mechanical probe.The Engineer will monitor and document the growth of individual cracks at an inspection interval determined by the Engineer to determine if cracks are active or dormant after initial inspection.The Engineer will perform all final bridge deck crack measurements once the deck is free of all debris and before transverse grooves are cut and after planing is complete for decks that require planing. Provide the access,equipment and personnel needed for the Engineer to safely perform this work at no expense to the Department. Core cracks for use by the Engineer in locations and to depths specified by the Engineer at no expense to the Department. 400-21.3 Classification of Cracks: The Engineer will classify cracks as either nonstructural or structural and determine the cause. In general,nonstructural cracks are cracks 1/2 inch or less deep from the surface of the concrete;however,the Engineer may determine that a crack greater than 1/2 inch deep is nonstructural. In general,structural cracks are cracks that extend deeper than 1/2 inch.A crack that is fully or partially underwater at any time during its service life will be classified as a structural crack unless the Environment note on the General Notes sheet in the plans categorizes the substructure as slightly aggressive, in which case,the nonstructural crack criteria may apply as determined by the Engineer. Review and comment on the Engineer's crack classification; however,the Engineer will make the final determination. 400-21.4 Nonstructural Cracking Significance: The Engineer will determine the Cracking Significance. The Cracking Significance will be determined on the basis of total crack surface area as a percentage of total concrete surface area. Cracking significance will be categorized as Isolated, Occasional,Moderate or Severe according to the criteria in Tables 1 and 2. Cracking Significance will be determined on a LOT by LOT basis. A LOT will typically be made up of not more than 100 square feet and not less than 25 square feet of concrete surface area for structures other than bridge decks or typically not more than 400 square feet or not less than 100 square feet for bridge decks. A LOT will not extend beyond a single Elevation Range as shown in Table 1 or 2. Review and comment on the Engineer's determination of Cracking Significance; however,the Engineer will make the final determination. 400-21.5 Repair Method: Repair or remove and replace cracked concrete as directed by the Engineer.Additional compensation or a time extension will not be approved for repair or - 90 - FPID(S): 428147-1-58-01, ETC. Packet Page -815- 10/8/2013 11.A. removal and replacement of cracked concrete when the Engineer determines the cause to be the responsibility of the Contractor. 400-21.5.1 Nonstructural Cracks:Repair each crack using the method as determined by the Engineer for each LOT in accordance with Table 1 or 2.When further investigation is required to determine repair or rejection, either remove and replace the cracked concrete or provide a structural evaluation signed and sealed by the Contractor's Engineer of Record that includes recommended repair methods and a determination of structural capacity and durability to the Engineer.Upon approval by the Engineer,repair the cracked concrete.Upon approval by the Engineer use epoxy injection in accordance with Section 411 to repair cracks in a member inside a dry cofferdam prior to flooding of the cofferdam. "Reject and Replace" in Table I or 2 means there is no acceptable repair method. 400-21.5.2 Structural Cracks: Provide a structural evaluation signed and sealed by the Contractor's Engineer of Record that includes recommended repair methods and a determination of structural capacity and durability to the Engineer.Upon approval by the Engineer, repair the cracked concrete. Complete all repairs to cracks in a member inside a cofferdam prior to flooding the cofferdam. - 91 - FPID(S):428147-1-58-01,ETC. Packet Page-816- 10/8/2013 11 .A. Table I ! DISPOSITION OF CRACKED CONCRETE OTHER THAN BRIDGE DECKS [see separate Key of Abbreviations and Footnotes for Tables 1 and 2] C racking Significance Range per LOT(I) Crack Width Occasional Moderate Severe Isolated Elev. Range (inch)(2) Less than 0 005% 0.005% 0.017% 0.029%or gtr. Range to<0.017% to<0.029% _ x=crack width Environment Category SA MA EA SA MA EA SA MA EA SA MA EA x<0.004 NT NT PS NT PS PS PS PS (6) (6) (6) (6) (6) 0.004<x< NT PS El PS EI EI PS 0.008 (6) (3) (6) (3) (3) (6) Fri__,__ 0.008<x< NT PS EI 0.012 (6) 3 0.012<x< PS (6) Investigate to Determine Appropriate 0.016 Repair(4'5)or Rejection eg 0.016<x<_ P J 0.020 0 0 0.020<x< 0.024 Reject and Replace ms 0.024<x< > 0.028 Efi x> 0.028 Crack Width SA MA EA SA MA EA SA MA EA SA MA EA x<0.004 NT NT PS NT PS PS PS PS PS PS (6) (6) (6) (6) (6) (6) (6) 3 0.004<x< NT PS EI PS PS EI PS EI F- . 0.008 (6) (3) (6) (6) (3) (6) (3) ■ 0.008<x< NT PS EI El EI N 0.012 (6) O 0.012<x< PS EI EI EI A—El w 0.016 (6) `° 0.016<x< LI 0 0.020 P 0.020<x< Investigate to Determine Appropriate Reject and Replace P. 0.024 Repair(4.5)or Rejection • ■ 0.024<x<_ a 0.028 w x>0.028 6, Crack Width SA MA EA SA MA , EA SA MA EA SA +� > 2 x<0.004 NT NT NT NT PS PS PS PS PS PS O c E— (6) (6) (6) (6) (6) (6) v .71 `c 0.004<x< NT PS PS PS PS El PS EI EI PS ;4 .. 0.008 (6) (6) (6) (6) (3) (6) (3) (3) (6) - 92- FPID(S): 428147-1-58-01,ETC. Packet Page-817- 10/8/2013 11 .A. 0.008<x< NT PS EI EI EI EI El EI I ,_.,....r 0.012 (6) 0.012<x< PS EI EI EI EI EI I 0.016 (6) ■ 0.016<x< EI EI EI EI 0.020 0.020<x< El I Investigate to Determine Appropriate 0.024 Repair(4,S)or Rejection 0.024<x< Reject and Replace 0.028 x>0.028 - 93 - FPID(S): 428147-1-58-01, ETC. Packet Page-818- 10/8/2013 11 .A. Table 2 DISPOSITION OF CRACKED CONCRETE BRIDGE DECKS [see separate Key of Abbreviations and Footnotes for Tables 1 and 2) Cracking Significance Range per LOT(1) Isolated Occasional Moderate Severe Crack Width 0.005% 0.017%to<0.029% 0.029%or Elev. less than 0.005% Range(inch)(2) to<0.017% gtr• Range Environment Cate x=crack width S MA EA SA M EA SA MA EA S M E A A A A A x<0.004 N NT NT NT NT NT NT NT NT T _ 3 0.004<x< N NT El/ NT NT EI/M El/ El/ EI/M 0.008 T M M M Q 0.008<x< N NT EI/ NT El/ EI/M EI/ EI/ 0) 0.012 T M M M M 0.012<x< N NT El/ NT Ell 5 0.016 , T M M N 0.016<x< EI EI/ EI EI 0.020 /M M 0 0.020<x< EI EI EI Investigate to Determine Reject and 0.024 /M Appropriate Repair(4.5)or -4- Replace e wj• ` 0.024<x< E1 EI Rejection 0.028 /M x>0.028 Crack Width S MA EA SA M EA SA MA EA S M E ., A A A A A x_<0.004 N NT NT NT NT NT NT NT NT N T _ as R 0.004<x< N NT NT NT NT EI/M NT EI/ El/M 0.008 T M 0 0.008<x< N NT El/ NT NT EI/M El/ Eli L• 3 0.012 T M M M - ' -9, 0.012<x< N NT El/ NT El/ � a 0.016 T M M 0.016<x< N EI/ EI EI/ I S 0.020 T M M Investigate to Determine Appropriate Repair(4'5)or 0.020<x< N El/ EI Rejection Reject and 1 0.024 T M Replace v 0.024<x< N EII w 0.028 T M x>0.028 - 94- FPID(S):428147-1-58-01, ETC. Packet Page-819- 10/8/2013 11 .A. Key f Abbreviations and Footnotes for Tables 1 and 2 Type Abbreviation I Abbreviation I Definition EI Epoxy Injection Repair Method M Methacrylate NT No Treatment Required _ PS Penetrant Sealer EA Extremely Aggressive Environment Category MA Moderately Aggressive SA Slightly Aggressive Reference Elevation AMHW Above Mean High Water Footnotes (1)Cracking Significance Range is determined by computing the ratio of Total Cracked Surface Area(TCSA)to Total Surface Area(TSA)per LOT in percent[(TCSA/TSA)x 100]then by identifying the Cracking Significance Range in which that value falls. TCSA is the sum of the surface areas of the individual cracks in the LOT. The surface area of an individual crack is determined by taking width measurements of the crack at 3 representative locations and then computing their average which is then multiplied by the crack length. (2) Crack Width Range is determined by computing the width of an individual crack as computed in (1) above and then identifying the range in which that individual crack width falls. (3)When the Engineer determines that a crack in the 0.004 inch to 0.008 inch width range cannot be injected then for Table I use penetrant sealer unless the surface is horizontal,in which case,use methacrylate if the manufacturer's recommendations allow it to be used and if it can be applied effectively as determined by the Engineer, (4)(a)Perform epoxy injection of cracks in accordance with Section 4 t 1.Seal cracks with penetrant sealer or methacrylate as per Section 413.(b)Use only methacry late or penetrant sealer that is compatible,according to manufacturer's recommendations, with previously applied materials such as curing compound or paint or remove such materials prior to application. (5)When possible,prior to final acceptance of the project,seal cracks only after it has been determined that no additional growth will occur. (6)Methacrylate shall be used on horizontal surfaces in lieu of penetrant sealer if the manufacturer's recommendations allow it to be used and if it can be applied effectively as determined by the Engineer. (7)Unless directed otherwise by the Engineer,repair cracks in bridge decks only after the grinding and grooving required by 400- 15.2.5 is fully complete. 400-22 Method of Measurement. 400-22.1 General:The quantities of concrete to be paid for will be the volume, in cubic yards, of each of the various classes shown in the plans, in place, completed and accepted. The quantity of precast anchor beams to be paid for will be the number in place and accepted.The quantity of bridge deck grooving to be paid for will be the area, in square yards of bridge deck and approach slab, completed and accepted.The quantity of bridge deck grooving and planing to be paid for will be the area, in square yards of bridge deck and approach slab, completed and accepted. Except for precast anchor beams,for any item of work constructed under this Section and for which measurement for payment is not to be made by the volume of concrete, measurement and payment for such work will be as specified in the Section under which the work is specified in detail. No separate payment will be made for obtaining the required concrete finish. 400-22.2 Calculation of Volume of Concrete: 400-22.2.1 Dimensions: The quantity will be computed by the plan dimensions of the concrete,within the neat lines shown in the plans, except that no deduction will be made for weep holes, deck drains, or encroachment of inlets and pipes in box culverts, and no chamfers, scorings, fillets, or radii 1 1/2 in2 or less in cross-sectional area will be taken into account. - 95 - FPID(S):428147-1-58-01,ETC. Packet Page-820- 10/8/2013 11.A. 400-22.2.2 Pay Quantity: The quantity to be paid for will be the original plan quantity, measured as provided in 400-22.2.1,except that where the plans call for an estimated quantity of miscellaneous concrete for contingent use, the contingent concrete will be measured as the actual quantity in place and accepted. 400-22.2.3 Items not Included in Measurement for Payment:No measurements or other allowances will be made for work or material for forms, falsework, cofferdams,pumping, bracing,expansion joint material, etc. The volume of all materials embedded in the concrete, such as structural steel,pile heads,etc., except reinforcing steel,will be deducted when computing the volume of concrete to be paid for.For each foot of timber pile embedded, 0.8 ft3 of concrete will be deducted. The cost of furnishing and placing dowel bars shall be included in the Contract unit price for the concrete. 400-22.2.4 Deck Girders and Beam Spans: In computing the volume of concrete in deck girders and beam spans,the thickness of the slab will be taken as the nominal thickness shown on the drawings and the width will be taken as the horizontal distance measured across the roadway.The volume of haunches over beams will be included in the volume to be paid for. 400-22.2.5 Stay-in-Place Metal Forms: When using stay-in-place metal forms to form the slab of deck girder and beam spans,the volume of concrete will be computed in accordance with the provisions of 400-20.2.4 except that the thickness of the slab over the projected plan area of the stay-in-place metal forms will be taken as the thickness shown on the drawings above the top surface of the forms. The concrete required to fill the form flutes will not be included in the volume of concrete thus computed. 400-223 Bridge Deck Grooving: The quantity to be paid for will be plan quantity in square yards, computed,using the area bound by the gutter lines(at barrier rails, curbs and median dividers)and the beginning and end of the bridge or the end of approach slabs, whichever is applicable,constructed, in place and accepted. 400-22.4 Bridge Deck Grooving and Planing: The quantity to be paid for will be plan quantity in square yards, computed, using the area bound by the gutter lines(at barrier rails, curbs and median dividers)and the beginning and end of the bridge or the end of approach slabs, whichever is applicable,constructed, in place and accepted. 400-22.5 Composite Neoprene Pads: The quantity to be paid for will be the original plan quantity,computed using the dimensions of the pads shown in the plans. 400-22.6 Cleaning and Coating Concrete Surfaces: The quantity to be paid for will be the plan quantity in square feet for the areas shown in the plans. 400-23 Basis of Payment. 400-23.1 Concrete: 400-23.1.1 General: Price and payment will be full compensation for each of the various classes of concrete shown in the proposal. 400-23.1.2 Concrete Placed below Plan Depth: Authorized concrete placed in seal or footings 5 feet or less below the elevation of bottom of seal or footing as shown in the plans will be paid for at the Contract price set forth in the proposal under the pay items for substructure concrete. Authorized concrete used in seal (or in the substructure where no seal is used)at a depth greater than 5 feet below the bottom of seal or footing as shown in the plans will be paid for as Unforeseeable Work. - 96- FPID(S):428147-1-58-01, ETC. Packet Page-821- 10/8/2013 11 .A. Such payment will be full compensation for the cofferdam construction, for excavation, and for all other expenses caused by the lowering of the footings. 400-23.1.3 Seal Concrete Required but Not Shown in Plans: When seal concrete is required as provided in 400-8 and there is no seal concrete shown in the plans, it will be paid for as Unforeseeable Work. 400-23.2 Precast Anchor Beams: Price and payment will be full compensation for the beams, including all reinforcing steel and materials necessary to complete the beams in place and accepted. No separate prices will be allowed for the various types of anchor beams. 400-23.3 Reinforcing Steel: Reinforcing steel will be measured and paid for as provided in Section 415,except that no separate payment will be made for the fabric reinforcement used in concrete jackets on steel piles or reinforcement contained in barriers,traffic separators or parapets. Where so indicated in the plans, the Department will not separately pay for reinforcing steel used in incidental concrete work, but the cost of such reinforcement shall be included in the Contract unit price for the concrete. 400-23.4 Bridge Deck Grooving:Price and payment will be full compensation for all grinding,grooving,equipment, labor,and material required to complete the work in an acceptable manner. 400-23.5 Bridge Deck Grooving and Planing: Price and payment will be full compensation for all grooving,planing, equipment, labor, and material required to complete the work in an acceptable manner. 400-23.6 Composite Neoprene Pads: Price and payment will be full compensation for all work and materials required to complete installation of the pads. 400-23.7 Cleaning and Coating Concrete Surfaces: Price and payment will be full compensation for all work and materials required. The cost of coating new concrete will not be paid for separately,but will be included in the cost of the item to which it is applied. 400-23.8 General: The above prices and payments will be full compensation for all work specified in this Section, including all forms, falsework,joints, weep holes, drains,pipes, conduits, bearing pads, setting anchor bolts and dowels, surface finish,and cleaning up, as shown in the plans or as directed.Where the plans call for water stops, include the cost of the water stops in the Contract unit price for the concrete. Unless payment is provided under a separate item in the proposal,the above prices and payments will also include all clearing and grubbing; removal of existing structures; excavation,as provided in Section 125; and expansion joint angles and bolts. The Department will not change the rate of payment for the various classes of concrete in which steel may be used due to the addition or reduction of reinforcing steel. The Department will not make an allowance for cofferdams,pumping,bracing, or other materials or equipment not becoming a part of the finished structure.The Department will not pay for concrete placed outside the neat lines as shown in the plans. When using stay-in-place metal forms to form bridge decks,the forms,concrete required to fill the form flutes,attachments, supports, shoring, accessories, and all miscellaneous items or work required to install the forms shall be included in the Contract unit price of the superstructure concrete. 400-23.9 Payment Items: Payment will be made under: Item No. 400- 0- Class NS Concrete—per cubic yard. - 97 - FPID(S): 428147-1-58-01, ETC. Packet Page-822- 10/8/2013 1 1.A. Item No. 400- 1- Class I Concrete -per cubic yard. Item No. 400- 2- Class II Concrete -per cubic yard. Item No. 400- 3- Class III Concrete -per cubic yard. Item No.400- 4- Class IV Concrete -per cubic yard. Item No.400- 6- Precast Anchor Beams -each. Item No.400- 7- Bridge Deck Grooving-per square yard. Item No.400- 9- Bridge Deck Grooving and Planing-per square yard. Item No.400-143- Cleaning and Coating Concrete Surfaces-per square foot. Item No.400-147- Composite Neoprene Pads- per cubic foot. 425 INLETS,MANHOLES,AND JUNCTION BOXES. (REV 10-9-12) (1-13) SECTION 425 (Pages 430—432) is deleted and the following substituted: SECTION 425 INLETS,MANHOLES,AND JUNCTION BOXES 425-1 Description. Construct inlets, manholes, and junction boxes from reinforced concrete as shown in the Design Standards and the plans. Brick masonry may be used if the structure is circular and constructed in place. Furnish and install the necessary metal frames and gratings. Construct yard drains from concrete meeting the requirements of Section 347.Adjust structures shown in the plans to be adjusted or requiring adjustment for the satisfactory completion of the work. 425-2 Composition and Proportioning. 425-2.1 Concrete: For inlets,manholes,and junction boxes,use Class II or IV concrete, as designated in the plans and Design Standards and as specified in Section 346. For yard drains use concrete as specified in Section 347. 425-2.2 Mortar: For brick masonry, make the mortar by mixing one part portland cement to three parts sand.Miami Oolitic rock screenings may be substituted for the sand, provided the screenings meet the requirements of 902-5.2.3 except for gradation requirements. Use materials passing the No. 8 sieve that are uniformly graded from coarse to fine. Masonry cement may be used in lieu of the above-specified mortar provided it is delivered in packages properly identified by brand name of manufacturer,net weight of package, and whether it is Type 1 or Type 2, and further provided that it has not been in storage for a period greater than six months. 425-3 Materials. 425-3.1 General: Meet the following requirements: - 98- FPID(S): 428147-1-58-01,ETC. Packet Page-823- 10/8/2013 11.A. Sand(for mortar) 902-3.2 Portland Cement Section 921 Water Section 923 Reinforcing Steel 931-1.1 and 415-3 Brick and Concrete Masonry Units Section 949 Castings for Frames and Gratings 962 425-3.2 Gratings,Covers,and Frames: Use gratings and frames fabricated from structural steel or cast iron as designated in the appropriate Design Standard. When"Alt. G" grates are specified in the plans, provide structural steel grates that are galvanized in accordance with the requirements of ASTM A-123. Use rigid frames and covers either 24 inches or 36 inches or optional three-piece adjustable frames and covers as indicated in Design Standards Index No. 201. For three-piece adjustable frames,the inner frame may include replaceable resilient seats to support the cover. In addition,the inner frame shall indicate it is adjustable, by clearly having the word"adjustable" imprinted into the exposed portion of the inner frame so "adjustable" is visible from the roadway after installation. 425-4 Forms. Design and construct wood or metal forms so that they may be removed without damaging the concrete. Build forms true to line and grade and brace them in a substantial and unyielding manner. Obtain the Engineer's approval before filling them with concrete. 425-5 Precast Inlets,Manholes,and Junction Boxes. Precast inlets,manholes and junction boxes, designed and fabricated in accordance with the plans, the Design Standards and Section 449 may be substituted for cast-in-place units. 425-6 Construction Methods. 425-6.1 Excavation: Excavate as specified in Section 125. Where unsuitable material for foundations is encountered, excavate the unsuitable material and backfill with suitable material prior to constructing or setting inlets, manholes and junction boxes. As an option to the above and with the Engineer's approval,the Contractor may carry the walls down to a depth required for a satisfactory foundation,backfill to 8 inches below the flowline with clean sand and cast a non-reinforced 8 inch floor. 425-6.2 Placing and Curing Concrete: Place the concrete in the forms,to the depth shown in the plans,and thoroughly vibrate it.After the concrete has hardened sufficiently, cover it with suitable material and keep it moist for a period of three days. Finish the traffic surface in accordance with 522-7.2, or with a simulated broom finish approved by the Engineer. 425-6.3 Setting Manhole Castings: After curing the concrete as specified above, set the frame of the casting in a full mortar bed composed of one part portland cement to two parts of fine aggregate. 425-6.3.1 Standard Castings: Set manhole frames in a mortar bed and adjust to grade using brick or concrete grade rings,with a maximum 12 inch adjustment. 425-6.3.2 Optional Adjustable Castings: When using a three-piece adjustable frame and cover, install the frame and cover with brick or concrete grade rings to the base course height. Make adjustments using the inner frame in accordance with the manufacturer's - 99 - FPID(S): 428147-1-58-01, ETC. Packet Page-824- 10/8/2013 11 .A. installation recommendations so the inner frame and cover meet the grade and slope of the pavement surface opened to traffic. 425-6.4 Reinforcing Steel: Follow the construction methods for the steel reinforcement as specified in Section 415. 425-6.5 Laying Brick: Saturate all brick with water before laying. Bond the brick thoroughly into the mortar using the shovejoint method to lay the brick.Arrange headers and stretchers so as to bond the mass thoroughly. Finish the joints properly as the work progresses and ensure that they are not less than 1/4 inch or more than 3/4 inch in thickness.Do not use spalls or bats except for shaping around irregular openings or when unavoidable at corners. 425-6.6 Backfilling: Backfill as specified in Section 125,meeting the specific requirements for backfilling and compaction around inlets,manholes, and junction boxes detailed in 125-8.1 and 125-8.2. However, for outfall lines beyond the sidewalk or future sidewalk area,where no vehicular traffic will pass over the pipe, inlets, manholes, and junction boxes,compact backfill as required in 125-9.2.2. 425-6.7 Adjusting Structures: Cut down or extend existing manholes, catch basins, inlets,valve boxes,etc.,within the limits of the proposed work,to meet the finished grade of the proposed pavement, or if outside of the proposed pavement area,to the finished grade designated on the plans for such structures. Use materials and construction methods which meet the requirements specified above to cut down or extend the existing structures. The Contractor may extend manholes needing to be raised using adjustable extension rings of the type which do not require the removal of the existing manhole frame. Use an extension device that provides positive locking action and permits adjustment in height as well as diameter and meets the approval of the Engineer. When adjusting structures in flexible pavement, restore final road surface in accordance with Standard Tndex No. 307. 425-7 Method of Measurement. The quantities to be paid for will be (1)the number of inlets,manholes,junction boxes, and yard drains, completed and accepted; and (2)the number of structures of these types (including also valve boxes) satisfactorily adjusted. 425-8 Basis of Payment. 425-8.1 New Structures: Price and payment will be full compensation for furnishing all materials and completing all work described herein or shown in the plans, including all clearing and grubbing outside the limits of clearing and grubbing as shown in the plans,all excavation except the volume included in the measurement designated to be paid for under the items for the grading work on the project, all backfilling around the structures,the disposal of surplus material, and the furnishing and placing of all gratings, frames, covers, and any other necessary fittings. 425-8.2 Adjusted Structures: When an item of payment for adjusting manholes,valve boxes, or inlets is provided in the proposal,price and payment will be full compensation for the number of such structures designated to be paid for under such separate items,and which are satisfactorily adjusted,at the Contract unit prices each for Adjusting Inlets,Adjusting Manholes, and Adjusting Valve Boxes. For any of such types of these structures required to be adjusted but for which no separate item of payment is shown in the proposal for the specific type, payment will be made under the item of Adjusting Miscellaneous Structures. 425-8.3 Payment Items: Payment will be made under: - 100 - FPID(S): 428147-1-58-01, ETC. Packet Page-825- 10/8/2013 11.A. Item No. 425- 1- Inlets -each. Item No. 425- 2- Manholes - each. Item No. 425- 3- Junction Boxes- each. Item No. 425- 4- Adjusting Inlets - each. Item No. 425- 5- Adjusting Manholes - each. Item No. 425- 6- Adjusting Valve Boxes -each. Item No. 425- 8- Adjusting Miscellaneous Structures-each. Item No. 425- 10- Yard Drains - each. - 101 - FPID(S):428147-1-58-01,ETC. Packet Page-826- 10/8/2013 11 .A. THIS COMPLETES THIS SPECIFICATIONS PACKAGE - 102- FPID(S): 428147-1-58-01,ETC. Packet Page-827- 10/8/2013 11 .A. EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ 13-6134 Intersection Improvements SR 90&SR 951 as Packet Page-828- 10/8/2013 11 .A. SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD PERMIT NO. 11-00528-S DATE ISSUED:January 31,2013 Form#0941 08/95 PERMITTEE: FLORIDA DEPARTMENT OF TRANSPORTATION COLLIER COUNTY BOARD OF COUNTY ATTN: BRENT SETCHELL, P.E. COMMISSIONERS P 0 BOX 1249 ATTN: MARGARET BISHOP, P.E. BARTOW, FL 33831-1249 2885 S HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: This application is a request for a Permit modification to authorize Construction and Operation of a surface water management system to serve 18.47 acres of roadway improvements known as SR-901CR-951 At Grade Intersection Improvements with discharge to the Tamiami Canal. PROJECT LOCATION: COLLIER COUNTY, SEC 3 TWP 51S RGE 26E PERMIT See Special Condition No:1. Pursuant to Rule 40E-4.321, Florida Administrative DURATION: Code. This is to notify you of the Districts agency action concerning Notice of intent for Permit Application No.120514-2,dated May 14,2012. This action is taken pursuant to Rule 40E-1.603 and Chapter 40E-40,Florida Administrative Code(F.A.C.). Based on the information provided, District rules have been adhered to and an Environmental Resource Permit is in effect for this project subject to: 1. Not receiving a tiled request for a Chapter 120,Florida Statutes,administrative hearing. 2. the attached 19 General Conditions (See Pages: 2-4 of 6), 3. the attached 20 Special Conditions(See Pages: 5-6 of 6)and 4. the attached 3 Exhibit(s) Should you object to these conditions, please refer to the attached"Notice of Rights"which addresses the procedures to be followed if you desire a public hearing or other review of the proposed agency action. Please contact this office if you have any questions concerning this matter. If we do not hear from you in accordance with the"Notice of Rights,"we will assume that you concur with the District's action. CERTIFICATE OF SERVICE I HEREBY CERTIFY that a "Notice of Rights" has been mailed to the Permittee (and the persons listed In the attached distributi�.-'.t) •o later than 5:00 p.m. on this 31st da of Janu- 2013, in accordance with Section 120.60(3), Flo ., - �S- BY: 120.60(3), .Valera, P.E. Arm -stator A wer West Coast Service Center Page 1 of 6 • Packet Page-829- , vtit 10/8/2013 11 .A. SOUTH FLORIDA WATER MANAGEMENT DISTRICT u-? B tr District Headquarters:3301 Gun Club Road,West Palm Beach,Florida 33406(561)686-8800 www.sfwmd.gov CGS n•�.?� ,ae�,s, Regulation Application No.: 130318-7 April 26,2013 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS (ATTN Jay Ahmad, P.E. ) 3301 TAMIAMI TRAIL E STE 303 NAPLES, FL 34112 Dear Permittee: SUBJECT: PERMIT NO.: 11-00528-S Project : S R 951 (COLLIER BLVD) NOISE WALL FOR EAGLE CREEK Location: Collier County, S3/T51S/R26E District staff has reviewed the information submitted March 18, 2013, for the replacement of an existing SR-951 roadside ditch with a 19"x 30"pipe with associated sidedrains and ditch bottom inlets to collect and convey the runoff from the roadway and sheetfiow from the backyards of the Eagle Creek community. The project location is shown in Exhibit 1.0. The project plans can be found in Exhibit 2.0. Based on that information, District staff has determined that the proposed activities are in compliance with the original environmental resource permit and appropriate provisions of FAC Rule 40E-4.331(2)(b). Therefore, these changes have been recorded in our files. Your permit remains subject to the General Conditions and all other Special Conditions not modified and as originally issued. Should you have any questions concerning this matter, please contact this office. Sincerely, Daniel F. Waters, P.E. Section Leader Lower West Coast Service Center DW/kk c: ANA FUENTES Collier County T E C M Director Collier County Transportation Stanley Consultants Inc X75 rtic�a- V Rtyua."--- 4/26/13 . Okeechobee Service Center:3800 N.W.16th Blvd.,Suite A,Okeechobee,FL 34972 (863)462-5260 Lower West Coast Service Center:2301 McGregor Boulevard,,Fort Myers,FL 33901 (239)338-2929 Orlando Service Center:1707 Orl: 100,Orlando,FL 32809 (407)858-6100 Packet Page-830- 10/8/2013 11 .A.t ;f /kk \ c0 • / @f \ $ e7o > t J > & III• ! FS Jj* §$- k• 05 Z ns c. �) ; § ! § {2�% e : at?b ` L 2 )\$$ §� k e § ri. 2 � , ) f{§{ 0a ^ I 3 c �12 a. 2 } O ° jfl r )= 5 < ! L G ] Im°� co ■ (/%7 \ • }}\ ( �• . § A\ I / } @22 ) \ /}$} k/ tst § } / { ( ) $ dThil \k to � )o # �f2■ if f tea$ & ƒ &/■� J ± /12] __ n u_to B Packet Page-831 10/8/2013 11.A. 4�T o� DEPARTMENT OF THE ARMY �`���, ribs JACKSONVILLE DISTRICT CORPS OF ENGINEERS %'� 7 , F a ,--i:;''',1 4400 PGA BOULEVARD,SUITE 500 a- 911°` ' ,,'i PALM BEACH GARDENS,FLORIDA 33410 ti `P Fa cram of O's REPLY TO May 14,2013 ATTENTION OF Palm Beach Gardens Regulatory Section SAJ-2012-01207(MOD-GGL) Modification-#1 Florida Department of Transportation District 1 Attention: Brent Setchell 801 North Broadway Avenue Bartow,Florida 33830-1249 Dear Mr. Setchell: The U.S. Army Corps of Engineers has completed the review and evaluation of your request received March 29, 2013 to modify Department of the Army permit number SAJ-2012- 01207(IP-GGL) in which you asked to fill an additional 1.59 acres of waters of the United States (WOUS), including filling 0.87 acres of herbaceous wetlands and 0.72 acres of ditches. The modification includes improvements to the existing intersection at US 41 and CR 951 which was not part of the original project. The following additions to the special conditions are underlined, and deletions are lid-out. Special condition: 2.Compensatory Mitigation:The permittee shall purchase 5.61 federal freshwater forested units and 3:48 4.11 federal freshwater emergent marsh credits from Big Cypress Mitigation Bank. Additionally, 0.02 federal forested estuarine credits from Little Pine Island Mitigation Bank are required. The permittee has previously provided evidence demonstrating the credits have been purchased, see attachment 7. The impact of your proposal on navigation and the environment has been reviewed and found to be insignificant. The permit is hereby modified in accordance with your request. You should attach this letter to the permit. All other conditions of the permit remain in full force and effect. If you have any questions concerning permit modification,please contact the project manager Garett Lips at the letterhead address, by telephone at 561-472-3519 or by electronic mail at Garett.G.Lips @usace.army.mil. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. Packet Page-832- 10/8/2013 11 .A. EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.netlbid/ 13-6134 Intersection Improvements SR 90&SR 951 87 Packet Page-833- 10/8/2013 11 .A. EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ osoto 13-6134 Intersection Improvements SR 90&SR 951 88 Packet Page-834- 10/8/2013 11 .A. EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category Dave Lafeir Construction Superintendent Todd Weaver Project Manager 13-6134 Intersection Improvements SR 90&SR 951 89 Packet Page-835-