Loading...
Backup Documents 12/10-11/2013 Item #11CORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP I I TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGAMCINVEC DEC 9 20#3 Routed by Purchasing Department to Diana DeLeon for Brenda Brilhart, '" 252-8375 the FollowingAddressee(s)(In routing order) Office Initials Date 1. Risk Management Risk DD Agenda Date Item was December 11, 2013 Agenda Item Number 11.Ct.,� 2. County Attorney Office County Attorney Office Type of Document Contract Number of Original 1 3 1�t 3. BCC Office Board of County Documents Attached PO number or account Commissioners S 13-6138 Douglas N. 4. Minutes and Records Clerk of Court's Office Number/Vendor Name Higgins 5. Return to Purchasing Department Purchasing Contact: Diana DeLeon The Chairman's signature line date has been entered as the date of BCC approval of the N/A PRIMARY CONTACT INFORMATION Name of Primary Diana DeLeon for Brenda Brilhart, Phone Number 252-8375 Purchasing Staff December 18, 2013 Initial Applicable) Contact and Date Does the document require the chairman's original signature? DD Agenda Date Item was December 11, 2013 Agenda Item Number 11.Ct.,� Approved by the BCC provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. Type of Document Contract Number of Original 2 Attached signed by the Chairman, with the exception of most letters, must be reviewed and signed Documents Attached PO number or account N/A Solicitation / Contract 13-6138 Douglas N. number if document is All handwritten strike -through and revisions have been initialed by the County Attorney's Number/Vendor Name Higgins to be recorded Office and all other parties except the BCC Chairman and the Clerk to the Board INSTRUCTIONS & CHECKLIST Initial the Yes column or mark "N/A" in the Not Applicable column, whichever is Yes N/A (Not appropriate. Initial Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information (Name; Agency; Address; Phone) on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman, with the exception of most letters, must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike -through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here" tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases (some contracts are an exception), an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes, if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready forth (i Chairman's signature. 11 MEMORANDUM Date: January 6, 2014 To: Diana De Leon for Brenda Brilhart Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #13-6138 "LASIP Davis Boulevard Canal Improvements" Contractor: Douglas N. Higgins Attached is an original copy of the contract referenced above, (Item #11C) approved by the Board of County Commissioners on December 10, 2013. The second original will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment RECEIVEJ 1 C AM r DEC 192.013 AdministlimbVe Se€vices Division Purchasing LASIP Davis Boulevard Canal Improvements COLLIER COUNTY BID NO. 13-6138 COLLIER COUNTY, FLORIDA Brenda Brilhart, Procurement Strategist Email: brendabrilhart@colliergov.net Telephone: (239) 252 - 8446 FAX: (239) 252 - 6697 Design Professional: CDM, Smith, Inc. Purchasing Depadrrwt• 3327 Tamiami Trail East • Naples, Florida 341124901 • www.colliergov.neiipurcnasing ITB 13-6138 LASIP Davis Blvd Canal Improvements Memorandum Date: July 30, 2013 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #1 From: Brenda Brilhart, Procurement Strategist To: Interested Bidders Subject: ITB 13-6138 - Addendum # 1 — LASIP Davis Boulevard Canal Improvements The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this bid has been changed to 2:30 PM on August 5, 2013. QUESTION/ANSWER: • Q: Line Item #6 Clearing & Grubbing — Marked as LS with a quantity of 11. Should this be a quantity of 1 or a different unit? A: Change to one (1) Lump Sum. • Q: Line Item #35 —Allocation for Utility Adjustments —Is this an allowance you are providing? A: Insert $33,000 — this is included in the revised bid schedule. ADD: • Revised Bid Schedule If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Margaret Bishop, Project Manager Enc: `1 1 A1C 0 z w 0 0 Q 0 m eMrf'. <n t� vn �n v} in. v} in n in v} V'). <n. .n vl� 1/1.1iR in -Ln -n- in tn v} in v} v� in <n _ in. 0 Lu O` U p � O a' C M _ Z M ri ri O O M r -I O O O O N ri r -I O O O O Ln Lf) r -i N M r -I r -I O O O r -i S O N ri r -i r -I r -I O O O O w O N -;r N N 1.0 �* O r -I O O O N O O d' O CD 01 m r -I N 00 Ln Lri N O Ol r i 1p H QQ ri N ri LD C N E a 0 J J J. U U U U z J J J J r=. J J W N VI W W W J J J J W W W W W y N W J W W CL E 0o io MC -6 W4 m O M ,I 'C L V E r_ C cu v ° m > O E Z Y r -i n mLn _Q _Q Ocn m p CO Z U _' t: v y T O+ W m 'L cu cu u Ln -0 Q U U `m O v �.+ O a) aJ O O X O O LL, a) Ln -p H u cu N V) a w a ap'' y E Q u u v -o U -0 m o u u y '= +� c o N v O c o Q 0T> m y _ c m y y c c W v Iv a) C_ W co +. _ 0 O to O p O O N to V) y_ Co a 0 7 0 •v a �' `° a° o v u -a `o o �' v c c" °' v a' c E@ Q o_ < > m 1*- w w c L~ v _ y � dA (7 m~ vOi oo O O c c _� "O 'C a� L O N N U ma ca U c co L +J O N v O +' O a) U t0 0 O W m p •� G M N C N aJ mo U C W O Q) O Q) _ 't)Dy 'y M _� 00 Op _ t]O _ i= a O _� Y ca Q ca E Q U O_ C c E_ _ F– 'C _— .N = O s c ra m = M Ln 00 Z 3� y a) m O Q a) co co O 'm 'a O — c (C G aJ •(O - X X 'y 'y - - X x O � -C 00 a) C C = O cc cc a1 O O t �+ O M O v N �' N Ct• :O Q Q) c0 = " a) G G V) W Ln U V) U V) O— G D N d' M -�3- in r -I N Ct M d• V) 0_ J N H- H U 00 Ln Q W.. H.. N CP t Ln N N TT":T Ct Q_ m ri M M 00 Ln r -I r -i Ln r -i Ln N Ln N Ln O r1 N ri N ri N LO N W N M N N O 6' Q O ei Ln i O i i r-1 I� N D N Ln Ln Ln o0 00 00 00 0o i i i O r-1 N ri N M 0_ . r -i e� ei r -i ri c -i: r Ln -t I� r1 N ri ri r-1 r -I ri Ol 01 at 0) 0) m Ol r -I M ri ai N6 m gN 4-4 4 0 0 0 0 Ln Ln Ln Ln o 6 6 0 6 o 6 o 6 0 6 N O 0 6 o 0 o 0 0 0 O W O O O O O r -i N N LO w N N N M M M M M M M M M M M N M I" 0 0 0 0 0 00 0 N` r-Ir-Ir-ir-Ir-i r -I rq r -I r -IN d• Rt � d' d' 1:T It d' Rl ICT � Rt Nt Rt Ln Ln Ln Ln I, N N 01 01 01 01 m Q ri N M � ' Ln LO I- 00 o r-1 N M' d' Lf) -.LO I� 00 01 O ri N M Ln t0 n 00 m O ei. N M ' Ch Ln J Q y ri e -i e -i r -I ei ri ei ei ri ei N N N N N N N N N N M M M M M M 4) y � O 00 C M U a`p to � O M O � � c m � 11C TABLE OF CONTENTS PUBLICNOTICE........................................................................................................................3 PART B - INSTRUCTIONS TO BIDDERS..................................................................................5 CONSTRUCTION BID..............................................................................................................13 BIDSCHEDULE.......................................................................................................................14 MATERIAL MANUFACTURERS..............................................................................................15 LIST OF MAJOR SUBCONTRACTORS..................................................................................16 STATEMENT OF EXPERIENCE OF BIDDER..........................................................................17 TRENCHSAFETY ACT...........................................................................................................18 AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS...........................................19 IMMIGRATION LAW AFFIDAVIT CERTIFICATION.................................................................20 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 .....................................................21 BIDBOND................................................................................................................................25 BIDDERSCHECK LIST...........................................................................................................26 CONSTRUCTIONAGREEMENT.............................................................................................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...............................................49 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 EXHIBITK: PERMITS..............................................................................................................86 EXHIBIT L: STANDARD DETAILS..........................................................................................87 EXHIBIT M: PLANS AND SPECIFICATIONS..........................................................................88 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............89 ITB 13-6138 LASIP Davis Blvd Canal Improvements 2 11� PUBLIC NOTICE INVITATION TO BID LASIP Davis Boulevard Canal Improvements COUNTY BID NO. 13-6138 Separate sealed bids for the construction of LASIP Davis Boulevard Canal 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 31st day of July 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 pre-bid conference will not be held for this solicitation. Sealed envelopes containing bids shall be marked or endorsed "Bid for Collier County Government, Collier County, LASIP Davis Boulevard Canal Improvements, Bid No. 13-6138 and Bid Date of July 31, 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 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 3 11� 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 two hundred seventy (270) 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 30th day of June 2013. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing and General Services Director ITB 13-6138 LASIP Davis Blvd Canal Improvements 11� 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 15 - 29 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 forwarded by mail, the sealed envelope containing the Bid must be enclosed in another sealed envelope addressed as above. Bids received at the location specified herein after the time specified for bid opening will be returned to the bidder unopened and shall not be considered. ITB 13-6138 LASIP Davis Blvd Canal Improvements 5 11� 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 Refect 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 6 11� 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 7 11� 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 8 11� 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.coIIiergov.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 Stat 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.org/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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 9 11C 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 purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. ITB 13-6138 LASIP Davis Blvd Canal Improvements 10 11� 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 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 11 11c 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 III, 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 proiect for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Purchasing Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 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." ITB 13-6138 LASIP Davis Blvd Canal Improvements 12 I I� CONSTRUCTION BID BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA LASIP Davis Boulevard Canal Improvements BID NO. 13-6138 Full Name of Bidder Douglas N. Higgins, Inc. Main Business Address 3390 Travis Pointe Rd., Ste. A, Ann Arbor, MI 48108 Place of Business 4485 Enterprise Ave., Naples, FL 34104 Telephone No. 239-774-3130 Fax No. 239-774-4266 State Contractor's License # CGC060189 State of Florida Certificate of Authority Document Number 830666 Federal Tax Identification Number 38-1807765 DUNS # 01-722-2183 CCR# Cage Code OVD82 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 13 I I� BID SCHEDULE LASIP Davis Boulevard Canal Improvements Bid No. 13-6138 ITB 13-6138 LASIP Davis Blvd Canal Improvements 14 0 z W in 0 Q 11C O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O '0 C� O Cl O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 C I, L6 O O m LO O O O O N -q Ln O O O O m O Lm O O m I, O O O O LO O O Ln w 0 0 m m N O O i, Ln O O O O OO I -t N -�I' O -t:r -;j- Ln N —I r -I I- w a0 O O O m N O O r -I W O O N OO O O 00 00 LO Ln O O Ln C ri -1 N co 'I r, r -I 00 a0 I m O e -i I, w i\ et w Ln I, N O O 01.. O r� N r -I W ri N � N O N 0) Kt N a-1 Ln i� LO I� ri r- N LO' r, 00 - r -I c -I r, - v -f N' Lh 0' Ol ri r -I Nr" Ln Ol Ln ri (n N r, C) N ri ri M rl N i/} i!1• i/} i/? (!? i/� t/� in i/? tn. t/? to i/? i/? i/? ih i/} in• t/> V? i/► v� of th th t/? in i/} {/} t/} ih if? V/ v O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 0 O O O O O O Ln O O O O O O O O O O O O O O O O O O O O O O O O O O O O LU U-. I, LO ri M Ln LO t o Ln O r -I ri Ln N Ln I- n n W M Ln O M I, M O M O c* N O Ln 00 O O Ln N N Ln ri ri ri m cf N N O m Ln ri r -I O M 00 CO N I- Ln LO Ln ri 00 O O OR. O LO l0 N O1 rt ri N N M co a) M 0) O M i\ n N O O O_. NLn N N cf N f" Q1 N N 11 1-4 r -I ri M Z' ri N ri r -I O O M vi.. O O O O N vi ri O O O O Ln Ln r -I N M r -I r -I O O O r -I -Ct O N ri v -i ri ri O O O O 0o O N d N N LO -:r O r -I O O Ln O Ln O N d' O O 41 LO m cn ri ri N LO 00 �. ri N ri LO C aJ E ~- Z -. N Ln LL LL Q N >- } } } L0 m m LL LL LL LL } } Q Q Q m m >-Z >' to Q w Q Q N Ln Ln 0 J J J J W J U O Ln Ln W W W J J J J U U W W W W W N F- Ln J W J W W J J J a E 00 m � m A� V N m O C O N Y m > O J 4l +�-' O a a) O. Q U u f6 � C o Z' m0 Ln M a 'a fn v v LL) > Q o+ Ln Lv a 0 cu > p v a a � -0CL � u ti aJ n m L y ,-. - -rNi O CL m =p a) a) U c c c c d N H + O 0 u c o o a v o o x\ O o LLL �, Ln co a H U a) a� V) a L� o y *' a 2 "" U U O O-- -a += o- O O v .�LA ( Q W LO m C �. C m N E y c c -0 'D Co N a) i c L0 N a) L`0 ( j 0 c O ~ i > -0 CO o W La 0 C) L O O u u u 4; O_ Ln Ln W 4; Co O- m O v\ v O— „_. y a) {1 m ,r ri V .N U U u a) U -O -a a) O � > Q y O d L' m> H a) N N u LC Lu `) vcu I— a) r`0 O U U R W (D LO U c Co i i ,C C O N' 'O '6 O 0)) OE O N L�0 U a) m O CO O f�0 L00 -' N a) D .+_' O U w c 40 Lc0 H Y otS X LL m aU.+ C.i L) 1) � m a) CL N c tw u O0; W /E ai Q)�O tw baD OCO E C'r f6 a) O cG " C:c •0 .N .0 .� M 00 :tt O M 00 LO d m CO C E +� 'L C O c� D' n lX ='' =� G c� G X Co 3 Lr O� u LE U p= M C C Ca E C O O m y� s m O_ M N M a) a) N N _a J a) H m N LL Ln U N U N O O N M O D ri N � M d' 2n m 0- in !- U w in- nLU N N N Ln c -I O O N LU N N r -I N N r -I r -I vii 1..0 w O }= M M 00r -I LA L( L( Ln O r -i N NN N N M N N- O Q„ O r-ILn i O i ri I, N N r, _Ln Ln w OO 00 00 a0 i i O ri N ri N M t7 n a -i N ri ri c1 ri ri m 01 Ol 01 01 01 Tri M v -i v -i N 0 0 0 0 0 0 m vi N't eT a' O O O O to Ln m Ln O O O O O O O O O O O N O 0 0 0 0 0 0 0 0 0 W 0 0 0 0 0 ri N N w 00 N N N M M M M M -:T M M M M M M N M it 00 0 0 0 0 0 0 0 N ri r -I ri ri r -I c-1 r -I r -I ri N RZT IZT q;r 4:31 d' Cr Ct d' d' -::r -;I, Ln Ln Ln Ln N r- n m Ol Ol Ol m D.O -I N -t to l0 I� 00. CT)ri e -i N M � Ln- w 1, mm O ri N' M dT N LO 1- 00 m O ri Nm d' Ln J 'Q H i r M r -I r -I r-4 r -I �, ei v -L ri v -i N N N N N N N N NN M M 'M MM M O_ bD m m t _. i— LD L U Z m " M L0 E to m c 2 a m � N Q I I� MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NOW 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: Douglas N. Higgins, Inc. Signature: w �� Date: 7/31113 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: ITB 13-6138 IASIP Davis Blvd Canal Improvements 15 11� 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 2. Mechanical 3. Plumbing 4. Site Work a t -+h_ Teel,t,. ,'s=- -s' - zs 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: ( Douglas N.. Higgins, Inc. Signature: l 1�� tit (�` Date: 7/31/13 ITB 13-6138 tAS1P Davis Blvd Canal Improvements 16 11� 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 1. See Attached 2. 3. 4. 5. a Reference Company; Douglas N. Higgins, inc. signature: �. - L'UI,C d'�.1�- Date; 7/31/13 ITB 13-6138 LASIP Davis Blvd Canal Improvements 17 EXPERIENCE STATEMENT -SOUTHWEST DIVISION Project Name: City County Flow Swap Project Name: Collier County Justice Center Muffin Monster Owner - Address - Protect Manager - Phone: Owner - Address - Project Manaoer - Phone: Collier County Public Utilities Engineering Collier County Facilities Management Department 3301 East Tamiaml Trail, Building H 3335 Tamtami Trail E.,Ste. 101 Naples, Florida 34112 Naples, Florida 34112 Sandy Sridhar (239) 252-8380 Engineer - Address - Phone: Engineer- Address - Phone: Agnoll, Barber and Brundage Q. Grady Minor and Associates, P.A. 7400 Trail Blvd. 3800 Via Del Rey Naples, Florida 34102 Bonita Springs, Florida 34134 DominicAmico David Schmitt 239-947-1144 Contract Date: July 27, 2009 Contract Date: March 11, 2009 Final Contract Amount: $132,794.26 Final Contract Amount: $141,568.41 Completion Date: September 9, 2009 Completion Date: August 7, 2009 Prolect Description: Protect Description: Installation of force main, MOV's and valve vaults to two Construction of grinder pump station (vault), Installation of locations which would allow bypass from Collier County muffin monster (grinder/auger assembly), new sanitary sewer to the City of Naples. and manholes. Replacement of the existing sanitary sewer with a new 12 -inch main and a high water alarm system. Prolect Name: Pump Station S-6 Gearbox Replacement Project Name: Cove Stormwater Pump Station Imp. Owner - Address - Proiecl Manager - Phone: Owner - Address - Project Manager - Phone: South Florida Water Management District City of Naples 2101 Centrepark West Drive, Suite 110 Department of Streets and Stormwater West Palm Beach, Florida 33409 295 Riverside Circle Gerard Flynn Naples, Florida 34102 (239) 213-5000 Engineer- Address- Phone: Engineer- Address - Phone: South Florida Water Management District AECOM 3301 Gun Club Road 4415 Metro Parkway West Palm Beach, Florida 33406 Suite 404 Michael MIIlares Fort Myers, Florida 33916 (239) 278-7996 Contract Date: December 3, 2009 Contract Date: 2/4/09 Award, 3/16109 NTP Final Contract Amount: $2,191,945.00 Final Contract Amount: $2,798,870.00 Completion Date: May 2010 Completion Date: 218/10 (Contract) Prolect Name: Master Pump Station 305 Rehabilitation Prolect Name Water Reuse Piping Modifications / Reuse System Upgrade Owner - Address - Proiect Manager Collier County Owner - Address - Proiect Manager - Phone: Public Utilities Engineering Department City of Marco Island 3301 Tamiamf Trail East, Building H Public Utilities Naples, Florida 34112 50 Bald Eagle Drive Sandy Sridhar Marco Island, Florida 34145 Bruce Weinstein Engineer- Address: 239-389-5000 Q. Grady Minor and Associates, P.A. 3800 Me Del Rey Engineer- ngineerBonita BonitaSprings, Florida 34134 Metcalf and Eddy David Schmitt Contract Date: February 10, 2008 Contract Date: August 11, 2008 Final Contract Amount: $649,171.67 Final Contract Amount $444,000.00 Completion Date: November 2008 Comoletion Date: January 16, 2009 Prolect Description: Project Description: ' Fully rehab 2300 GPM Master Pump Station Rehab 500,000 Gallon Tank and convert potable water facility to reuse storage facility S:\Naples files\Shared Flles\Experience Statement 5 3112xlsx 11� Protect Name: CAT Operations & Administration Center Pump Station and Force Main Connection nuumaa - nu,cui manaua�. Collier County Alternative Transporation Division 2885 South Horseshoe Drive Naples, Florida 34104 Sue Faulkner Q. Grady Minor 3800 \11a Del Rey Bonita Springs, Florida 34134 Contract Date: February 14, 2008 Final Contract Amount: $133,673.04 Completion Date: May 1, 2008 Protect Description: Installation of 14 -inch force main, pump station and valve vault to existing CAT Operations Building. Irrigation Quality Water Project - num cab - nuicu� manauc�. Collier County Facilities Management 3301 Tamiaml Trail East, Building W Naples, Florida 34112 Damon Gonzales - nuutabb - rnone: Anchor Engineering Date: March 14, 2007 tract Amount: $1,213,474.52 rn Date: January 15, 2006 Treeline Master Pump Station City of Fort Myers 2200 Second Street Fort Myers, Florida 33902 Eltana Hayes, E.I. (239) 332-6318 r - Address - Phone: Johnson Engineering, Inc. 2122 Johnson Street Fort Myers, Florida 33920 David Trouteaud (239) 334-0046 Contract Date: July 1, 2008 Final Contract Amount: $1,043,805.00 Comoletion Date: February, 2009 Project Description: Installation of a master pump station located along Treeline Avenue. The project entailed a jack and bore under Treeline Avenue to connect to the existing force main and construction of a 20 foot deep master pump station. A 400 KlN generator and odor control unit were also installed. 5:\Naples Flles\Shared FINAExperienm Statement 5 3112.xisx "a4:7L4U9461tiiY1l:f&1Vit2K#1 fi:lydl*7>ia]MMra1.` San Marco Master Lift Station - Huai cas - n City of Marco Island Public Works 50 Bald Eagle Drive Marco Island, Florida 34145 Timothy E. Pinter, P.E. January 2, 2008 $833,615.61 Construct new 800 GPM Master Lift Station Golden Gate WWTP and Injection Pump Station - Hamas. - nurooi nianauci - rnunc: Florida Governmental Utility Authority 11985 Collier Blvd., Ste. 7 Golden Gate, FL 34116 (239)455-1583 it - Address - Phone: Arcadia 2092 Old Arbor Ct. Sarasota, FL 34232 813-335-1799 Contract Date: August 17, 2008 Final Contract Amount: $2,621,907.78 Completion Date: July 13, 2009 Protect Description: Expansion of Golden Gate WWiP which included the construction of a new digester, chlorine contact tank and injection well pump station, modification of clarifiers #1 and #2, installation of surge and annular pressure tanks and Name: PS S-127 and S-133 Pump Refurbishment and Bearing Replace. - Address - Protect Manaaer - Phone: South Florida Water Management District 2101 Centrepark West Drive, Suite 110 West Palm Beach, Florida 33409 Mike Curley South Florida Water Management District 3301 Gun Club Road West Palm Beach, Florida 33406 Teri Swartz April 10, 2008 $3,947,723.00 July 2010 11� EXPERIENCE STATEMENT - SOUTHWEST DIVISION Project Name: Gateway Triangle Stormwater Improvements Protect Name: Marco Island North Barfield & North Marco Sanitary Sewer District Owner - Address - Protect Manager- Phone: Collier County Owner -Address - Protect Manager - Phone: Stormwater Department City of Marco Island 2885 Horseshoe Drive 50 Bald Eagle Drive Naples, Florida 34104 Marco Island, FL 34145 Shane Cox 239-252-8192 Mr. James Miller 239-389-5011 Engineer - Address: HDR, Inc. Engineer - Address - Phone: 200 West Forsyth Street Sotye Engineering Jacksonville, Florida 32202 4415 Metro Parkway, Suite 104 Laura Phillips Fort Myers, FL 33916 Fred Mtitl Contract Date: November 5, 2007 239-278-7996 Final Contract Amount: $1,021,336.78 Completion Date: July 28, 2008 Contract Date: March 1, 2007 Proiect Description: Stormwater improvements to existing area - excavation of Final Contract Amount: North Marco $4,644,806.99 approximately 34,000 Cy of dirt and grading to form three North Barfield $7,270,729.37 continuous ponds. Installation of box culverts, sheet piling, Comoletlon Date: North Marco May 11, 2008 concrete ditch pavement and storm drainage structures. North Barfield March 24, 2008 Project Description: New gravity sewerfor over miles (23,540 LF) of an existing residential neighborhood. Sewer was up to 14 feet deep and needed formal dewatering - Also Included laterals, eleanouts, transmission main, forcemaln, lift stations, and roadway Const - Concurrently we built the N. Marco Sewer Dist With an additional 15,685 LF of gravity sewer. Prolect Name: NCWRF MLE Bleach Project Proiect Name: Rehabilitation of Master Pump Station 316 Phase 2, Mechanical Owner - Address - Protect Manager. Owner - Address - Protect Manager: Collier County Collier County Public Utilities Engineering Department Public Utilities Engineering Department 3301 Tamlami Trail, fast, Building H 3301 Tamlami Trail East, Building H Naples, Florida 34112 Naples, Florida 34112 Dianna Dued Sandy Sddhar Enolneer -Address - Phone: Engineer - Address - Phone: Hole Montes 0. Grady Minor & Associates 950 Encore Way 3800 Via Del Rey Naples, Florida 34110 Bonita Springs, Florida 34134 Jerry Taricska 239-254-2000 David Schmitt 239-947-1144 Contract Date: September 17, 2007 Contract Dater November 16, 2007 Final Contract Amount: $336,412.49 Final Contract Amount: $765,823.34 Completion Date: June 17, 2008 Completion Date: June 3, 2008 Proiect Description: Proiect Description: Bleach piping modifications to chlorine contact chambers Full rehab 800 GPM Master Pump Station and modification of pump skids to have redundancy in bleach feed system. Proiect Name: Rehabilitation of Master Pump Station 318 Proiect Name: NCRWTP Chemical Labatory Ventilation Improvements Owner - Address - Protect Manager - Phone: Owner - Address - Protect Manager - Phone: Collier County Collier County Pubic Utilities Engineering Department Public Utilities Engineering Department 3301 Tamlami Trail East, Building H 3301 Tamlami Trail East, Building H Naples, Florida 34112 Naples, Florida 34112 Sandy Sridhar Tom Chmellk 239-732-2575 Engineer - Address - Phone: Engineer -Address - Phone: Q. Grady Minor & Associates TLC Engineering 3800 Via Del Rey 1400 Colonial Boulevard, Suite 203 Bonita Springs, Florida 34134 Fort Myers, Florida 33907 David Schmitt Nicholas L. Mancuso 239-947-1144 239-275-4240 Contract Date: October 9, 2007 Contract Date: March 13, 2007 Final Contract Amount: $789,070.59 Final Contract Amount: $749,367.67 Completion Date: June 10, 2008 Completion Date: November 30, 2008 Praiect Description: Protect Description: Fully rehab 3000 GPM Master Pump Station Replace complete HVAC system including air handier, ductwork, exhaust fans, condenser and rehab fume hoods $ANaples Files\Shared Flies\Experience Statement 5 31 12xlsx EXPERIENCE STATEMENT - SOUTHWEST DIVISION Project Name: Connection to Water Main - Marco Shores Owner - Address - Protect Manager. City of Marco Island Public Works 50 Bald Eagle Drive Marco island, Florida 34145 James Miller Engineer - Address - Phone: Contract Date: Apn126, 2007 Final Contract Amount: $188,000.00 Completion Dale: August 31, 2007 Proiect Name: Collier County NCRWTP AND SCRWTP Sand Separators Owner - Address - Protect Manager - Phone: Collier County Public Utilities 3301 East Tamiaml Trail Naples, Florida 34112 Diana Dued Engineer - Address - Phone: Hazen and Sawyer Contract Date: December 20, 2007 Final Contract Amount: $1,453,249.71 Completion Date: July 17, 2009 Proiect Description: Procurement and installation of two automatic self-cleaning sand separators (custom bunt in Germany) Including stainless steel piping, valves, instruments and control panels. Installation of system, which included two, three -chamber pump stations, submersible pumps, venturi flowmeters, etc. Proiect Name: SCRWTP Raw Water Transmission Main Prosect Name: Decomissioning of Pelican Bay & Appurtenances for Wastewater Treatment Plant Raw Water Wells 39S, 40S, 41S & 42S Owner - Address - Proiect Manager- Phone: Owner - Address - Protect Manager- Phone: Collier County Collier County Public Utilities Engineering Department Public Utilities Engineering Department 3301 Tamiami Trail, Building H 3301 Tamiami Trail East, Building H Naples, Florida 34112 Naples, Florida 34112 Peter Schalt Sandy Sridhar Engineer- Address - Phone: Engineer- Address - Phone: Hazen & Sawyer Hazen and Sawyer 2101 Coporate Boulevard, Sults 301 2101 Corporate Boulevard, Suite 303 Bop Ratan, Florida 33431 Boca Raton, Florida 33431 Albert Muniz Kurt Pfeffer 561-997-8070 561-997-8070 Contract Date: September 26, 2006 Contract Date: February 8„2006 Final Contract Amount* $1,884,000.00 Final Contract Amount: $72,500.00 Completion Date: April 11, 2007 Completion Date: July 30, 2006 Length of Contract: 210 days Proiect Description: Installed 3500 LF of 16 -inch HDPE raw water transmission main and 3500 LF of Fiber Option and Electrical duclbanks, and instrumentation and Control Facilities at the four new water well facilities. This provided the plant the ability to produce sufficient capacity to meet water demands. Included installation of pigging stations and electrical enclosures. Proiect Name: Pelican Bay Fire and Irrigation Water Proiect Name: Reclaimed Water Aquifer Storage and System Improvement at the Ritz Carlton Recovery Owner - Address - Proiect Manager. Owner - Address - Proiect Manager. Collier County Collier County Public Utilities Engineering Department Public Utilities Engineering Department 3301 Tamiamf Trail East, Building H 3301 Tamlami Tran East, Building H Naples, Florida 34112 Naples, Florida 34112 Claude Nesbitt Alicia Abbott Engineer -Address - Phone: Engineer - Address: Wilson Miller, Inc. Water Resource Solution 3200 Bailey Lane, Suite 200 1388 Colonial Boulevard Naples, Florida 34105 Fort Myers, Florida 33907 Craig Pager Lloyd Horvath 800-6494336 Contract Date: April 5, 2006 Contract Date: March 30, 2006 Final Contract Amount: $4,658,515.28 Final Contract Amount•. $162,723.43 Completion Date: June 6, 2007 Completion Date: February 28, 2007 Proiect Description: Installed a deep Injection well for the storage of reclaimed water coming from Collier County water treatment plants. The Owner vrill have full capability to recover this reclaimed water for market and/or use for their own irrigation needs. S:\Naples Piles\Shared Flies\Experience Statement 3112.xlsx I I� EXPERIENCE STATEMENT - SOUTHWEST DIVISION Protect Name: Tigertail Sewer District Project Name: Pads for MBR and Equipment Wastewater Collection System Expansion Public Works Department Owner -Address - Protect Manager- Phone: Owner - Address - Project Manager - Phone: City of Marco Island City of Marco Island 50 Bald Eagle Drive 50 Bald Eagle Drive Marco Island, FL 34145 Marco Island, FL 34145 Mr. James Miller Mr. Bruce Weinstein 239-389-5011 239-389-5182 Engineer - Address - Phone: Ennineer - Address - Phone: Bolye Engineering CDM 4415 Metro Parkway, Suite 104 9311 College Parkway Fort Myers, FL 33916 Fort Myers, FL 33919 Fred Mittl Adam Soblenskt 239-276-7996 239-437-9494 Contract Date: March 7, 2006 Contract Date: March 13, 2006 Final Contract Amount: $2,920,703.33 Final Contract Amount $183,000.00 Completion Date: December 21, 2006 Comoletion Date: May 13, 2006 Project Description: Completion Date: Apri12007 New gravity sewer for over 2 miles (11,600 LF) in and existing developed neighborhodd. Sewer was up to 14 feet deep and needed formai dewatering. Included laterals, deanouls, transmission main, forcemain and a 15 foot deep Lift Station. The lift station included a precast wet well, submersible sewage pumps,a control Name: Rosemary Park Paving & Drainage improvements - Address - Proiect Manager- Phone: City of Bonita Springs Project Name: Forest Lakes MSTU Phase 2 Drainage Improvements Owner - Address - Prolect Manager - Phone: Collier County - ATM Public Works Department Stormwater Department 9101 Bonita Beach Road 2885 Horseshoe Drive South Bonita Springs, Florida Naples, Florida 34104 239.949-6243 Daryl Richard xr- Address - Phone: Engineer - Address: Q. Grady Minor Willson Miller 3800 Via Del Rey 3200 Bailey Lane,. Suite 200 Bonita Springs 34134 Naples, Florida 34105 David Schmitt Craig Paler 239-949-6243 Q. Grady Minor Contract Date: April 5, 2006 Final Contract Amount: $831,805.33 Completion Date: November 1, 2006 Contract Date: May 2, 2006 Final Contract Amount: $193,287.00 Completion Date: July 19, 2006 Protect Name: Dortch Ave. Drainage & Paving impvs. Prolect Name: Lehigh Acres Interconnect Hampton Street Sidewalk Improvements with The City of Fort Myers Owner -Address - Prolect Manager -Phone: Owner - Address - Protect Manager - Phone: City of Bonita Springs Public Works Department Florida Governmental UtilityAuthodly 9101 Bonita Beach Road 1229 Homestead Rd. N. Bonita Springs, Florida Lehigh Acres, FL 33936 239-949-6243 (239) 368-1615 Engineer- Address - Phone: Engineer- Address - Phone: Malcom Pimie, Inc. Q. Grady Minor 2301 Maitland Center Parkway, Suite 425 3800 Via Del Rey Maitland, Florida 32751 Bonita Springs 34134 Victor Hudburt David Schmitt 407-659-5550 239-949-6243 Contract Date: June 15, 2006 Final Contract Amount: $2,884,382.00 Contract Date: March 15, 2006 Completion Date: Apri12007 Final Contract Amount $316,400.50 Completion Date: August 1, 2006 5:\Naples Flles\Shared Files\Experience Statement 5 31 12xlsx ilk Name: Pump Station 109 and 113 Improvements -Address - Proiect Manager- Phone: Collier County Public Utilities Engineering 3301 Tamiaml Trail East, Building H Sandy Sridhar tr- Address - Phone: 0. Grady Minor & Associates 3800 Via Del Rey Bonita Springs, Florida 34134 David Schmitt February 8, 2006 $1,229,561.25 September 29, 2006 ame: Appurtenances For Wells RO 101N and 102N Address - Protect Manager- Phone: Collier County Public Utilities Engineering 3301 Tamlami Trail East, Building H Naples, Florida 34112 Peter Schalt -Address - Phone: Hazen & Sawyer 2101 Corporate Boulevard, Suite 301 Boca Raton, Florida 33431 Albert Muniz EXPERIENCE STATEMENT - SOUTHWEST DIVISION Name: Marco Island Wastewater Treatment Plant Expansion Phase 1 Improvements - Address - Protect Manager - Phone: City of Marco Island 50 Bald Eagle Drive Marco Island, FL 34145 Mr. Bruce Weinstein 239-389-5182 CDM 9311 College Parkway Fort Myers, FL 33919 Adam Soblenski 239-437-9494 May 23, 2006 unt: $9,787,283.47 January 17, 2007 Construction of Wells 35 & 36 huu�nss - nuroui nmuauni - ruune. Collier County Public Utilities Engineering 3301 Tamiaml Trail East, Building H Howard Brogdon - Address - Phone: Camp Dresser & McKee, Inc. 9311 College Parkway, Suite 1 Fort Myers, Florida 33919 Adam Sobolewskt 239.432-9494 Contract Date: May 24, 2005 Contract Date: August 16, 2005 Final Contract Amount: $597,000.00 Final Contract Amount: $998,980.97 Completion Date: January 27, 2006 Completion Date: January 30, 2006 Length of Contract: 240 days Length of Contract: 120 days Proiect Description: Prolect Description: This project was to Install two complete wellhead facilities. The This project was to install two complete wellhead facilities work included structural concrete, mechanical, electrical, fiber optic and install over 1000 LF of 24" PVC Raw Water pipe. line connections, and I & C. The raw water pipe size was greater The work included structural concrete, mechanical, electrical, than 12 inches. fiber optic line connections, ductbank, and I & C. 12th Avenue Interconnect Booster PS Collier County Public Utilities Engineering 3301 Tamlami Trail East, Building H Naples, Florida 34112 Peter Schalt - Phone: Hazen and Sawyer 1905 South 25th Street, Suite 103 Fort Pierce, Florida 34947 Albert Muniz August 8, 2005 unt: $1,083,000.00 October 31, 2006 S:\Naples Flles\Shared Flies\Experience Statement S 31 12alls NCWRF Rebuild filter Set 1 Clean and Paint Filter Beds - rwuress - rromar mnnauni-n�rn�n: Collier County Public Utilities Engineering Department 3301 Tamiami Trail East, Building H Karen Gultani it - Address - Phone: Collier County Public Utilities Engineering Department 3301 Tamiami Trail East, Building H Karen Gultani March 1, 2005 $354,817.00 11C EXPERIENCE STATEMENT- SOUTHWEST DIVISION Prosect Name: SCWRF Rehabilitation Piping Protect Name: Michigan Street Drainage Improvements Odor Control Modifications Owner - Address- Protect Manager- Phone: Owner -Address - Protect Manager- Phone: Collier County City of Bonita Springs Public Utilities Engineering 9101 Bonita Beach Road 3301 Tamiamt Trail East, Building H Bonita Springs, Florida 34135 Naples, Florida 34112 239-949.6262 Vaughn Williams Engineer- Address- Phone: Engineer - Address - Phone: Q. Grady Minor & Associates Hale Montes 3800 Via Dal Rey 950 Encore Way Bonita Springs, Florida 34134 Naples, Florida 34110 David Schmitt E. Joseph Goetz, Jr. 239-2542000 Contract Date: November 21, 2005 Contract Date: September 1, 2005 Final Contract Amount: $217,900.00 Final Contract Amount: $243,610.00 Comoletlon Date: July 12, 2006 Completion Date: Protect Name: Richview Court Drainage Maintenance Protect Name: 1-75 and Alico Road Interchange Reconstr. Owner -Address - Protect Manager- Phone: Owner - Address - Protect Manager - Phone: City of Bonita. Springs Florida Department of Transporation Public Works Department Tallahassee, Florida 9101 Bonita Beach Road Bonita Springs, Florida 239.949-6243 Engineer- Address - Phone: Engineer -Address - Phone: Contractor. Engineer: Thomas Boyle City of Bonita Springs Mewit Southern 239-432-2732 Public Works Department 450 Dividend Drive 16999 James Whitehead Road Peachtree City, Georgia Fort Myers, Florida 33912 Contract Date: December 27, 2005 Contract Date: October 5, 2005 Final Contract Amount: $29,333150 Final Contract Amount: $1,288,742.63 Completion Date: January 30, 2006 Completion Date: June 2007 Protect Name: Culvert Replacement in the River Oaks, Protect Name: Twin Lakes Interconnect Palm River Subdivision Owner - Address - Prosect Manager - Phone: Owner - Address - Protect Manager - Phone: Collier County Collier County Stonnwater Management Stormwater Management 2885 Horseshoe Drive 28115 Horseshoe Drive Naples, Florida 34104 Naples, Florida 34104 Margaret Bishop Gianfranco Nicolacl Engineer -Address - Phone: Engineer - Address - Phone: Collier County Agnoli Barber & Brundage, Inc. Stonnwater Management 7400 Tamlamt Trail North, Suite 200 Naples, Florida 34108 Roger Sandrus Contract Date: April 4, 2005 Contract Date: September 12, 2005 Final Contract Amount: $576,642.50 Final Contract Amount: $750,120.76 Completion Date: July 8, 2005 Completion Date: March 1, 2006 SANaples FlleAShared Flles\Experienm Statement 5 3112xls I I� EXPERIENCE STATEMENT - SOUTHWEST DIVISION Protect Name SCWTP Rehab Reactor #1 Prosect Name: Master Pump Station 302 Rehabilitation Owner -Address - Protect Manager- Phone: Owner -Address - Prosect Manager- Phone: Collier County Public Utilities Planning Collier County Public Utilities Planning & Project Management & Pmject Management 3301 East Tamlami Trail 3301 East Tamiami Trail Naples, FL 34112 Naples, FL 34112 (239) 252.4218 (239) 252-4218 Engineer- Address - Phone: Engineer- Address - Phone: N/A Q. Grady Minor & Associates, P.A. David Schmitt 3800 Via Del Ray Bonita Springs, FL 34134 Contract Date: July 28, 2009 Contract Date: November 10, 2008 Final Contract Amount: $97,400.00 Final Contract Amount: $2,011,347.57 ComoletlDn Date: December 3, 2009 Completion Date: April 30, 2010 Proiect Description: Rehabilitation of Pump Station 302 Complete Tear out of existing pumps and piping. Installed 8 new 100 HP pumps and associated 30" piping. Bypassed sanitary pump station with a 30,000 GPM bypass system In in extreme tight conditions. Proiect Name: Magnolia Pond Drive Storrnwater Improvements Protect Name: Year 4 Sewer Districts Wastewater Lift Stations - Phase One and Two Owner - Address - Protect Mananer - Phone: Owner - Address - Protect Manager - Phone: Collier County Slormwater Dept. Marco Island Utilities 2885 S. Horseshoe Drive 50 Bald Eagle Drive Naples, FL 34104 Marco Island, FL 34145 Val Prince James Miller, Public Works (239) 252-5879 (239) 394-3880 Enainear -Address - Phone: Engineer - Address - Phone: Q. Grady Minor & Associates Boyle Engineering Corp. 3800 Via Del Rey 4415 Metro Pkwy., Ste. 404 Bonita Springs, FL 34134 Ft. Myers, FL 33916 David Schmitt, P.E. (239) 278-7996 (239) 947-1144 Contract Date: June 29, 2009 Contract Date: May 20, 2008 Final Contract Amount $86,775.00 Final Contract Amount: $1,777,185.54 Complefion Date: October 2, 2009 Completion Date: April 23, 2010 Protect Description: Installation of 19 precast concrefe wetwells from 15 to 20 feet deep In existing residential neighborhoods. Installed valve vaults, master manholes, hatch covers 312 inch sanitary sewer from master manholes to wet well for 19 lift stations. Protect Name: Master Pump Station 101 Improvements Proiect Name: Port of the Islands Mechanical & Electrical Work at Water Well No. 3 Owner -Address - Proiect Manager- Phone: Owner -Address - Protect Manager - Phone: Collier County Public Utilities Port of the Island Community Improvement 3301 E. Tamiami Trail, Bldg. H District Naples, FL 34112 (239) 252-4285 Engineer- Address - Phone: Engineer - Address - Phone: Agnoll, Barber & Brundage, Inc. Hole Montes, Inc. 7400 Tamlaml Trail N., Ste. 200 950 Encore Way Naples, FL 34108 Naples, FL 34110 (239) 597-3111 (239)254-2000 Contract Date: November 30, 2009 Contract Date: December 21, 2009 Final Contract Amount: $147,534.62 Final Contract Amount: $169,398.99 Completion Date: August 6, 2010 Completion Date: June 2, 2010 Proiect Description: Proiect Description: Install forcemain and generator at MPS 101 Mechanical & Electrical work associated with new water well No. 3, Including new well pump, control valve, flow meter and telemetry connection to well No. 3 system. SANaples Files\Shared Files\Experience Statement5. 311Z.xisx EXPERIENCE STATEMENT - SOUTHWEST DIVISION Protect Name: Mackie Park Phase 3 (A) Improvements Protect Name: Isle of Capri - Phase 1 Water Main Improvements Owner - Address - Protect Manger - Phone: Owner - Address - Protect Manaaer - Phone: City of Marco Island Collier County Public Utilities 50 Bald Eagle Drive 3301 Tamiaml Trail East Marco Island, FL 34145 Naples, FL 34112 Diana Dued 239-2524218 Engineer - Address - Phone: Engineer - Address - Phone: American Engineering Consultants of Marco Island, Inc. David Schmitt, P.E. 573 Bald Eagle Drive Q. Grady Minor Marco Island, FL 34145 3800 Via Del Rey (239) 394-1697 Bonita Springs, FL 34134 239-947-1144 Contract Date: January 19, 2010 Contract Date: April 29, 2010 Final Contract Amount: $240,100.00 Final Contract Amount: $906,080.33 Completion Date: April 30, 2010 Completion Date: January 2, 2011 Protect Descrfotion: Protect Description: Park renovations to include: New asphalt walkway around lake, new Installation of new water distribution pipeline that connects to the bollard lighting, new lake fountain, new poligon shelter existing 12 -Inch water transmission main that goes into the Isles of Capri from Collier Blvd. Includes installation of approx. 4500 LF of 12" PVC and 4500 LF of 6" PVC. Work also involves installation of new service lines and cross connection devices at each service location, along with several new fire hydrants and road restoration. Protect Name: Winterberry Drive & South Heathwood Drive Proiecl Name: MPS 104 Reclaimed Water Main Supp Water Main Improvements Owner -Address - Protect Manager- Phone: Owner -Address - Protect Manager- Phone: City of Marco Island Collier County Public Utilities 50 Bald Eagle Drive 3301 E. Tamiaml Trail Marco Island, FL 34145 Naples, FL 34112 Timothy E. Pinter, P.E., Public Works Director Shanthl Sridhar 239-389-5000 239-252-5345 Engineer- Address - Phone: Engineer - Address - Phone: AECOM Technical Services, Inc. Greeley and.Hansen 4415 Metro Parkway, Suite 404 1567 Hayley Lane, Suite 201 Fort Myers, FL 33916 Fort Myers, FL 33907 Alfred J. Mita, P.E. Kevin Higginson, P.E. 239-278-7996 239-226-9660 Contract Date: March 4, 2010 Contract Date: April 27, 2010 Final Contract Amount: $130,881.37 Final Contract Amount: $245,908.88 Completion Date: October 29, 2010 Completion Date: January 21, 2011 Protect Description: Protect Description: 18" Interconnect to existing 36" ductile Iron watennain Construction of Approx. 240 LF of 16 Inch and 18 Inch reclaimed water main and Improvements to a wastewater pumping station, Including one horizontal directional drill roadway crossing and all pipe; fittings, appurtenances, valves, connection to existing reclaimed water main, air release valves, surface restoration, testing, and placing new reclaimed water main and pumping station improvements in service. 5:\Naples Files\Shared FileAExperience Statement 531 12alsx iii ilc EXPERIENCE STATEMENT - SOUTHWEST DIVISION Proiect Name: Immokalee & Everglades Intersection Improvements Protect Name: Popash Creek Preserve Improvements Owner - Address - Protect Manager - Phone: Owner - Address - Protect Manager- Phone: Collier County Board of Commissioners Lee County Board of County Commissioners 3301 Tamtami Trail East P.O. Box 398 Naples, FL 33412 Fort Myers, FL 33902-0398 Anura Karuna-Muni 239-533-8131 Engineer - Address - Phone: Engineer -Address - Phone: Collier CountyTECM T.Y. Lin International 2885 Horseshoe Dr. 2400 First St., Ste. 200 Naples, FL 34109 Fort Myers, FL 33901 Richard White Jr., P.E. (239) 3324846 Contract Dale: August 2, 2010 Contract Date: December 14, 2010 Final Contract Amount: $50,108.00 Final Contract Amount: $1,035,426.46 Completion Date: November 8, 2010 Completion Date: June 30, 2011 Proiect Description: Project Description: Subcontract Agreement with Better Roads, Inc. Work at Popash Creek consisted of construction external berms on three sides of the 307 acre preserve, constructing some internal berms in the South area, lowering the existing east -west berm (south of the Interceptor ditch), installing 36 " and 48" RCP's, channel excavation as part of Lake 1, sand cement rip rap Installation, rip rap installation, sheet. piling, weir gate installation as well as other misc. storm improvements. Protect Name: North County Water Reclamation Facility Protect Name: Lee/Hendry County Construction of Flow Meter Replacement, Phase 2 Injection Well Surface Facilities Owner - Address - Protect Manager- Phone: Owner - Address - Protect Manager - Phone: Collier County Board of County Commissioners Lee County Boars! of County Commissioners 3301 East Tamlamt Trail P.O. Box 398 Naples, FL 34112 Fort Myers, FL 33902-0398 Claude Nesbitt, Sr. Project Mgr. Keith Howard, Solid Waste 239-252-8380 239-533-8917 Engineer- Address - Phone: Engineer - Address - Phone: Hole Montes MWH Americas, Inc. 950 Encore Way 14311 Metropolis Ave., Ste. 101 Naples, FL 34110 Fort Myers, FL 33912 239-254-2000 Gordon Kennedy 239-236-0011 Contract Date: May 21, 2010 Contract Date: January 25, 2011 Final Contract Amount: $192,994.05 Final Contract Amount: $1,455,900.09 Completion Date: December 6, 2010 Completion Date: November 15, 2011 Project Description: Protect Description: Fumish and install EQ Tank Construction of a 2 acre Injectate Storage Pond, installation of Furnish and install OX Ditch double containment HDPE piping for transfer of leachate, installation of an Injection well and monitoring well, installation of an annular pressure tank fed with nitrogen, Installation of monitoring well pumps, transducers and appurtenances along with injectate transfer, self -priming, non -clog, horizontal pumps. Project also Involved installation of all associated electrical and complicated Instrumentation system to cater for the safe transfer of leachate from various storage ponds Into the Injection well. S:\Naples Files\Shared Files\Experience Statement 531121dsx . EXPERIENCE STATEMENT- SOUTHWEST DIVISION Lakes Park Water Quality Improvements - Aoaress - rroIBG[ Managel - r11ulIC. Lee County Board of County Commissioners P.O. Box 398 Fort Myers, FL 33902-0398 Anura Karuna-Muni 239-533.8131 - Haul Gss - n lune. AIM Engineering & Surveying, Inc. 5300 Lee Blvd. Lehigh Acres, FL 33971 Lee Flynn, P.E. 239-332-4569 Contract Date: April 26, 2011 Final Contract Amount: $487,985.00 Completion Date: October 30, 2011 Protect Description: Constructing two additional control structures (CS 4 and 5) to enhance current flow patterns and reduce stagnant zones at the north and south ends of the west lake. The two epsting control structures (CS 1 and 5) were modified by installing slide gates to reduce flow through these structures. The project also involved clearing and grading of four existing spoil Islands to create littoral shelves by the removal of exotics and spoil material and the planting of native wetland vegetation. NCWRF Repair 5 Sludge Presses - Haul ass - r Collier County Board of County Commissioners 3301 East Tamiami Trail Naples, FL 34112 Claude Nesbitt, Sr. Project Mgr. 239-252-8380 Cngnlemr - nuulems - mune: Komllne Sanderson Engineering Corp. 12 Holland Ave. Peapack, NJ 07977-0257 Steven Lukacs 908-234-1000 Contract Date: July 15, 2010 Final Contract Amount: $143,000.00 Completion Date: November 14, 2011 Proiect Description: Install sludge presses at 1, 2, 3, 5 and 6 NCWRF Deep Injection Weli.Mag Meter Replacement Collier County Public Utilities 3339 Tamiami Trail E., Ste. 303 Naples, FL 34112 Craig J. Pager, Project Manager 239-252-2554 - Huai mss - N/A East Naples/Solana Road Pump Station Improvements - nUUi CS, - r I yiG�1 loyal - City of Naples - Public Utilities Division 380 Riverside Circle Naples, FL 34102 Dave Graff 239-213-4716 -Auu-5s ruunG. Tetra Tech 201 East Pine Street, Ste. 1000 Naples, FL 34102 Jennifer Woodall, P.E. 407-839-3955 Contract Date: March, 2010 Final Contract Amount: $2,500,000.00 Completion Date: February, 2011 Proiect Description: Replacement of high services pumps, Installation of electrical rooms and roof modifications, VFD Installation, 600kw generator installation as well as other mechanical, structural, electrical and instrumentation improvements at two booster SCRWTP Chlorination Improvements Yuul mss— n uleu rvluneuGl - r aunt. Collier County Public Utilities 3301 E. Tamiami Trail Naples, FL 34112 Alicia Abbott, Project Manager 239-252-5344 Tetra Tech r 201 East Pine Street, Ste. 1000 Naples, FL 34102 Jennifer Woodall, P.E. 407-839-3955 Oate: June 17, 2011 tract Amount: $98,831.00 m Date: November 3, 2011 (4) 8" Gravity Line Segment Replacement along Vanderbilt Drive Collier County Public Utilitiesr 3301 Tamiamf Trail E. Naples, FL 34112 James Sainvilus, Project Manager 239-252-4285 N/A Contract Date: January 10, 2011 Contract Dale: August 16, 2011 Final Contract Amount: $24,526.72 Final Contract. Amount: $158,000.00 Completion Date: September 13, 2011 Completion Date: September23, 2011 Proiect Description: Proiect Description: Remove and Install NCWRF DIW Magnetic Flow Meters, electrical Four 8" point repairs on Vanderbilt Drive disconnection and reconnection, provided and Installed 24 Inch Mega- 5:\Naples Files\Shared Files\Fxperfence Statement 5 31 12.xlsx EXPERIENCE STATEMENT- SOUTHWEST DIVISION 11 Protect Name: Wyndemere Country Club Removelinstall 43 Fire Protect Name: NCWRF Compliance Assurance Hydrants & Valves Owner - Address - Project Manaaer- Phone: Owner -Address - Protect Manager - Phone: Collier County Water Distribution Collier County Public Utilities 4370 Mercantile Ave. 3301 E. Tamiami Trail Naples, FL 34104 Naples, FL 34112 Pam Libby Peter Schalt, PMP 239-252-6239 Engineer- Address - Phone: Engineer - Address - Phone: N/A Hole Montes, Inc. 950 Encore Way Naples, FL 34110 Clifford Pepper, P.E. (239) 254-2000 Contract Date: September 5, 2011 Contract Date: November 6, 2009 Final Contract Amount: $98,350.00 Final Contract Amount: $8,683,000.00 Comoledon Date: November 21, 2011 Completion Date: November 23, 2011 Protect Description: Project Description: Removelinstall 43 Fire Hydrants & Valves Upgrade to existing odor control system. Installation of 4 new Removelinstall 3 Inline Valves odor control units. Construction of two HDPE lined water Install 1 new Inline Valves storage ponds. Repairs and reshaping of existing ponds. Upgrade to existing MLE Aeration basins Including fine bubble diffuser systems, centrifugal blower and odor control covers. Stormwater upgrades throughout site including ponds and swales. Upgrades and modifications to existing chemical supply systems Protect Name: Vanderbilt Beach MSTU, Gulf Shore Drive Utility Protect Name: Bella Terra - Replace Existing Irrigation Relocate Main Owner - Address - Protect Manager - Phone: Owner - Address - Proiect Manager- Phone: Collier County Public Utilities Habitat Lakes LLC 3339 Tamiami Trail E., Ste. 303 782 NW 42nd Ave., Ste 630 Naples, FL 34112 Miami, FL 33126 Mark Sunyak, P.E. (Project Manager 305-445-9855 Engineer - Address - Phone: Engineer- Address - Phone: Malcolm Pimie Banks Engineering 4315 Metro Pkwy, Ste. 520 10511 Ben C. Pratt Pkwy. Ft. Myers, FL 33916 Ft. Myers, FL 33966 239-9395490 Contract Date: November 28, 2011 Contract Date: December 5, 2011 Final Contract Amount: $72,778.50 Final Contract Amount: $108,712.18 Completion Date: January 27, 2012 Completion Date: January 18, 2012 Protect Description: Protect Descriptlon: S:\Naples Files\Shared Files\Experience Statement 5 3112xisx EXPERIENCE STATEMENT - SOUTHWEST DIVISION Protect Name: Pump Station 312.29 & 312.41 Refurbishment Prolect Name: Hendry County- Construction of CR 78 Phase 1A & 1B Drainage Improvements Owner - Address - Proiect Manager - Phone: Owner - Address - Proiect Manager - Phone: Colder County Public Utilities Hendry County Board of County Comm. 3339 Tamiami Trail E., Ste. 303 P.O. Box 1607 Naples, FL 34112 99 East Cowboy Way Zamira Dei Toro, Project Mgr. LaBelle, FL 33975 239-252-6279 Shane Parker, PE (863)675-5222 Engineer- Address - Phone: Engineer - Address - Phone: Tetra Tech, Inc. Johnson Engineering 10600 Chevrolet Way, Ste. 300 251 W. Hickpochee Ave. Estero, FL 33926 LaBelle, FL 33935 Danny Nelson, P.E. James. V. Lofton, Jr. 239-390-1467 (853)612-0594 Contract Date: August 23, 2011 Contract Date: December 1, 2011 Final Contract Amount: $267,222.12 Final Contract Amount: $765,516.97 Completion Date: April 25, 2012 Completion Date: July 10, 2012 Proiect Description: Prolect Description: PS 312.29 - Refurbishment of existing PS 312.29 to install new HDPE Remove & install roadway concrete box culverts and headwalls. discharge piping, new check and plug valves, new pumps and pH probe. Installed concrete sediment basin & ditch block, steel sheet Also amended existing electrical control panels to allow€or new pile, grade work for slopes and relocation of swales and components. New curbs, stone, & landscaping installed. ditches, remove and replace guardrails and asphalt. PS 312.41 - Refurbishment of existing PS 312.41 to install new HDPE Install pedestrian picket railing, rip -rap, drainage pipe, sod, discharge piping, check and plug valves, pumps, electrical control panels, signage and striping. generatorwith ATS, new telemetry along with new lining in pump station. Privacy slats were also installed in existing fence along with new stone landscaping. Prolect Name: Traditions, Golf Residences and Villas at Grey Oaks Proiect Name: Michigan Street Sidewalk Project Owner - Address - Protect Manager - Phone: Owner -Address - Proiect Manager- Phone: CCC Traditions, LLC City of Bonita Springs 135 San Lorenzo Ave. 9101 Bonita Beach Road Coral Gables, FL 33146 Bonita Springs, FL 34135 (239)949-6262 David Liccardi Engineer- Address - Phone: Engineer - Address - Phone: Peninsula Engineering Lake Hickory Ventures, Inc. 2600 Golden Gate Pkwy. 22210 Fairmont CL Naples, FL 34105 Estero, FL 33928 CJ Brown (239) 898-4008 239-262-2800 Contract Date: January 1, 2012 Contract Date: August 15, 2012 Final Contract Amount $363,596.00 Final Contract Amount: $175,734.00 Completion Date: July 13, 2012 Completion Date: September 28, 2012 Proiect Description: Proiect Description: Modification of existing sanitary sewer sysstem from single family Furnish and installed Portland Cement Concrete sidewalk along home layout to multi -family home layout, new city water system, the west side of Michigan Street from Bonita Beach Road to modification of existing drainage system. Pennsylvania Ave. Project consisted of 2220 LF of sidewalk, 15", 24", and 30" reinforced concrete pipe, mitered end sections, yard drains, vertical headwal, FDOT approved railing, fill material, sod, signage, striping, and various Incidental items. S:\Naples Files\Shared Files\Fxperlence Statement 3112.xisx ilc EXPERIENCE STATEMENT- SOUTHWEST DIVISION I 1 Proiect Name: Immokalee Stormwater Downtown Improvements Proiect Name:' Gateway Triangle Residential Area TerUaryStorrnwater System Improvements Owner - Address - Prolect Manager - Phone: Owner -Address - Proiect Manager- Phone: Collier County Board of County Commissioners Collier County Board of County Commissioners Immokalee Area CRA Bayshore Gateway Triangle CRA 1320 N. 15th St. 4069 Bayshore Drive Immokalee, FL 34142 Naples, FL 34112 Bradley Muckel Ashley Caserta (239) 867-4121 #202 (239) 643.1115 Engineer- Address - Phone: Engineer - Address - Phone: CDM Smith, Inc. Q. Grady Minor and Assoc. P.A. 2180 West First SL, #400 3800 Via Del Rey Fort Myers, FL 33901 Bonita Springs, FL 34134 Marc Stonehouse, P.E. David Schmidt (239) 938-9616 (239) 947-1144 Contract Date: January 24, 2012 Contract Date: March 30, 2012 Final Contract Amount: $2,709,797.14 Final Contract Amount: $1,731,977.00 Completion Date: December 20, 2012 Completion Date: February, 2013 Protect Description: Protect Description: Constructed 7.6 acre retention pond and approximately 16,500 LF of This project was designed to reduce known flooding in the RCP storm sewer ranging in size between 18 and 42 inches. The work Gateway Triangle. Removal of existing culverts, mitered ends was completed in a semi -urban part of Immokalee, FL and also included and driveways, installation of over 10,000 LF of culvert pipe, 262 LI` of 4 x 6 box culvert parallel to and under an existing road. over 400 mitered ends, 300 driveways, regrading/realignment of grass swales and pavement overlay of disturbed areas. Prolect Name: Irrigation Quality Water Sites - Priority Group 2 Sites Prolect Name: Owner - Address - Protect Manager - Phone: Owner - Address - Protect Manager - Phone; Collier County Public Utilities 3339 Tamlaml Trail E., Ste. 303 Naples, FL 34112 Aaron Cromer, PMP (239) 252-5338 Engineer - Address - Phone: Engineer- Address - Phone: Hole Montes, Inc. 950 Encore Way Naples, FL 34110 Frank Feeney, P.E. (239) 2542000 Contract Dale: January 24, 2012 Contract Date: Final Contract Amount: $515,474.13 Final Contract Amount: Completion Date; February 13, 2013 Completion Date: Project Description: Project Description: Allow Improved control and monitoring of IQ Water usage at Tarpon Cove, Calusa Bay, Veteran's Park and Vineyards Elementary School Properties. Installation of 4 meter assemblies comprised of an MOV, electromagnetic flowmeter, flow control valve and all associated power and controls hardware and software. S:\Naples Files\Shared FlleAExperience Statement 3112. lsx TOTAL $ S-batri Failure to complete the above may result in the Bid being declared non-responsive. Signature: 1G. -��•' ! Date: 7/31/13 ITB 13-6138 LASIP Davis Blvd Canal Improvements 18 11C 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)L( F,SY) 1. Shy ; L o 1, sem' 3c�o -C)D 2. = L(= l.c>co.cx 3. 4. 5. TOTAL $ S-batri Failure to complete the above may result in the Bid being declared non-responsive. Signature: 1G. -��•' ! Date: 7/31/13 ITB 13-6138 LASIP Davis Blvd Canal Improvements 18 cr a COUftV Administrative Services Division Purchasing AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS Solicitation # 13-6138 - LASIP Davis Boulevard Canal Improvements (CHECK APPROPRIATE BOXES BELOW) State of Florida (Select County if Vendor is described as a Local Business Ivi �ckCollier County ❑ Lee County 11C 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: 1990 Number of Employees (Including Owner(s) or Corporate Officers): 36 Number of Employees Living inV, Collier County or [ILee (Including Owner(s) or Corporate Officers): 25 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: Douglas N. Higgins, Inc. Date: 7/31/13 Collier or Lee County Address: 4485 Enterprise Ave., Naples, FL 34104 Signature: Title: Vice President STATE OF MICHIGAN: WASHTENAW COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 31 st Day of July 120 13 Notary Public My Commission Expires: >I — l d r DOI (AFFIX OFFICIAL SEAL) ITB 13-6138 LASIP Davis Blvd Canal Improvements 19 C�� > y 11 Administrative Setvk= Division Purrliasing Immigration Law Affidavit Certification Solicitation: 13-6138 - LASIP Davis Boulevard Canal 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, Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E -Verify program, may deem the Vendor / Bidder's proposal 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 Douglas N. Higgins, Inc. Print Name Kelly A. Wilkie Title Vice President Signature �t✓ . ��t�.(Q - Date 7/31/13 State of Michigan County of Washtenaw The foregoing instrument was signed and acknowledged before me this 31st day of July , 2013 by Kelly A. Wilkie (print or type name) who has produced Personally Known (type of identification and number) as identification. Notary Public Signature Sandra Garrison Printed Name of Notary Public 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 20 I I� u_ y Company ID Number: 364882 THE E -VERIFY PROGRAWFOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Douglas N. Higgins. Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E -Verify). This MOU explains certain features of the E -Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E -Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E - Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E -Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a Federal contractor with the FAR E -Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E -Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E -Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E -Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dh.s.gov/E-Verify Company ID Number: 364882 I Ic 6.) ififir�.�2 by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non -citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for employees through E -Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: Automated verification checks on employees by electronic means, and - Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to make available to the Employer at the E -Verify Web site and on the E -Verify Web browser, instructional materials on E -Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E -Verify. DHS agrees to provide training materials on E -Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E -Verify program. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E -Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Page 2 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 11� _ ffCU r Y Company ID Number: 364882 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non - match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions., C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E -Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E -Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E -Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E -Verify program as a condition of continued use of E -Verify. B. Failure to complete a refresher tutorial will .prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: - If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E -Verify at 888-464-4218. - If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov1E-Ver1fy 11C 0 Company ID Number: 364882 and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E -Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E -Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E -Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E -Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E -Verify system compliance inspections during the course of E -Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E -Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form 1-9 has been completed), and to complete as many (but only as many) steps of the E -Verify process as are necessary according to the E -Verify User Manual, or in the case of Federal contractors with the FAR E -Verify clause, the E -Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3 -day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E -Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E -Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E -Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article ILD, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer Page 4 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify I I� �� VeriF �niU, y �:a Company ID Number: 364882 uses the E -Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article Ill. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status- (including tatus(including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E -Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E -Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration - related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E - Page 5 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify I I� ��= VeriF moo., ��Ifi Company ID Number: 364882 Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E -Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E -Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E -Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E -Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E -VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E -Verify by the Employer, the Employer may not reverify the employee through E -Verify. a. Federal contractors with the FAR E -Verify clause agree to become familiar with and comply with the most recent versions of the E -Verify User Manual for Federal Contractors and the E -Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E -Verify clause agree to complete a tutorial for Federal contractors with the FAR E -Verify clause. c. Federal contractors with the FAR E -Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E -Verify at the time of a contract award must enroll as a Federal contractor with the FAR E -Verify clause in E -Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E -Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, Page 6 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 11C Verfy- Company 4 b ID Number: 364882 whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E -Verify as a Federal contractor with the FAR E -Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and after the date and selecting which employees will be verified in E -Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employers that are already enrolled in E -Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E -Verify clause: Employers enrolled in E -Verify for 90 days or more at the time of a contract award must use E -Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E -Verify as other than a Federal contractor with the FAR E -Verify clause, must update E -Verify to indicate that they are a Federal contractor with the FAR E= Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E - Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E -Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E -Verify clause in E -Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E -Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a. Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E -Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article ILD, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E -Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E - Verify verification of all existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E - Verify clause: Federal contractors with the FAR E -Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E -Verify clause may also update previously completed Forms 1-9 to initiate E -Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Page 7 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify I I� Company ID Number: 364882 Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S, citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E -Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E -Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by the E -Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. if the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system -generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it Page 8 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify ilk kx Verif Company ID Number. 364882 determines that more than 10 days is necessary. The Employer agrees to check the E -Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E -Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E - Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (paid for at employer expense). 7. If the Employer determines that there is a photo non -match when comparing the photocopied List B document described in Article II.C.5 with the image generated in E -Verify, the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Page 9 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify ilk Company ID Number: 364882 ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E Verify, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E -Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E -Verify program by DHS or SSA, including but not limited to the E -Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E - Verify through the use of mandatory refresher tutorials and updates to the E -Verify User Manual, the E -Verify User Manual for Federal Contractors or the E -Verify Supplemental Guide for Federal Contractors. Even without changes to E -Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E -Verify clause may terminate this MOU when the Federal contract that requires its participation in E -Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E -Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E -Verify clause fails to provide such notice, that Employer will remain a participant in the &Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E -Verify clause, and will be required to use the E -Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. Page 10 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E.Verify I I� Company ID Number: 364882 D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the .United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E -Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E -Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 11 of 131 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov1E-Ver1fy iii -Ve r lfv-. Company ID Number: 364882 To be accepted as a participant in E -Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E -Verify at 888-464-4218. Employer Douglas N. Higgins, Inc. Suzanne hawker Name (Please Type or Print) Electronically Signed Signature Title 1 D1151201O Date Department of Homeland Security — Verification Division SCIS Verification Division Name (Please Type or Print) Electronically Signed Signature Title 10/15/2010 Date Information Required for the E -Verify Program Information relating to your Company: Company Name: Douglas N. Higgins, Inc. Company Facility Address: 3390 Travis Pointe Rd. Ste. A Ann Arbor, Mi 48108 Company Alternate Address: County or Parish: WASHTENAW Employer Identification Number: 81807765 Page 12 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify ilk VeriF 011- y Company ID Number: 364882 North American Industry Classification Systems Code: 237 Administrator: Number of Employees: 20 to 99 Number of Sites Verified for: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: • MICHIGAN 1 site(s) • FLORIDA 3 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Kelly A Wilkie Telephone Number: (734) 996 - 9500 E-mail Address: kwilkie2000@yahoo.com Name: R Suzanne Hawker Telephone Number: (734) 996- 9500 E-mail Address: rshawker@yahoo.com Fax Number: (734) 996 - 8480 Fax Number: (734) 996 - 8480 Page 13 of 13 1 E -Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 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 Douglas N. Higgins. Inc. (as shown on income tax return) Business Name same (if different from taxpayer name) Address 3390 Travis Pointe Rd., Ste. A City Ann Arbor State Michigan Zip 48108 Telephone 734-996-9500 FAX 734-996-8480 Email danh()_dnhiggins.com Order Information Remit 1 Payment Information Address 4485 Enterprise Ave. Address 4485 Enterprise Ave. City Naples State FL Zip 34104 City Naples State FL Zip 34104 FAX 239-774-4266 1 FAX 239-774-4266 Email BrandyB(u dnhiggins.com I Email BrandyB(a�dnhiggins.com 2. Company Status (check only one) Individual / Sole Proprietor X Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity (Acr Count under Internal Revenue Service guidelines IRC Phone Number 239-774-3130 501 (c) 3) -.-���y Adrninistrative Services Division (D = Disregarded Entity, C = Corporation, P = Partnership) Rwchasino 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 Douglas N. Higgins. Inc. (as shown on income tax return) Business Name same (if different from taxpayer name) Address 3390 Travis Pointe Rd., Ste. A City Ann Arbor State Michigan Zip 48108 Telephone 734-996-9500 FAX 734-996-8480 Email danh()_dnhiggins.com Order Information Remit 1 Payment Information Address 4485 Enterprise Ave. Address 4485 Enterprise Ave. City Naples State FL Zip 34104 City Naples State FL Zip 34104 FAX 239-774-4266 1 FAX 239-774-4266 Email BrandyB(u dnhiggins.com I Email BrandyB(a�dnhiggins.com 2. Company Status (check only one) Individual / Sole Proprietor X Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC Phone Number 239-774-3130 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) 38-1807765 (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 penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature 16LULA, CULZELL Date 7131113 Title Vice President Phone Number 239-774-3130 ITB 13-6138 LASIP Davis Blvd Canal Improvements _ 21 11� 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 two hundred and forty (240) 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 Michigan County -of Washtenaw Kelly A. Wilkie 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. Kelly A. Wilkie 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 22 (a) Corporation 11� The Bidder is a corporation organized and existing under the laws of the State of Michigan which operates under the legal name of Douglas N. Higgins. Inc. , and the full names of its officers are as follows: President Douglas N. Higgins Secretary David Wilkie, Kelly A. Wilkie Treasurer Kelly A. Wilkie Vice President Daniel Higgins, Kelly A. Wilkie, Brandy Bartolone The Kelly A. Wilkie is authorized to sign construction bids and contracts for the company by action of its Board of Directors taken July 1, 2013 , 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 operating under a trade name, said trade name is and if ITB 13-6138 LASIP Davis Blvd Canal Improvements 23 CERTIFICATE OF SECRETARY The undersigned, being the duly elected secretary of Douglas N. Higgins, Inc., a Michigan corporation, hereby certifies that�the following resolution was duly adopted by the Board of Directors of said corporation at a meeting held on July 1, 2013 and that said resolution is in full force and effect: "RESOLVED, That the following listed persons are hereby authorized to execute, on behalf of Douglas N. Higgins, Inc., any and all contracts and documents." Brandy L. Bartolone Daniel N. Higgins Douglas N. Higgins David J. Wilkie Kelly A. Wilkie Dated: July 1, 2013 ilc ldu k. Kelly A( Wilkie Secretary C Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. DATED 7/31/13 STATE OF Michigan COUNTY OF Washtenaw legal entity BY: Douglas N. Higgins, Inc. Name of Bidder (Typed) Sig atu Vice President Title The foregoing instrument was acknowledged before me this 31 st day of July , 2013, by Kelly A. Wilkie , as Vice President of Douglas N. Higgins, Inc. , a Michigan corporation, on behalf of the corporation. He/she is personally known to me or has produced Personally Known as identification and did did not) take an oath. c My Commission Expires: (AFFIX OFFICIAL SEAL) �4-��-, (Signature of Notary) Sandra Garrison (Legibly Printed) Notary Public, State of Michigan Commission No.: 1-16- -jo) J ITB 13-6138 LASIP Davis Blvd Canal Improvements 24 11� KNOW ALL MEN BID BOND BY THESE PRESENTS, that we Douglas N. Higgins, Inc. (herein after called the Principal) and Hartford Fire Insurance Company , (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 and authorized to do business in the State of FL are held and firmly bound unto the Board of County Commissioners, Collier County, FL (hereinafter called the Owner), in the full and just sum of Five percent of attached bid dollars ($ 5% ) 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 13-6138 - LASIP Davis Boulevard Canal 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 $ 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 31st day of July , 2013. Principal (Seal) ' 1�tt tL( , iA)l l" V r a Hartford Fire Insurance Company Surety (Seal) Dale A. Bells Countersigned FL ResldeM Agent 985o NW 41 st St., #1 DO Local Resident�Producing Agent for HVlant Group, 24 M 11Wriaht Dr., P.O. Box 541 Suite J4100 Ann Arbor MI 48106 ITS 13-6138 LASIP Davis Blvd Canal Improvements 25 Direct lnquiries/Clails 4 r POWER OF ATTORNEY THE HARTFORD BOND, T-4 Notary Public One Hartford Plaza CERTIFICATE Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-350851 X7 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut = Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of theStateof Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Heather M. Johnson, Joel E. Speckman, Tem Mahakian, David Harlock of Ann Arbor, MI their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Ills >'� •, :;�we..i R.gi.s a ♦vii' _�rai aryu�o�.'g rcabon e 1987 .� � • � - •. - rr - ; .nrvf` • r+sr�t► y','. 1874 ij:t 1979 i 7974 * ♦ 1�>....: ,; .I •�g►,�.�o, yrR c�•�s�t .r . >'+•,'• yrru�s o.nr�' '��rCo -,00h• Wesley W. Cowling, Assistant Secretary STATE OF CONN ECTI CUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Vice President On this 12°i day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of July 31, 2013 . Signed and sealed at the City of Hartford. fi' y Da ;,�c•.rr►.arti: t a 0:11 J G J t! Gary W. Stumper, Vice:President •tC * Kathleen T. Maynard Notary Public My Commission Expires July 31, 2016 CERTIFICATE I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of July 31, 2013 . Signed and sealed at the City of Hartford. fi' y Da ;,�c•.rr►.arti: t a 0:11 J G J t! Gary W. Stumper, Vice:President 11� 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: <*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 Douglas N. Higgins, Inc. Bidder Name 4m,,�u,0�4&ice President i natu & Title Date: 7/31113 ITB 13-6138 LASIP Davis Blvd Canal Improvements 26 1� State of Florida Department of State I certify from the records of this office that DOUGLAS N. HIGGINS INC. is a Michigan corporation authorized to transact business in the State of Florida, qualified on August 1, 1973. The document number of this corporation is 830666. I further certify that said corporation has paid all fees due this office through December 31, 2013, that its most recent annual report/uniform business report was filed on January 8, 2013, and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this is the Eighth day of January, 2013 Secretary ofState Authentication ID: CC2686222087 To authenticate this certificate,visit the following site,enter this ID, and then follow the instructions displayed. https://efile.sunbiz.org/certauthver.htmi 11C _ = CDLt1ER COUNTY BUSINESS TAXBUSIN>ESSTAX N4tN1ER: 00046.4 COLLIER COUNTY TAX COLLEGI OR - 2800 N. HORSESHOE DRIVE 'NAPLES FL0f31DA41Q4-- (239) 252. W77 VISIT OUR 11VEBSITE AT; www:colliertax.com - := THIS RECEIPT EXPIRES_,SEPTEMBER 30, 2013.; y _ D]SPL Aa( ALPLACE OF BUSINESS FOR PUBLIC INSPECTION ] FAI4Ui3E 7O DO SO IS. CONTRARY TO LOCM: LAWS LOCATION 4485gNTEEtPRISE AVE _ 4LEGAL FORM" -- ZONED. INDUSTRIAL LIC 1541 * rk - THIS TAX IS NON-REFUNDABLE BUSINES&PHONE Z74-3130 ' CORPORATIONS,, ,* - STATE LIC: C060189 = DOUGLAS N FIIG�INSi INC HIG - - GINS�DANIEC N__;-� •^ 4485 ENTERPRISE AVE NAPLESIFL 34104-0000, _ - r _ NUMBER:OF EMPLOYEES: 1 10MPLOY,EES dl'ASSIFICi4TI0N. GENERAL CONTRACTOR _ I g m - = _DATE — > 07/13/2012 CLASSLFICATION CODE: '0510010L This document its a business tax only. This is not certification that licensee is qualified. 'RECEIPT 956.40 It does-noLpenmt•the Itcensee to violate any existing regulatory zoning laws of the state_, county or cities nor does itexem_pt the licensee from'any other#axes or permits that may be required by law – _ _ AcoRbr CERTIFICATE OF LIABILITY INSURANCETE( n 12/7/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO. RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT 13ETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. - IMPORTANT; If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). CONTACT PRODUCER NAME., gylant Group Inc - Ann Arbor PHONE Ext) -734-741-0044 Ne = - ?4 Frank Lloyd Wright Dr J4100 EMAIL knn Arbor Mi 48105 ADDRESS: INSURED HIGGI-5 Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A Ann Arbor MI 48108 r-nuca A r -cc CKRTIFiRAT F KIT 1MRER- a n')a'Jttn4o0 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPEOFINSURANCE N WVD POLICYNUMBER MMIODYEFF MMfDDr EXP LIMITS A GENERALLIABIUTY U1061922047 2/10/2012 12110=13 EACH OCCURRENCE 41,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PRE SE (ED occurrence $200_000 MED EXP (Any onoperson) $15,000 CLAIMS -MADE IBJ OCCUR PERSONAL&ADV INJURY 51,000000 GENERALAGGREGATE $2,000,00 GEN'LAGGREGATELIMIT APPLIES PER PRODUCTS -COMPIOPAGG $2000,000 $ POLICY X JECTPRO-LOC AUTOMOBILELIABILJTY 01061922033 2/10/2012 2/10/2013 D SINGLE LIMIT Ea acgdent 4110-00000 BODILY INJURY (Per person) 4 XANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED HIRED AUTOS AUT SVMED PROPERTY DAMAGE 5 Per accident) S B X UMBRELLA LIAB X OCCUR UIOB1922050 2/1D/2012 1 1211012013 EACH OCCURRENCE 510,000,000 AGGREGATE $10,000,000 EXCESS LIAB CLAIM84AADE QED X RETENTION$10,000 $ C WORKERS COMPENSATION i61922016 12M D/2012 2/10/2013 X 1NCS Ay- 0TH- LIMITS I I FR AND EMPLOYERS, LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE � E.L. EACH ACCIDENT $500,000 EL DISEASE - EA EMPLOYEE $600,000 OFFICERIMEMSER EXCLUDED (Mandatory in NHI NIA E.L DISEASE -POLICY LIMIT $1000000 If es, desGnbe under DESCRIPTION OF OPERATIONS below D Professional/ Pollution ECO026006 t2/1D/2012 12M 0/2013 2,000,000 Each Claim 4,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, irmore apace Is required) Additional insured for General Liability, as required by written contract (primary) - Board of County Commissioners, Collier County. For any and all work performed on behalf of Collier County. «i�:i�l7tNs�11� Collier County Board of County Commissioners 3301 Tamiaml Trail East Naples FL 34412 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE_ WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE jQA .. "'V"�" ©19HB-2U1U AGUKU GUKPUKA I IUM. All rlgnts reservea. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH •��D TALLAHASSEE STREET EFL32399-0783 HIGGINS, DANIEL NORMAN DOUGLAS N HIGGINS INC 3390 TRAVIS POINTE ROAD SUITE A ANNN ARBOR MI 48108 11 (850) 487-1395 DETACH HERE 08/27/2012 '11819'5796 CGGD60189 4 STATE OF FLORIDA AC.#; 5.30 �:D.L S Congratulationsl With this license you become one of the nearly one millionDEPARTMENT OF -BUSINESS :AND Floridians licensed by the Department of Business and Professional Regulation PROFSSS,ION�,L REGULATION Our professionals and businesses range from architects to yacht brokers, from < ;, boxers to barbeque restaurants, and they keep Florida's economy strong. CGC066189 0 g /27 j 12 11819 57 9 f Every day we work to improve the way we do business in order to serve you bette For information about our services, please log onto www.myflorldallcense.com. r, CQNTRACTQR There you can find more information about our divisions and the regulations that HIGGTNSDANIEL NORMAN ,:= HIGGIN- INC impact you, subscribe to department newsletters and learn more about the DOUGLAS N Department's initiatives. 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 2S `CERTIFIED under the provisions of 'ch 489 F9_ Thank you for doing business in Florida, and congratulations on your new license! I yiration ante. AUG: 31, '2014 112062701996 - DETACH HERE 08/27/2012 '11819'5796 CGGD60189 4 11C Florida Department o, f Transportation RICK SCOTT 605 Suwannee Street ANANM PRASAD, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY September 17, 2012 DOUGLAS N. HIGGINS, INC. 3390 TRAVIS POINTE RD ANN ARBOR MI 48108 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the amount and the type of work -indicated below. U nless your company is notified otherwise, this rating will expire 9/30/2013. However, the new application is due 7/31/2013. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant' s audited annual financial statements and, if applicable, the audited interim financial statements. Section 337.14 (4) F.S. provides that your certificate will be valid for 18 months after your financial statement date. This gives a two month period to allow you to bid on jobs as we process your new application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. Your company's maximum -capacity rating has been established based on X Audited Reviewed financial statements. To access it, please log into the Contractor Prequalification Application System via the following link: https://www3.dot-.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES.- DRAINAGE, LASSES:DRAINAGE, GRADING FDOT APPROVED SPECIALITY CLASSES. OE' WORK: UNDERGROUND UTILITIES, WATER MAINS, SANITARY LINES, FORCE MAINS, SEWER LINES, PUMP STATIONS. You may apply, in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22:0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. JM:cj Sincerely, Juanita Moore, Manager Contracts Administration Office WWW . CIOt.State.fLus Manage Manage Page 1 of 3 1 1,C .... .. t DANH@DNHIGGINS.COM _ Update Work Underway Help Annual Application 9/25/2012 10:30:03 AM EST LVendor Stakeholders Affiliates Work Classes Financial Contracts -f Manage Attach Financial StaterirentsjAdditional Documentationysubmit Application Summary I Vendor Number: F381807765002 Name: DOUGLAS N. HIGGINS, INC. Application Status. COMPLETED Fiscal Year End Date: 3131/2012 Application Due Date: 7/31/2012 Adjusted Current 2 Ratio: Ability Score: 82 Surety Multiplier: Ability Factor: 8 Calculated Maximum Bid Capacity: Adjusted Net Worth: $ 35,878,872.34 Document Audited or Reviewed Financial Statements Affidavit. Equipment Surety Leiter Letters of Recommendation Revjev�.-d Firl?iic;ai r utlit .I or Statement,-- Additional tatementsAdditional Document https://www3.4ot.state.fl.us/con... Mailed Received Attached 3.8 $ 574, 050, 000.00 7/25/2012 7/25/2012 N/A 20120827124754978.PDF 7/24/2012 1, Request Document 7/23/2012 NIA N/A Page 1 of 3 20120726084452900. P D F N/A ( Request Document NIA 9/25/2012 11� CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Douglas N. Higgins, Inc. ("Contractor") of 3390 Travis Pointe Road, Suite A, Ann Arbor, Michigan 48108, a Florida corporation authorized to do business in the State of Florida, to perform all work ("Work") in connection with LASIP Davis Boulevard Canal Improvements, Bid No. 13-6138 ("Project"), as said Work is set forth in the Plans and Specifications prepared by CDM, Smith, Inc., 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: One million seven hundred sixty four thousand nine hundred twenty nine dollars and no cents ($1,764,929.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 27 0 I I� as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www.fms.treas.gov/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 two hundred and forty (240) calendar days from the Commencement Date (herein "Contract Time").- The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within thirty (30) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager" refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize. that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above,. as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, one thousand five hundred thirty two dollars ($1,532.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor -failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a ITB 13-6138 LASIP Davis Blvd Canal Improvements 2$ 0 11 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 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. ITB 13.6138 LASIP Davis Bhrd Canal Improvements 29 JCA I I� Section S. Exhibits Incorporated. The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement. Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by CDM, Smith, Inc. and identified as follows: LASIP Davis Boulevard Canal Improvements as shown on Plan Sheets 1 through 43. Exhibit N: Contractor's List of Key Personnel ITB 13-6138 - LASIP Davis Boulevard Canal 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: Steve Ritter, Project Manager Collier County Growth Management Division Transportation Engineering 2885 S. Horseshoe Drive Naples, Florida 34104 (239) 252-5799 SteveRitter@colliergov.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: Brandy Bartolone, Vice President Douglas N. Higgins, Inc. 4485 Enterprise Avenue Naples, Florida 34104 (239) 774-3130 Fax: (239) 774-4266 BrandvBOdnhiooins.com ITB 13138 LASIP Davis Blvd Canal Improvements 30 CA 11� 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 building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 9. Modification. No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. Section 10. Successors and Assions. 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. Governina 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 31 LA �i 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. Chansae 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 32 C.� 11C IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: FIRSTI ITNESS P6 V, Print Name J - (SE N WITNESS Print Name Date: -ATTEST: Dwiqkt E. Brock, Clerk F, Atkest as to Chairman's -,witure only. Approved as to Form and Legality: At ista„nounty Attorney Dep,Sk' nn Print Name CONTRACTOR: Douglas N. Higgins, Inc. By: rint Name and Title r6 ►1 N BOARD OF COUN I OMMIS IONERS OF COLLIER COUN FL IDA BY: Georg' A. Hil er, ESQ. Chairwoman Item # Agenda Date Date l� Redd ITB 13-6138 LASIP Davis Blvd Canal Improvements 33 lid EXHIBIT A 1: PUBLIC PAYMENT BOND LASIP Davis Boulevard Canal Improvements Bond No. 35BCSEP0710 Contract No. 13-6138 KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A, Ann Arbor, MI 48108 as Principal, and Hartford Accident and Indemnity Com any as Surety, located at One Hartford Plaza,'IHartford, CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners o o1lier County, FL as Obligee in the sum of One Million Seven Hundred Sixty -Four Thousand Nine Hundred Twenty -Nine and 00/100 ($ 1,764,929.00 ) 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 i4 day of no C.P«"z.- 20 t3 , with Obligee for LASIP Davis Boulevard Canal Improvements, Contract No. 13-6138 in FL 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 16th day of December 20 13 , the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. ITB 13-6138 LASIP Davis. Blvd Canal improvements 34 Signed, sealed and delivered in the presence of: 1 Witnesses as to Principal PRINCIPAL Douglas N. Higgins, Inc. BY: NAME. K1e ITS: 11C STATE OF COUNTY OF WWWAA' j The foregoing instr ment was acknowledged before me this day of fl�L�ar�l�i 20 15, by _Ke)ly A W, IKI,e- as Via d-ait of 03aISS r15�r1 , a I y�" corporation, on behalf of the peonally k corpo tion. Helsh s rsnown f to me OR has produced as identification and did (did not take an oath. My Commission Expires: %-/0-/4 6a4, Iota—L {Signature of Notary) NAME: SO el 00 (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of MA,` 11 Commission No.: ATTEST: SURETY: Witnesses to Surety Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza, T-4 Hartford, CT 06155 (Business Address (Authorized Signature) (Printed Name) ITB 13-6138 LASIP Davis Blvd Canal Improvements 35 OR AS Attorney in Fdct (Attach Power ofAttoi ey) Heather M. Johnson Witnesses (Printed Name) H lant Group 24 Frank Lloyd Wright Dr., Suite J4100 Ann Arbor, MI 48105 (Business Address) (734)741-0044 (Telephone Number) STATE OF MI COUNTY OF_Lenawee acting in Washtenaw I Ic The foregoing instrument was acknowledged before me this 16th day of December '2013 , by Heather M. Johnson as _ Attorney in Fact Of Hartford Accident an n emni y ompany� Surety, on behalf of Surety. He/She is personally known to me OR has produced Driver License as identification and who did (did not) take an oath. My Commission Expires: -I I a-3/-D'(D t6 (AFFIX OFFICIAL SEAL) (1). (Signatur Name:_ CVIPs-4 A. &C m t 5 (Legibly meted) G��PY L A WTMY ROW : k*O ; t .►yA2M5 tp1A.• 2 SOF M1G�' Notary Public, State of: mT Commission No.: _ NSA ITS 13-6138 LASIP Davis Blvd Canal Improvements 36 EXHIBIT A 2; PUBLIC PERFORMANCE BOND LASIP Davis Boulevard Canal Improvements Bond No. 35BCSEP0710 Contract No 13-6138 ilc KNOW ALL MEN BY THESE PRESENTS: That Douglas N. Higgins, Inc., 3390 Travis Pointe, Suite A, Ann Arbor, MI 48108 , as Principal, and Hartford Accident and Indemnity Company as Surety, located at One Hartford Plaza T-4, Hartford, CT 06155 (Business Address) are held and firmly bound to The Board of County Commissioners of Collier County, FL , as Obligee in the sum of One Million Seven Hundred Sixty -Four Thousand Nine Hundred Twenty -Nine and 00/100 ($ 1.764,929.00 ) 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 i I tl` day of De -r_ -e_" e-,- , 20 k j with Obligee for LASIP Davis Boulevard Canal Improvements, Contract No. 13-6138 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 37 iic 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 16th day of December , 2013 , 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 , _� Douglas N. Higgins, Inc. wt�L' BY: KJILM RujkA_� I nesses as to Principal , NAME: Adiv: �I I kl& ITS: V1 d - Pla f STATE OF GSE a-f'I COUNTY OF � �lz'►f'" ' 16LE The foregoing instrument was acknowledged before me this Ila"01 day of M�Xr , 20 /3 , by (L (V ft • W KI _e__ as Prt4tt t t of iCcS IV dloq i r S -PiC . , a I CA aj-'_ corporation, on behalf of the co oration. He/she is pers, o_ nallyknown to me OR has . produced as identification and did (did not) take an oath. My Commission Expires: /—Ib--/ (Signature) (AFFIX OFFICIAL SEAL) Name:�G�i22 (Legibly Printed) Notary Public, State of: 1-�[ C4' 1 6 Commission No.: ITB 13-6138 LASIF Davis Blvd Canal Improvements 38 ATTEST: Witnesses as to Surety q—c�" Z"&� Witnesses STATE OF MI COUNTY OF Lenawee Acting in Was tenaw 11� SURETY: Hartford Accident and Indemnity Company (Printed Name) One Hartford Plaza, T-4 Hartford, CT 06155 (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fabf (Attach Power oftto ey) Heather M. Johnson (Printed Name) Hylant Group 24 FranR Lloydng r., SuiteTltIOO Ann Arbor, M1 48 105 (Business Address) (734)741-0044 (Telephone Number) The foregoing instrument was acknowledged before me this 16thday of December , 20 13 , by Heather M. Johnson , as Attorney in Fact of Hartford Accident and Indemnity Company , 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: I I D 3' ao 15 (Signatur (AFFIX OFFICIAL SEAL) 1. 11 B 13.6138 LASIP Davis Blvd �RYLA9 .s rOF W i Mrc�,a"r� N ;• �hs+.2m6 M Name: Ck. &M', 5 (Legibly 04ted) Notary Public, State of: MI Commission No.: N/A 39 Direct Inqairsl1ig to:THE HT POWER OF ATTORNEY One BOND, T-4 Hartfod Plaza Hartford, Connecticut 06155 call.- 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35-350851 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Heather M. Johnson, Joel E. Speckman, Tern Mahakian, David HaHock of Ann Arbor, MI their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. bnr[ntv�. • �� ►F t 9 �►+► t .. '� ` Je ■raw E�.;, 1q7 �" • r �:�. _. 9�' �'aptN yIA . t,`t� � � fi �Y•'[[gv[5+y 4n./�•�' �. ��,. Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. �M�ty tir •� • Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 16, 2013 . Signed and sealed at the City of Hartford. Av��j _ � r �}/�� M1` het r = •�a ! ` �* �, .y{ w ' g Mi[�.1 [[1[lY�i • grefi! Is 7Ope _ ; 31ti yqq .:'^ 979 t �:�..:.� �'gwsN �iA •��?•�t + �'^,['c WviS' //4n.1�• •�"':�ied`' .. Gary W. Stumper, Vice President ACORb® CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY) 12/16/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hylant Group Inc - Ann Arbor 24 Frank Lloyd Wright Dr J4100 Ann Arbor MI 48105 CONTACT NAME: HONE EX :7 4- 41- 44 LAIC, IC No):734-741-1850 E-MAIL — ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Continental Insurance Company_ 35289 U1061922047 INSURED HIGGI-5 INSURER B: n In n I Casualty Company44 INSURERC:Valley ForForae Ins r n Douglas N. Higgins, Inc. 3390 Travis Pointe, Suite A Ann Arbor MI 48108 INSURER D:Greenwich Insurance Company 22322 --- INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 1qn??11'1?7 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IOLICYEXP LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER MM/DDY/YYYYEFF MMIDD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1XI OCCUR U1061922047 12/10/2013 2/10/2014 EACH OCCURRENCE $1,000,000 PPREMDAMAGE T REN D REMISES Ea occurrence $200,000 MED EXP (Any one person) $15,000 PERSONAL& ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: r POLICY X PRO- LOC PRODUCTS - COMP/OP AGG $2,000,000 $ A AUTOMOBILE LIABILITY U1061922033 12/10/2013 2/10/2014 COM Ea a $1,000,000 ccident BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident $ n B X UMBRELLA LIABX OCCUR 01061922050 12/10/2013 2/10/2014 EACH OCCURRENCE $10,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE $10,000,000 DED X I RETENTION $10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A VVC161922016 12/10/2013 2/10/2014 X YVC STATU- OTH- I I .-.__ E.L. EACH ACCIDENT $500,000 E.L. DISEASE -EA EMPLOYEE_ $500,000 (Mandatory in NH) If yes, describe under j DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 D Professional/ Pollution PECO025095 1 12/10/2013 2/10/2014 14,000,000 2,000,000 Each Claim Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Job - LASIP Davis Boulevard Canal Improvements. Additional Insured for General Liability, as required by written contract (primary) - Board of County Commissioners, Collier County CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3327 Tamiami Trail, East Naples FL 34412 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 11C 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 40 11C Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the Vendor for such coverages purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 41 11 Collier County Florida Insurance and Bonding Requirements Insurance/ Bond Type_ Required 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 $1,000,000 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 Contractor/Vendor/ 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 Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/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 $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 42 ilk 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost 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 Vendor Signature Print Name Insurance Agency Agent Name ITB 13-6138 LASIP Davis Blvd Canal Improvements Date Telephone Number 43 11C 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: DATE: Witnesses STATE OF COUNTY OF President The foregoing instrument was acknowledged before me this day of 20 , as of 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: NAME: (Signature of Notary) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of Commissioner No.: , by a ITB 13-6138 LASIP Davis Blvd Canal Improvements 44 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 No. Collier County Water -Sewer District (the OWNER) FROM: Date: RE: oject Name) Original Contract Time: Revised Contract Time: Purchase Order Application Date (Contractor's Representative) Payment Application No. (Contractor's Name) (Contractor's Address) Retainage @ 10% thru [insert date] Retainage @ _% after [insert date] $ Percent Work completed to Date: Percent Contract Time completed to Date Liquidated Damages to be Accrued $ ilk for Work accomplished through the Original Contract Price: Total Change Orders to Date Revised Contract Amount Total value of Work Completed and stored to Date Less Retainage Total Earned Less Retainage Less previous payment (s) AMOUNT DUE THIS APPLICATION: 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 45 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: DATE: _ (Contractor's Name) (Signature) (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) ITB 13-6138 LASIP Davis Blvd Canal Improvements 46 I I� 11 a E O CL E O LU C N t0 C eC m LU O 0 0 li � U N � N t H m Q N � U C E c a — IL o m 'd IL T L O v �s N m F- N ea a Q c 'm a>i m ISL w L O rn d V L d .Q O E � Z d 3 c r � C � 0 U Q in 72 x w ea D 11 a E O CL E TO: Project Name: Bid No. : Change Order No.: Change Order Description 11C EXHIBIT E: CHANGE ORDER FROM: Collier County Government Construction Agreement Dated: Date: 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: ) EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No. PROJECT: Design Professional's Project No. ITB 13-6138 LASIP Davis Blvd Canal Improvements 49 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION OWNER'S Project No, PROJECT: CONTRACTOR Contract For Contract Date Design Professional's Project No. 11C This Certificate of Substantial Completion applies to ail Work under the Contract Documents or to the following specified parts thereof: To OWNER s 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. 50 ITB 13-5139 LASIP 198 Haldeman Creek & Crown Pointe Weirs ilk The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: RESPONSIBILITIES: OWNER: CONTRALTO The foilow!ng documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in accordance with the Contract Documents. Executed by Design Professional on Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: _... Type Name and Title OWNER accepts this Certificate of Substantial Completion on OWNER By: Type Name and Title 2013 2013 2013 51 ITB 13-6139 LASIP 19B Haldeman Creek & Crown Pointe Weirs I I� EXHIBIT G: FINAL PAYMENT CHECKLIST Bid No.: Project No.: _ Contractor: The following items have been secured by the for the Project known as Date: 20 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: By Owner: (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) ITB 13-6138 LASIP Davis Blvd Canal Improvements 53 EXHIBIT H: GENERAL TERMS AND CONDITIONS 11C 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 54 11C 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 55 method of scheduling and shall provide for expeditious and Work within the Contract Time. The Progress Schedule starting and completing the various stages of the Work. 11� practicable execution of the shall indicate the dates for 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 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 56 I I� 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 57 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 "laches" 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 58 31C 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, ITB 13-6138 LASIP Davis Blvd Canal Improvements 59 ilk materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. ITB 13-6138 LASIP Davis Blvd Canal Improvements 60 lid 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 61 11C 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 62 ilk 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 63 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 perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty-eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. ITB 13-6138 LASIP Davis Blvd Canal Improvements 64 11C 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 65 11� 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with ITB 13-6138 LASIP Davis Blvd Canal Improvements 66 Efl� the E -Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E -Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E -Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E - Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 67 paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 68 11C such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 69 Ili 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 70 11� 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 71 11C 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 72 I I 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 73 24. SUPERVISION AND SUPERINTENDENTS. 11C 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 5.13, 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 74 26. EMERGENCIES. I I Cj 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 75 I I� 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; ITB 13-6138 LASIP Davis Blvd Canal Improvements 76 11� 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 Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Purchasing Departments, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. ITB 13-6138 LASIP Davis Blvd Canal Improvements 77 I I� 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 78 �T 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 79 11C 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 ITB 13-6138 LASIP Davis Blvd Canal Improvements 80 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 11C 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 81 I I� 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 82 ilk 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. ITB 13-6138 LASIP Davis Blvd Canal Improvements 83 11c EXHIBIT I: SUPPLEMENTAL TERMS AND CONDITIONS Supporting documents found at: http://bid.colliergov.net/bid/ ITB 13-6138 LASIP Davis Blvd Canal Improvements 84 ilk EXHIBIT J: TECHNICAL SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ ITB 13-6138 LASIP Davis Blvd Canal Improvements 85 © 2011 CDM Smith Inc. All Rights Reserved SECTION 02140 DEWATERING AND DRAINAGE PART 1 GENERAL 1.01 SCOPE OF WORK 11� A. Design, furnish, install, operate, monitor, maintain and remove temporary dewatering systems as required to lower and control water levels at least 2 -ft below subgrades of all excavations and to permit construction to proceed in -the -dry. B. Furnish, maintain and remove temporary surface water control measures adequate to drain and remove surface water entering excavations. C. Retain the services of a professional engineer registered in the State in which the work will occur to prepare dewatering and drainage system designs and submittals described herein. D. Work shall include the design, equipment, materials, installation, protection, and monitoring of geotechnical instrumentation required to monitor the performance of the dewatering and drainage system as required herein. E. Collect and properly dispose of all discharge water from the dewatering and drainage systems. Under no circumstances shall water from dewatering systems be discharged into the existing or new sanitary sewer systems. Water from developing systems shall not be discharged into the adjacent wetland systems unless specifically authorized by permit. F. Obtain and pay for all permits required for dewatering and drainage systems. Work should be in accordance with all requirements set forth in SFWMD/FDEP permits and NPDES permit. G. Repair damage caused by dewatering and drainage system operations. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Trenching, Backfilling and Compaction is included in Section 02221. 1.03 SUBMITTALS A. Dewatering and drainage system designs shall be prepared by a Florida Licensed Professional Engineer retained by the CONTRACTOR. The CONTRACTOR shall submit an original and three copies of the licensed professional engineer's certification. The CONTRACTOR shall also submit qualifications as required herein. B. The CONTRACTOR shall submit a dewatering and drainage system design plan. The plan shall include a description of the proposed dewatering system and include the proposed installation 6295-79912 02140-1 June 2012 Collier County Davis Boulevard Canal Improvements 11C © 2011 CDM Smith Inc. All Rights Reserved methods to be used for dewatering and drainage system elements and for observation wells. The plan shall include equipment, drilling methods, hole sizes, filter sand placement techniques, sealing materials, development techniques, the number and location of dewatering points and observations wells, etc. Include the dewatering system design calculations in the plan. C. The plan shall identify the anticipated area influenced by each dewatering system and address impacts to adjacent existing and proposed structures. The report shall also include detailed plans for settlement monitoring of existing structures within 150 feet of dewatering activities before and during construction, and provisions to address settlement of existing structures, should it occur, resulting from dewatering activities. D. Coordinate dewatering and drainage submittals with the excavation and support of excavation submittals. The submittal shall show the areas and depths of excavation to be dewatered. Sheet piles may be used for the advantage for reducing groundwater flow into the excavation if they can be embedded in confining or semi -confining layer(s). E. Do not proceed with any excavation or dewatering activities until the dewatering submittals have been reviewed by the ENGINEER and permits have been obtained. The CONTRACTOR's dewatering plan submittal should demonstrate that dewatering systems employed will not result in changes to groundwater levels, gradients and/or groundwater quality adjacent to existing nearby landfills. 1.04 QUALITY ASSURANCE A. Regulations: Perform all work in accordance with current applicable regulations and codes of all Federal, State and local agencies. B. The CONTRACTOR shall have at least 5 years of experience with work compatible to the Work shown and specified, employing labor and supervisory personnel who are similarly experienced in this type of Work. C. The CONTRACTOR's design engineer shall be registered in the State in which the work is located and have a minimum of 5 years of professional experience in the design and construction of dewatering and drainage systems and shall have completed not less than 5 successful dewatering and drainage projects of equal type, size, and complexity to that required for the work. 1.05 DESIGN REQUIREMENTS A. The CONTRACTOR is responsible for the proper design and implementation of methods for controlling surface water and groundwater. B. The primary purpose of the groundwater control system is to preserve the natural undisturbed condition of the subgrade soils in the areas of the proposed excavations. Prior to excavation, the CONTRACTOR shall lower the groundwater to at least 2 -ft below the lowest excavation subgrade elevation. Additional groundwater lowering may be necessary beyond the 2 -ft requirement, depending on construction methods and equipment used and the prevailing 6295-79912 02140-2 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved 11 groundwater and soil conditions. The CONTRACTOR is responsible for lowering the groundwater as necessary to complete construction in accordance with the plans and specifications at no additional cost to the ENGINEER. C. Design deep wells, well points and sumps, and all other groundwater control system components to prevent loss of fines from surrounding soils. Sand filters shall be used with all dewatering installations unless screens are properly sized by the CONTRACTOR's design engineer to prevent passage of fines from surrounding soils. D. The CONTRACTOR shall be responsible for damage to properties, buildings or structures, sewers and other utility installations, pavements and work that may result from dewatering or surface water control operations. E. Design review and field monitoring activities by the OWNER or by the ENGINEER shall not relieve the CONTRACTOR of his/her responsibilities for the work. 1.06 DEFINITIONS A. Where the phrase "in -the -dry" is used in this Section, it shall be defined as an excavation subgrade where the groundwater level has been lowered to at least 2 -ft below the lowest level of the excavation, is stable with no ponded water, mud, or muck, is able to support construction equipment without rutting or disturbance and is suitable for the placement and compaction of fill material, pipe or concrete foundations. PART 2 PRODUCTS 2.01 MATERIALS A. Pipe for observation wells shall consist of minimum 2 -in I.D. Schedule 40 PVC pipe and machine slotted PVC wellpoints, maximum slot size 0.010 -in B. Piping, pumping equipment and all other materials required to provide control of surface water and groundwater in excavations shall be suitable for the intended purpose. C. Standby pumping systems and a source of standby power shall be maintained at all sites. PART 3 EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in -the -dry, the natural undisturbed condition of the subgrade soils are maintained, and softening and/or instability or disturbance due to the presence or seepage of water does not occur. All construction and backfilling shall proceed in -the -dry and flotation of completed portions of work shall be prohibited. 6295-79912 02140-3 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved B. Methods of groundwater control include well points, ejectors, deep wells and combinations thereof. Perimeter trenches or rock sumps with pumps are not acceptable methods of groundwater control. C. Where groundwater levels are above the proposed bottom of excavation level, a pumped dewatering system will be required for predrainage of the soils prior to excavation, and for maintaining the lowered groundwater level until construction has been completed to such an extent that the structure, pipeline or fill will not be floated or otherwise damaged. ilk D. It is expected that the type of system, spacing of dewatering units and other details of the work will have to be varied depending on soil/water conditions at a particular location. E. All work included in this Section shall be done in a manner which will protect adjacent structures and utilities and shall not cause loss of ground or disturbance to the pipe bearing soils or to soils which support overlying or adjacent structures. F. Install, monitor and report data from observation wells. Evaluate the collected data relative to groundwater control system performance and modify systems as necessary to dewater the site in accordance with the Contract requirements. G. Locate groundwater control system components where they will not interfere with construction activities adjacent to the work area or interfere with the installation and monitoring of geotechnical instrumentation including observation wells. Excavations for sumps or drainage ditches shall not be made within or below 1H:1 V slopes extending downward and out from the edges of existing or proposed foundation elements or from the downward vertical footprint of the pipe. 3.02 SURFACE WATER CONTROL A. Construct surface water control measures, including dikes, ditches, sumps and other methods to prevent, as necessary, flow of surface water into excavations and to allow construction to proceed without delay. 3.03 EXCAVATION DEWATERING A. At all times during construction, provide and maintain proper equipment and facilities to promptly remove and properly dispose of all water entering excavations. Excavations shall be maintained in -the -dry. Groundwater levels shall be kept at least 2 -ft below the lowest excavation level. B. Excavation dewatering shall maintain the subgrade in a natural undisturbed condition and until the fill, structure or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural elevations. C. Pipe, masonry, and concrete shall not be placed in water or be submerged within 24 hours after being installed. Water shall not flow over new masonry or concrete within four days after placement. 6295-79912 `02140-4 June 2012 Collier County Davis Boulevard Canal Improvements iic © 2011 CDM Smith Inc. All Rights Reserved D. In no event shall water rise to cause unbalanced pressure on structures until the concrete or mortar has set at least 24 hours. Prevent flotation of pipes and structures by promptly placing backfill. E. Dewatering shall at all times be conducted in such a manner as to preserve the natural undisturbed condition of the subgrade soils at the proposed bottom of excavation. F. If the subgrade of the trench or excavation bottom becomes disturbed due to inadequate dewatering or drainage, excavate below normal grade as directed by the ENGINEER and refill with structural fill, screened gravel or other material as approved by the ENGINEER at the CONTRACTOR's expense per the site geotechnical engineer's requirements. G. It is expected that the initial dewatering plan may have to be modified to suit the variable soil/water conditions to be encountered during construction. Dewater and excavate, at all times, in a manner which does not cause loss of ground or disturbance to the pipe bearing soil or soil which supports overlying or adjacent structures. H. If the method of dewatering does not properly dewater the excavation as specified, install additional groundwater observation wells as directed by the ENGINEER and do not place any pipe or structure until the readings obtained from the observation wells indicate that the groundwater has been lowered a minimum of 2 -ft below the bottom of the final excavation within the excavation limits. Dewatering units used in the work shall be surrounded by suitable filter sand and no fines shall be removed by pumping. Pumping from the dewatering system shall be continuous until pipe or structure is adequately backfilled. Stand-by pumps shall be provided. Water entering the excavation from precipitation or surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to a sump and pumped from the excavation to maintain a bottom free from standing water. K. Drainage shall be disposed of in the stormwater pond on site. CONTRACTOR to use appropriate erosion and sedimentation measures. Existing or new sanitary sewers shall not be used to dispose of drainage. The adjacent wetland area shall not be used to dispose of dewatering drainage unless specifically authorized by permit. 3.04 WELL POINT SYSTEMS A. Where necessary, install a vacuum well point system around the excavation to dewater the excavation. Each well point and riser pipe shall be surrounded by a sand filter. Sand shall be of such a gradation that, after initial development of the wellpoints, the quantity and size of soil particles discharged shall be negligible. Well point systems shall be capable of operating continuously under the highest possible vacuum. B. Installation of well point systems shall be in accordance with the approved submittal in the presence of the ENGINEER 3.05 DEEP WELLS 6295-79912 02140-5 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved iic A. Where necessary, install a deep well system around the excavation to dewater the excavation. Each well shall be surrounded by a sand or gravel filter with adequate gradation such that after development, the quantity and size of soil particles discharged are negligible. Sufficient number of wells shall be installed to lower or depressurize the groundwater level to allow excavation to proceed in -the -dry. B. Installation of deep well shall be in accordance with the approved submittal in the presence of the ENGINEER. 3.06 OBSERVATION WELLS A. Install observation wells as required under this Section to monitor groundwater levels beneath and around the excavated area until adjacent structures and pipelines are completed and backfilled. B. Observation Well Locations and Depths: 1. A minimum of 1 well shall be installed within each critical area with respect to groundwater control to monitor performance of dewatering systems designed by the CONTRACTOR's Engineer. Observation wells required shall be installed to a depth of at least 15 -ft below the deepest level of excavation, unless otherwise approved by the ENGINEER, and to whatever depth is necessary to indicate that the groundwater control system designed by the CONTRACTOR's Engineer is performing as intended. Additional observation wells may be required by the ENGINEER if deemed necessary to monitor the performance of the CONTRACTOR's groundwater control system. 3. Observation wells shall be installed for measurement of groundwater levels to verify that impact to groundwater levels as a result of dewatering activities adjacent to existing nearby landfills are acceptable to the ENGINEER. 4. Locations and depths of observation wells are subject to approval by the ENGINEER. C. Protect the observation wells at ground surface by providing a lockable box or outer protective casing with lockable top and padlock. Design the surface protection to prevent damage by vandalism or construction operations and to prevent surface water from infiltrating. 1. Provide two copies of keys for each padlock to the ENGINEER for access to each well. 2. Observation wells shall be developed so as to provide a reliable indication of groundwater levels. Wells shall be re -developed if well clogging is observed, in the event of apparent erroneous readings, or as directed by the ENGINEER. 3. Submittal observation well installation logs, top of casing elevation, and well locations to the ENGINEER within 24 hours of completion of well installation. 6295-79912 02140-6 June 2012 Collier County Davis Boulevard Canal Improvements I I� © 2011 CDM Smith Inc. All Rights Reserved D. Observation Well Maintenance 1. The CONTRACTOR shall maintain each observation well until adjacent structures and pipelines are completed and backfilled. Clean out or replace any observation well which ceases to be operable before adjacent work is completed. 2. It is the CONTRACTOR's obligation to maintain observation wells and repair or replace them at no additional cost to the OWNER/ENGINEER, whether or not the observation wells are damaged by the CONTRACTOR's operations or by third parties. E. Monitoring and Reporting of Observation Well Data The CONTRACTOR shall begin daily monitoring of groundwater levels in work areas prior to initial operation of drainage and dewatering system. Daily monitoring in areas where groundwater control is in operation shall continue until the time that adjacent structures and pipelines are completed and backfilled and until the time that groundwater control systems are turned off. 2. The CONTRACTOR is responsible for processing and reporting observation well data to the ENGINEER on a weekly basis. Data is to be provided to the ENGINEER on a form, which shall include the following information: observation well number, depth to groundwater, total depth of well, top of casing elevation, groundwater level elevation and date and time of reading. F. The groundwater level shall be kept at a minimum of 2 -ft below the lowest subgrade level for a given excavation. 3.07 REMOVAL OF SYSTEMS A. At the completion of the excavation and backfilling work, and when approved by the ENGINEER, all pipe, deep wells, wellpoints, pumps, generators, observation wells, other equipment and accessories used for the groundwater and surface water control systems shall be removed from the site. All materials and equipment shall become the property of the CONTRACTOR. All areas disturbed by the installation and removal of groundwater control systems and observation wells shall be restored to their original condition. B. Leave in place any casings for deep wells, wellpoints or observation wells located within the plan limits of structures or pipelines or within the zone below 1 H:1 V planes extending downward and out from the edges of foundation elements or from the downward vertical footprint of the pipe, or where removal would otherwise result in ground movements causing adverse settlement to adjacent ground surface, utilities or existing structures. C. Where casings are pulled, holes shall be filled with sand. Where left in place, casings should be filled with cement grout and cut off a minimum of 3 -ft below finished ground level or 1 -ft below foundation level so as not to interfere with finished structures or pipelines. Grouting of abandoned casings shall be completed using a tremie pipe and shall be conducted in a bottom - to -top manner. 6295-79912 02140-7 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved I I� D. When directed by the ENGINEER, observation wells should be left in place for continued monitoring. When so directed, cut casings flush with final ground level and provide protective lockable boxes with locking devices. The protective boxes shall be suitable for the traffic and for any other conditions to which the observation wells will be exposed. END OF SECTION 6295-79912 02140-8 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved SECTION 02200 EARTHWORK PART 1 GENERAL 1.01 STATUTORY REQUIREMENTS 11� A. All excavation, trenching, sheeting, shoring, bracing, etc. shall conform to the requirements of the Florida "Trench Safety Act" (CS/SB 2626) which incorporates, by reference, OSHA excavation safety standards, 29 CFR 1926.650 Subpart P. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all excavation work and grading; place and compact backfill and fill; and dispose of unsuitable, waste and surplus materials as shown on the Drawings and as specified herein. B. Furnish and install temporary excavation support systems, including sheeting, shoring and bracing, to ensure the safety of personnel and protect adjacent structures, piping, etc, in accordance with Federal, State and local laws, regulations and requirements. 1.03 RELATED WORK A. Dewatering is included in Section 02140. B. Trenching, Backfilling and Compaction is included in Section 02221. 1.04 SUBMITTALS A. Submit the proposed methods of construction, including excavation, excavation support systems designs, backfilling and filling and compaction for the various portions of the work. Excavation support system designs shall be prepared by a licensed professional engineer, registered in the State in which the work is located, having a minimum of 5 years of professional experience in the design and construction of excavation support systems. Review will be for information only. SUBCONTRACTOR shall remain responsible for adequacy and safety of construction means, methods, and techniques. B. Submit an Excavation Work Plan that includes the proposed methods of construction, including earthwork operations, excavation limits, slopes, ramp access, fill material moisture conditioning and handling, compaction equipment, and materials sources for the various portions of work. C. Coordinate this submittal with the requirements of dewatering and support of excavation submittals. 6295-79912 02200-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved 1.05 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM D 1557 — Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-IbWft3 (2,700kN-m/m3)). - B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. At all structures, prior to the placement of bedding material, concrete work mats, structural fill or structural concrete, coordinate with the soils testing laboratory to verify the suitability of existing subgrade soils and to perform in-place soil density tests as required to verify that the subgrade soils have been compacted to achieve the specified degree of compaction. B. Prior to and during the placement of backfill and fill coordinate with the soils testing laboratory to perform in-place soil density tests to verify that the backfill/fill material has been compacted in accordance with the compaction requirements specified elsewhere. The ENGINEER may designate areas to be tested. 1.07 DEFINITIONS I Ic A. Where the phrase "in -the -dry" is used in this Section, it shall be defined as an excavation subgrade where the groundwater level has been lowered to at least 2 -ft below the lowest level of the excavation, is stable with no ponded water, mud, or muck, is able to support construction equipment without rutting or disturbance and is suitable for the placement and compaction of fill material, pipe or concrete foundations. C. Where used in this Section "structures" refers to all buildings, retaining walls, wet wells, manholes and below grade vaults. Stormwater structures and duct banks are not considered structures in this context. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Test Pits Perform exploratory excavation work (test pits) for the purpose of verifying the location of underground utilities and structures and to check for unknown utilities and structures, prior to commencing excavation work. 6295-79912 02200-2 June 2012 Collier County - Davis Boulevard Canal Improvements © 2011 CDM- Smith Inc. All Rights Reserved 2. Test pits shall be backfilled as soon as the desired information has been obtained. Backfilled surfaces shall be stabilized in accordance with approved erosion and sedimentation control plans. B. Dewatering and Drainage Systems 1. Temporary dewatering and drainage systems, if required, shall be in place and operational prior to beginning excavation work and shall be in conformance with Section 02140. 3.02 EXCAVATION SUPPORT 11C A. Furnish, install, monitor and maintain excavation support (e.g., sheeting, shoring, bracing, trench boxes, etc) as required by Federal, State or local laws, ordinances, regulations and safety requirements. Support the sides of excavations to prevent any movement which could in any way reduce the width of the excavation below that necessary for proper construction and to protect adjacent structures from undermining, settlement or other damage. Take care to prevent the formation of voids outside of sheeting. If voids occur behind sheeting, immediately backfill and compact the voids with common fill material. Voids in locations that cannot be properly compacted upon backfilling shall be filled with lean concrete. B. Install excavation supports outside the neat lines of foundations. Supports shall be plumb and securely braced and tied in position. Excavation support shall be adequate to withstand all pressures to which the supports will be subjected. Any movement or bulging of supports shall be corrected to provide the necessary clearances, dimensions and structural integrity. C. Excavation Supports Left in Place Excavation supports that are required to remain in place, if.applicable, are indicated on the Drawings. 2. The ENGINEER may direct that certain excavation supports remain in place, or be cut off at any specific elevation. Supports directed by the ENGINEER to be left in place or otherwise specified herein to remain in place, will be paid for in accordance with the signed contract. If the SUBCONTRACTOR believes that such a directive increases SUBCONTRACTOR's cost and would thereby entitle SUBCONTRACTOR to a change in contract cost, SUBCONTRACTOR shall notify the ENGINEER in accordance with the applicable documentation pertaining to changes in the work. The right of the ENGINEER to direct that certain excavation supports remain in place shall not be construed as creating any obligation on the ENGINEER to give such direction, nor shall failure to give such direction relieve the SUBCONTRACTOR from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise, growing out of a failure on the part of the SUBCONTRACTOR to leave in place sufficient excavation supports to prevent any movement of the ground or damage to adjacent structures. 6295-79912 02200-3 June 2012 Collier County Davis Boulevard Canal Improvements 11c © 2011 CDM Smith Inc. All Rights Reserved D. Excavation supports shall be carefully removed in such manner so as not to endanger the Work or other adjacent structures, utilities, or property. All voids left or caused by withdrawal of supports shall be immediately filled with common fill and compacted. 3.03 STRUCTURAL EXCAVATION PROCEDURES A. Excavations for structures shall be suitably wide for construction of the striJctures, including excavation supports, dewatering and drainage systems and working clearances. No excavation shall extend within the zone of influence of other existing structures. B. Excavation shall be performed in -the -dry and shall be accomplished by methods which preserve the undisturbed state of subgrade soils. Drainage and dewatering systems shall be in place and operational prior to beginning excavation work. Groundwater levels shall be lowered to target levels prior to excavation. In no case shall the earth be plowed, scraped or excavated by any means so near to the fmished subgrade that would disturb the finished subgrade. Hand excavation of the final 3 to 6 -in may be required to obtain a satisfactory, undisturbed subgrade. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory for support of structures as a result of inadequate excavation, dewatering, or other construction methods shall be removed and replaced with compacted structural fill or suitable crushed rock, subject to prior approval by the ENGINEER, at no additional cost to the ENGINEER. C. Subgrade Preparation 1. All structures unless otherwise shown on the Drawings or otherwise specified herein: a. Compact the top 12 -in of subgrade to a density of at least 95 percent modified Proctor maximum dry density (ASTM D1557). D. When excavations have reached the required subgrade, including any allowances for working mats or base materials, prior to the placement of working mats or base materials, coordinate with the soils testing laboratory to verify the suitability of existing subgrade soils and to perform in- place soil density tests as required to verify that the subgrade soils have been compacted to achieve the specified degree of compaction. If the existing subgrade soils are determined to be unsuitable, direction will be provided by the ENGINEER regarding removal and replacement with suitable materials. If SUBCONTRACTOR believes that such direction would increase SUBCONTRACTOR's cost and would thereby entitle SUBCONTRACTOR to a change in Contract cost, SUBCONTRACTOR shall notify the ENGINEER in accordance with the applicable article(s) in the General Conditions pertaining to changes in the work. E. Over -excavation beyond the limits and depths required by the Contract Documents shall be replaced with structural fill or other approved material subject to the prior approval of the ENGINEER at no additional cost to the ENGINEER. 6295-79912 02200-4 June 2012 Collier County Davis Boulevard Canal Improvements 11� Q 2011 CDM Smith Inc. All Rights Reserved 3.04 GENERAL FELLING AND BACKFILLING PROCEDURES A. sift thicknesses of fill and backfill materials shall be adjusted to suit the specified compaction requirements to the lines and grades required, making allowances for settlement and placement of cover materials (i.e. topsoil, sod, etc). Soft spots or uncompacted areas shall be corrected. B. Compaction in open areas may be accomplished by any of the following methods: compaction equipment, fully loaded ten -wheel trucks, tractor dozers weighing at least 30,000 lbs and operated at full speed, or heavy vibratory rollers. Compaction in confined areas (including areas within a 45 degree angle extending upward and outward from the base of a wall) and in areas where the use of large equipment is impractical, shall be accomplished by hand operated vibratory equipment or mechanical tampers. Lift thickness shall not exceed 4 -in (measured after compaction) when hand operated equipment is used. C. Fill and backfill shall not be placed and compacted when the materials are too wet to properly compact (i.e. the in-place moisture content of the soil at that time shall be no more than three percentage points above the optimum moisture content of that soil as determined by the laboratory test of the moisture -density relation appropriate to the specified level of compaction). 3.05 FILL AND BACKFILL PROCEDURES A. Fill required beneath foundations or slabs on grade (except sidewalks) shall be structural fill. Place and compact structural fill in even lifts having a maximum thickness (measured before compaction) of 8 -in. B. Fill and backfill material placed immediately adjacent to and within 10 -ft of all structures shall be structural fill. All structure water -tightness tests and dampproofing/waterproofing shall be completed prior to placing fill or backfill around structures. Place and compact structural fill in even lifts having a maximum thickness (measured before compaction) of 8 -in uniformly around the structure. C. Common fill may be used below roadways, parking lots, landscape areas and areas beyond those designated for select fill unless shown or specified otherwise. Common fill shall be placed in even lifts having a maximum thickness (measured before compaction) of 12 -in. 3.06 COMPACTION REQUIREMENTS A. Beneath foundations and slabs on grade (except sidewalks): Compact the top 24 -in of existing subgrade (and each layer of fill if applicable) to a density of at least 95 percent modified Proctor maximum dry density (ASTM D1557) at or near optimum moisture content (minus 2 to plus 3 percent). B. Ten feet around structures: Compact the top 24 -in of existing subgrade and each layer of fill or backfill to at least 95 percent modified Proctor maximum dry density (ASTM D1557) at or near optimum moisture content_ (minus 2 to plus 3 percent). D. Embankments (except under roadways) and preload areas, lawn or unimproved areas: Compact the top 12 -in of existing subgrade and each layer of fill or backfill to at least 95 percent modified 6295-79912 02200-5 June 2012 Collier County Davis Boulevard Canal Improvements C 2011 CDM Smith Inc. + �j All Rights Reserved Proctor maximum dry density (ASTM D1557) at or near optimum moisture content (minus 2 to plus 3 percent). D. Sidewalks: Compact the top 6 -in of existing subgrade (and each 12 -in layer of fill if applicable) to at least 95 percent modified Proctor maximum dry density (ASTM D1557) at or near optimum moisture content (minus 2 to plus 3 percent). E. Roads, paved areas and roadway embankments: Compact the top 12 -in of existing subgrade and each layer of fill or backfill to at least 95 percent modified Proctor maximum dry density (ASTM D1557) at or near optimum moisture content (minus 2 to plus 3 percent). 3.07 DISPOSAL OF UNSUITABLE, WASTE AND/OR SURPLUS EXCAVATED MATERIAL A. Unsuitable, waste and surplus excavated material shall be removed and disposed of off-site. Materials may be temporarily stockpiled in an area within the limits of construction that does not disrupt construction activities, create any nuisances or safety hazards, or otherwise restrict access to the work site. B. At the conclusion of dewatering activities, the onsite stormwater ponds shall be over excavated to a minimum of 2 feet below final grade to remove accumulated sediment and fines and then backfilled with clean fill to final grade. 3.08 GRADING A. Grading shall be performed to the lines and grades shown on the Drawings. All objectionable material encountered within the limits indicated shall be removed and disposed offsite. Subgrades shall be completely and continuously drained and dewatered throughout the grading process. Install temporary drains, drainage ditches, etc, to intercept or divert surface water which may affect the execution or condition of grading work. B. If at the time of grading it is not possible to place any material in its proper section of the Work, it shall be stockpiled in areas approved by the ENGINEER for later use. No extra payment will be made for the stockpiling or double handling of excavated material. C. Stones or rock fragments larger than 3 -in in their greatest dimensions will not be permitted within the top 6 -in of the finished grade of fills and embankments. D. In cut areas, all loose or protruding rocks in slopes shall be removed to line or finished grade of the slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings unless otherwise directed by the ENGINEER. E. Final grading of the stormwater ponds should be done following over excavation of accumulated fines at the conclusion of dewatering activities. 3.09 RIPRAP AND SLOPE STABILIZATION A. Prior to installation of riprap, install erosion control blankets on slopes in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, before the blanket is 6295-79912 02200-6 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved 11� applied. When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. Blankets shall be butted snugly at the ends and side and stapled. Blankets shall be placed a minimum of three rows (of four foot) wide (total 12 -ft width) and stapled together in accordance with manufacturer's instructions. Staples shall be driven vertically into the ground, spaced approximately two linear yards apart, on each side and one row in the center alternately spaced between each side. Adjoining blankets shall not be overlapped and shall utilize a common row of staples to attach. B. Riprap shall be placed in conjunction with the construction of the embankment with only sufficient lag in the construction of the riprap protection as may be necessary to allow for proper construction of the portion of the embankment protected and to prevent mixture of embankment and riprap material. Bedding stone shall be placed and graded to a depth of 6 inches to obtain a continuous uninterrupted bed of the required thickness within the required limits. C. Riprap shall be hand -placed (not dumped) on the compacted bedding stone. Stones shall be laid so that the maximum dimension is perpendicular to the bed. Stones shall be placed so that the weight of each stone is carried by the underlying material and not by the adjacent stones. Large stones shall be placed at the bottom of the slope. Spaces between stones shall be filled with spalls of suitable size to construct a solid, stable slope, free from large voids and defects which might not protect embankments against erosion. END OF SECTION 6295-79912 02200-7 June 2012 Collier County Davis Boulevard Canal Improvements C 2011 CDM Smith Inc. All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 02200-8 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. 1 C All Rights Reserved SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all trenching for pipelines and appurtenances, including drainage, filling, backfilling, disposal of surplus material and restoration of trench surfaces and easements. B. Excavation shall extend to the width and depth shown on the Drawings or as specified herein and shall provide suitable room for installing pipe, structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and remove from the excavation all materials which the ENGINEER may deem unsuitable for backfilling. The bottom of the excavation shall be firm, dry and in all respects, acceptable. If conditions warrant, deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. D. All excavation, trenching and related sheeting, bracing, etc, shall conform to the requirements of the Florida "State Safety Act" (CS/SB 2626) which incorporates, by reference, OSHA's excavation safety standards, 29 CFR 1926.650 Subpart P. E. Wherever the requirement for 95 percent compaction is referred to herein it shall mean "at least 95 percent of maximum dry density as determined by ASTM D 1557. F. Prior to the start of work submit the proposed method of backfilling and compaction to the ENGINEER for review. 1.02 RELATED WORK A. Dewatering is specified in Section 02140. B. Earthwork is included in Section 02200. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 TRENCH EXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered, except rock and boulders. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. 6295-79912 02221-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved iii B. Strip and stockpile topsoil from grassed areas crossed by trenches. At the CONTRACTOR's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the General Conditions and General Requirements. D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations shall be firm and dry and in all respects acceptable to the ENGINEER. Trench width shall be practical minimum. E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by screened gravel fill or structural fill as required by the ENGINEER at the CONTRACTOR's expense. F. Where pipe is to be laid in screened gravel bedding, the trench may be excavated by machinery to the normal depth of the pipe provided that the material remaining in the bottom of the trench is no more than slightly disturbed. G. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the trench shall be performed manually, providing a flat -bottom true to grade upon undisturbed material. Bell holes shall be made as required. 3.02 DISPOSAL OF MATERIALS A. Excavated material shall be stacked without excessive surcharge on the trench bank or obstructing free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be avoided as much as possible. Excavated material shall be segregated for use in backfilling as specified below. B. It is expressly understood that no excavated material shall be removed from the site of the work or disposed of, except as directed by the ENGINEER. When removal of surplus materials has been approved by the ENGINEERS dispose of such surplus material in approved designated areas. C. Should conditions make it impracticable or unsafe to stack material adjacent to the trench, the material shall be hauled and stored at a location provided. When required, it shall be re -handled and used in backfilling the trench. 3.03 SHEETING AND BRACING A. Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel, damage or delay the work or endanger adjacent structures. If the 6295-79912 02221-2 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. 11C All Rights Reserved ENGINEER is of the opinion that at any point sufficient or proper supports have not been provided, he/she may order additional supports placed at the expense of the CONTRACTOR. Compliance with such order shall not relieve the CONTRACTOR from his/her responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B. Where sheeting and bracing is required to support the sides of trenches, engage a professional engineer, registered in the State of Florida, to design the sheeting and bracing. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the professional engineer. C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the screened gravel backfill. 1. When installing rigid pipe (R.C., V.C., A.C., etc), any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (PVC, etc), trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below mid -diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, screened gravel shall be placed to fill any voids created and the screened gravel and backfill shall be recompacted to provide uniform side support for the pipe. D. Permission will be given to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting will be included in the bid items for pipe and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, by watering or otherwise as directed. F. No payment will be given for sheeting, bracing, etc, during the progress of the work. No payment will be given for sheeting which has actually been left in the trench for the convenience of the CONTRACTOR. G. Sheeting driven below mid -diameter of any pipe shall remain in place from the driven elevation to at least 1 -ft above the top of the pipe. 3.04 TEST PITS A. Excavation of test pits may be required for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. 6295-79912 02221-3 June 2012 Collier County Davis Boulevard Canal Improvements I I� © 2011 CDM Smith Inc. All Rights Reserved B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. 3.05 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B. If the CONTRACTOR excavates below grade through error or for the CONTRACTOR's own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the ENGINEER to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which may work into the crushed stone notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6 -in layer of coarse sand, or a mixture graded from coarse sand to the fine gravel, as approved by the ENGINEER, to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the ENGINEER prior to placement. Crushed stone shall then be placed in 6 -in layers thoroughly compacted up to the normal grade of the pipe. D. Geotextile filter fabric may be substituted for filter layer if approved by the ENGINEER. 3.06 BACKFILLING A. The pipe shall be placed on a bedding of at least 8 inches of compacted Structural Fill. Pipe bedding material shall be pre -shaped by means of a template prior to placing the pipe. Blocking shall not be used to raise the pipe to grade. Bell holes shall be provided at each joint to allow the joints to be assembled. B. As soon as practicable after the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. The excavation shall be backfilled to 12 inches above the top of the pipe with compacted Structural Fill. C. An impervious dam or bulkhead cutoff of clay or other impervious material shall be constructed in the trench as directed, to interrupt the unnatural flow of groundwater after construction is completed. The dam shall be effectively keyed into the trench bottom and sidewalls. Provide at least one clay or other impervious material dam in the pipe bedding between each manhole where directed or every 300 -ft, whichever is less. D. Where the pipes are laid cross-country, the remainder of the trench shall be filled with compacted common fill material in layers not to exceed 1 -ft and mounded 6 -in above the existing grade or as directed. Where a loam or gravel surface exists prior to cross-country excavations, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. 6295-79912 02221-4 June 2012 Collier County Davis Boulevard Canal Improvements © 2011 CDM Smith Inc. All Rights Reserved iic E. Where the pipes are laid beneath roadways and parking areas, the remainder of the trench shall be backfilled with compacted Structural Fill material in layers not to exceed 1 -ft and thoroughly compacted. F. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until selected material has been placed and compacted to a level 1 -ft over the pipe. G. Backfill shall be placed and compacted evenly on all sides. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping to 95 percent compaction. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench. H. Where other methods are not practicable, compaction shall be by use of hand or pneumatic ramming with tools weighing at least 20 lbs. The material shall be spread and compacted in layers not over 8 -in thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. I. Subject to the approval of the ENGINEER, fragments of ledge and boulders smaller than 6 -in may be used in trench backfill providing that the quantity in the opinion of the ENGINEER is not excessive. Rock fragments shall not be placed until the pipe has at least 2 -ft of earth cover. Small stones and rocks shall be placed in thin layers to ensure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. Bituminous paving shall not be placed in backfilling unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. K. All road surfaces shall be broomed and hose -cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.07 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved streets, in shoulders, sidewalks, or in cross-country areas, thoroughly compact the backfill and maintain the surface as the work progresses. If settlement takes place, immediately deposit additional fill to restore the level of the ground. B. In and adjacent to streets, the 12 -in layer of trench backfill below the specified initial pavement shall consist of compacted structural fill. Should the CONTRACTOR wish to use material excavated from the trench as gravel subbase for pavement replacement, the CONTRACTOR, at his/her own expense, shall have samples of the material tested by an independent testing laboratory at intervals not to exceed 500 -ft, in order to establish its compliance with the specifications. Only material which has been tested and approved by the ENGINEER shall be allowed to be incorporated into the work. C. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored to a condition at least equal to that existing before work began. 6295-79912 02221-5 June 2012 Collier County Davis Boulevard Canal Improvements 11C " © 2011 CDM Smith Inc. All Rights Reserved D. In sections where the pipeline passes through grassed areas, and at the CONTRACTOR's own expense, remove and replace the sod, or loam and seed the surface to the satisfaction of the ENGINEER. END OF SECTION 6295-79912 02221-6 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved SECTION 03100 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and design, install and remove formwork for cast -in-place concrete complete as shown on the Drawings and as specified herein. B. Secure to forms or set for embedment all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts, waterstops, and other items furnished under other Sections and required to be cast into concrete. 1.02 RELATED WORK A. Concrete reinforcement is included in Section 03200. B. Concrete joints and joint accessories are included in Section 03250. C. Cast -in-place concrete is included in Section 03300. D. Concrete finishes are included in Section 03350. E. Grout is included in Section 03600. F. Miscellaneous metals are furnished under Sections 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Form release agent 2. Form ties 3. Formwork and shoring design calculations; fabrication and erection documents for formwork; and shoring, stripping criteria and reshoring procedures. These items shall be signed and sealed by the Delegate Professional Engineer for review and approval. Delegate Engineer shall be licensed in the State of Florida. B. Review will be for appearance, performance and strength of the completed structure only. Approval by the Engineer will not relieve the Contractor of responsibility for the strength, safety 6295-79912 03100-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved 11C or correctness of methods used, the adequacy of equipment, or from carrying out the work as shown on the Drawings and as specified herein. C. Certificates 1. Submit completed PE Certification Form for design of formwork in accordance with Section 01300. The PE Certification Form shall be completed and stamped by a professional engineer registered in the State of Florida. 2. Certify form release agent is made for use in contact with potable water (non-toxic and free of taste and odor after 30 days). Certify that form release agent complies with Federal, State and local VOC limitations. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 - Specifications for Structural Concrete 3. ACI 318 - Building Code Requirements for Structural Concrete 4. ACI 347 - Guide to Formwork for Concrete B. APA - The Engineered Wood Association (APA) 1. Material grades and designations as specified C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 SYSTEM DESCRIPTION A. Structural design responsibility: Contractor shall provide all forms and shoring designed by a professional engineer registered in the State of Florida. Design and erect formwork in accordance with the requirements of ACI 301, ACI 318 and ACI 347. Comply with all applicable regulations and codes. Consider any special requirements due to the use of plasticized and/or retarded set concrete. PART 2 PRODUCTS 2.01 GENERAL A. The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 6295-79912 03100-2 June 2012 Collier County Davis Boulevard Canal Improvements A1C C 2013 CDM Smith All Rights Reserved 2.02 MATERIALS A. Forms, General Make forms for cast -in-place concrete of wood, steel or other approved materials, except as specified in Paragraphs 2.02B and 2.02C.2. Construct wood forms of sound lumber or plywood free from knotholes and loose knots. Construct steel forms to produce surfaces equivalent in smoothness and appearance to those produced by new plywood panels. Design and construct all forms to provide a flat, uniform concrete surface requiring no grinding, repairs, or finishing except as specified in Section 03350. B. Forms for Exposed Concrete Make forms for all exposed and non -submerged exterior and interior concrete of new and unused Plyform exterior grade plywood panels manufactured in compliance with the APA and bearing the APA trademark. Provide B grade or better veneer with High Density Overlay on all faces to be in contact with concrete. Design and construct all forms to provide a flat, uniform concrete surface requiring no grinding, repairs, or finishing except as specified in Section 03350. 2. Provide rigid forms that will not deflect, move, or leak. Design forms to withstand the high hydraulic pressures resulting from rapid filling of the forms and heavy high frequency vibration of the concrete. Limit deflection to 1/400 of each component span. Lay out form joints in a uniform pattern. Dress and match boards. Sand plywood smooth and fit adjacent panels with tight joints. Tape, gasket, plug, and/or caulk all joints and gaps in forms to provide watertight joints that will withstand placing pressures without exceeding specified deflection limit or creating surface patterns. 4. Provide 3/4 -inch chamfer on all corners unless otherwise indicated. C. Form Release Agent. Coat all form surfaces in contact with concrete with an effective, non -staining, non -residual, water based, bond -breaking form coating unless otherwise indicated or specified. Use form release agent made for use in contact with potable water, non-toxic and free of taste and odor after 30 days. D. Form Ties Coil and Wire Ties: Provide ties manufactured so that, after removal of the projecting part, no metal remains within 1 -1/2 -in of the face of the concrete. The part of the tie to be removed shall be at least 1/2 -in diameter or be provided with a plastic or wooden cone at least 1/2 -in diameter and 1 -1/2 -in long. Provide cone washer type form ties in concrete exposed to view. 2. Flat Bar Ties for Panel Forms: Provide ties that have plastic or rubber inserts with a minimum depth of 1 -1/2 -in and manufactured to permit patching of the tie hole. 6295-79912 03100-3 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith �, C All Rights Reserved Provide ties for liquid retaining structures that have a steel waterstop tightly attached to each strut or that have a neoprene rubber washer on each strut. 4. Do not use common wire for form ties. Alternate form ties consisting of tapered through -bolts at least 1 -in in diameter at smallest end or through -bolts that utilize a removable tapered sleeve of the same minimum size may be used. Install in forms so that large end is, where applicable, on the liquid or backfilled side of the wall. Clean, fill and seal form tie hole with non -shrink cement grout to provide watertight form tie holes and make all repairs needed to make watertight. PART 3 EXECUTION 3.01 GENERAL A. Provide forms for all cast -in-place concrete including sides of footings. Construct and place forms to provide concrete of the shape, lines, dimensions and appearance indicated. B. Provide removable panels at the bottom of forms for walls and columns to allow cleaning, inspection and joint surface preparation. Provide closable intermediate inspection ports in forms for walls. Provide tremies and hoppers for placing concrete and to allow concrete sampling, prevent segregation and prevent the accumulation of hardened concrete on the forms and reinforcement above the fresh concrete. C. Place molding, bevels, or other types of chamfer strips to produce blockouts, rustications, or chamfers as indicated on the Drawings or as specified herein. Provide chamfer strips at horizontal and vertical projecting corners to produce a 3/4 -in chamfer. Provide rectangular moldings at locations requiring sealants where shown on the Drawings or specified herein. D. Provide rigid forms to withstand construction loads and vibration and meeting specified deflection limits and tolerances. Construct forms so that the concrete will not be damaged by form removal. E. Accessories which remain embedded in the concrete after formwork removal will be subject to the approval of the Engineer. Permanent embedments shall have sufficient concrete cover or be of suitable materials for the exposure condition as approved by the Engineer. Remove unsatisfactory embedded items at no additional cost to the Owner. 3.02 FORM TOLERANCES A. Design, construct and surface forms in accordance with ACI 347 and meet the following additional requirements for the specified finishes. B. Forms for Exposed Concrete: Edges of all form panels in contact with concrete flush within 1/8 -in and forms for plane surfaces plane within 1/8 -in in 4 -ft. Maximum deviation of the finished surface at any point not to exceed 1/4 -in from the intended surface indicated. Arrange form panels symmetrically and orderly to minimize the number of seams. Provide tight forms to prevent the passage of mortar, water, and grout. 6295-79912 03100-4 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved C. Formed Surface Not Exposed to View or Buried: Class "C" Surface per ACI 347. D. Formed Surface Including Pipe Encasement, Electrical Raceway Encasement and Other Similar Installations: No minimum requirements for surface irregularities and surface alignment. The overall dimensions of the concrete shall be plus or minus 1 -in from the intended surface indicated. 3.03 FORM PREPARATION 11C A. Clean, repair, remove projecting nails and fill holes, and smooth protrusions on all form surfaces to be in contact with concrete before reuse. Do not reuse forms for exposed concrete unless a "like new" condition of the form is maintained that will produce surfaces equivalent in smoothness and appearance to those produced by new plywood panels. B. Coat wood forms in contact with concrete using form release agent prior to form installation. C. Clean steel forms by sandblasting or other method to remove mill scale and other ferrous deposits from the contact surface of all forms. Coat steel forms in contact with concrete using form release agent prior to form installation. 3.04 REMOVAL OF FORMS A. Be responsible for all damage resulting from removal of forms and make repairs at no additional cost to the Owner. Leave in place forms and shoring for horizontal structural members in accordance with ACI 301 and ACI 347. Conform to the requirements for form removal specified in Section 03300. 3.05 INSPECTION A. Notify the Engineer when the forms are complete and ready for inspection, at least six working hours prior to the proposed concrete placement. The Engineer will inspect the forms to ensure overall conformance with the contract documents. B. Failure of the forms to comply with the requirements specified, or to produce concrete complying with requirements specified shall be grounds for rejection of that portion of the concrete work. Repair or replace rejected work as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of these Specifications and approval of the Engineer. END OF SECTION 6295-79912 03100-5 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 03100-6 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B. Concrete joints and joint accessories are included in Section 03250. C. Cast -in-place concrete is included in Section 03300. D. Grout is included in Section 03600. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steel. Drawings for fabrication, bending, and placement of concrete reinforcement shall conform to the recommendations of ACI 315 for placement drawings and as specified herein. a. Placement drawings. For walls, show elevations from the outside, looking towards the structure, at a minimum scale of 1/4 -in to one foot. For slabs, show top and bottom reinforcement on separate plan views, as needed for clarity. For beams and columns, show schedules with sections and/or elevations and stirrup/tie spacing. Show additional reinforcement around openings, at corners and at other locations indicated, diagrams of bent bars, arrangements and assemblies, all as required for the fabrication and placement of concrete reinforcement. Reference bars to the same identification marks shown on the bar bending details. Identify bars to have special coatings and/or to be of special steel or special yield strength. - b. Bar bending details. Reference bars to the same identification marks shown on the placement drawings. Identify bars to have special coatings and/or to be of special steel or special yield strength. 2. Fiber reinforcement. Submit manufacturer's data for synthetic reinforcing fibers. Identify all placements that are to contain synthetic reinforcing fibers. The fiber length and amount of fibers per cubic yard to be used for each placement shall be noted. Submit two samples of synthetic reinforcing fibers. 6295-79912 03200-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved B. Submit, in accordance with Section 01300, Test Reports of each of the following items. 1. Certified copy of mill test on each heat of each steel proposed for use showing the physical properties of the steel and the chemical analysis. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184 - Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 4. ASTM A496 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615 - Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. 7. ASTM A704 - Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. ASTM A706 - Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. B. American Concrete Institute (ACI) 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete 4. SP -66 (ACI 315) ACI Detailing Manual. C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. AWS D1.4 Structural Welding Code - Reinforcing Steel 6295-79912 03200-2 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Fiber Reinforcement. Provide services of a manufacturer's representative, with at least 2 years experience in the use of the synthetic reinforcing fibers for a preconstruction meeting and assistance during the first placement of the material. 1.06 DELIVERY, HANDLING AND STORAGE A. Provide reinforcement free from mill scale, rust, mud, dirt, grease, oil, ice, or other foreign matter. B. Ship and store reinforcement with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted placement drawings. Tags for ASTM A706 reinforcing and for ASTM A615 reinforcing meeting the requirements of Paragraph 2.01 C.1 shall indicate that the reinforcing is weldable. C. Store reinforcement off the ground, protect from moisture and keep free from rust, mud, dirt, grease, oil, ice, or other injurious contaminants. PART 2 PRODUCTS 2.01 MATERIALS A. Provide new materials of domestic manufacture complying with the following material specifications. B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Deformed Concrete Reinforcing Bars required on the Drawings to be Field Bent or Welded: ASTM A706. 1. ASTM A615, Grade 60 may be substituted for ASTM A706 subject to the following: a. The actual yield strength of the reinforcing steel based on mill tests does not exceed the specified yield strength by more than 18,000 psi. Retests not to exceed this value by more than an additional 3,000 psi. b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement is not less than 1.25. c. The carbon equivalency (CE) is 0.55 percent or less. D. Welded Steel Wire Fabric: ASTM A185. Provide in flat sheets. E. Welded Deformed Steel Wire Fabric: ASTM A497. 6295-79912 03200-3 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved F. Reinforcing Steel Accessories ilk 1. Plastic Protected Wire Bar Supports: CRSI Bar Supports, Class 1 - Maximum Protection. 2. Stainless Steel Protected Wire Bar Supports: CRSI Bar Supports, Class 2 - Moderate Protection with legs made wholly from stainless steel wire. 3. Precast Concrete Bar Supports: CRSI Bar Supports, Precast Concrete Bar Supports. Precast concrete blocks that have equal or greater strength than the surrounding concrete. G. Tie Wire 1. Tie Wires for Reinforcement: 16 -gauge or heavier black annealed wire. H. Mechanical Reinforcing Steel Coupling System 1. Use only where indicated. Mechanical reinforcing steel coupling system shall be positive connecting taper threaded type employing a hexagonal coupler such as Lenton rebar splices as manufactured by Erico Products Inc., Solon, OH or equal. Coupling system shall meet all ACI 318 requirements. Bar ends must be taper threaded with coupler manufacturer's bar threader to ensure proper taper and thread engagement. Provide with cap on female end to exclude dirt, debris and wet concrete. Couplers shall be torqued to manufacturer's recommended value. 2. Unless otherwise noted on the Drawings, mechanical reinforcing steel coupling system shall produce a splice strength in tension or compression of not less than 125 percent of the ASTM specified minimum yield strength of the reinforcing bar. Base yield strength on Grade 60 reinforcing unless otherwise indicated or specified. I. Fiber Reinforcement 1. Synthetic reinforcing fibers for concrete grout shall be 100 percent polypropylene collated, fibrillated fibers, Fibermesh 300 as manufactured by Propex Concrete Systems Corp, Chattanooga, TN, or equal. Fiber length and quantity for the concrete grout mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer. 2.02 FABRICATION A. Comply with the CRSI Manual of Standard Practice. B. Bend bars cold. Do not straighten or rebend bars. C. Bend bars around a revolving collar having a diameter not less than that recommended by the CRSI or ACI 318. D. Saw cut bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded. Terminate saw cut ends in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. 6295-79912 03200-4 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved PART 3 EXECUTION 3.01 INSTALLATION A. Comply with the CRSI Manual of Standard Practice for surface condition, bending, spacing and tolerances of placement for reinforcement. Provide the amount of reinforcing indicated at the spacing and clearances indicated on the Drawings. B. - Determine clear concrete cover based on exposure to the environment. Unless indicated otherwise on the Drawings, provide the following minimum clear concrete cover over reinforcement: 1. Concrete cast against and permanently exposed to earth: 3 -in 2. Concrete exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls: 2 -in b. Beams and columns (ties, spirals and stirrups): 2 -in 3. Concrete not exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls, joists, shells and folded plate members: 1 -in b. Beams and columns (ties, spirals and stirrups): I -1/2 -in C. Coat uncoated reinforcement which will be exposed for more than 60 days after placement with a heavy coat of neat cement slurry. D. Do not weld reinforcing steel bars either during fabrication or erection unless indicated on the Drawings or as specified herein, or unless prior written approval has been obtained from the Engineer. Remove immediately all bars that have been welded, including tack welds, without such approval. Comply with AWS DIA when welding of reinforcement is shown on the Drawings, specified, or approved. E. Reinforcing steel interfering with the location of other reinforcing steel, piping, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Obtain the approval of the Engineer if greater displacement of bars to avoid interference is needed. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. F. Secure, support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Do not field bend reinforcing unless indicated or specifically authorized in writing by the Engineer. Cold -bend bars indicated or authorized to be field bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. Replace, repair by cutting out damaged bars and splicing new bars using coupling sleeves filled with ferrous material, or otherwise repair damaged reinforcing bars as directed by the Engineer 6295-79912 03200-5 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved at no additional cost to the Owner. Do not bend reinforcement after it is embedded in concrete unless indicated on the Drawings. 3.02 REINFORCEMENT AROUND OPENINGS A. Provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by the opening unless indicated otherwise on the Drawings. Extend each end of each bar beyond the edge of the opening or penetration by the tension development length for that bar size. 3.03 SPLICING OF REINFORCEMENT A. Provide splices as shown on the Drawings and as specified herein. B. Splices Indicated as Compression Splices: Provide lap splice of 30 bar diameters, but not less than 12 -in unless indicated otherwise on the Drawings. Base the lap splice length for column vertical bars on the bar size in the column above. C. All Other Splices: Provide tension lap splices in compliance with ACI 318. Stagger splices in adjacent bars where possible. Provide Class B tension lap splices at all locations unless otherwise indicated. D. Lap splices in welded wire fabric in accordance with the requirements of ACI 318 but not less than 12 -in. Tie the spliced fabrics together with wire ties spaced not more than 24 -in on center and lace with wire of the same diameter as the welded wire fabric. Offset splices in adjacent widths to prevent continuous splices. E. Mechanical reinforcing steel coupling system shall be used only where shown on the Drawings. Offset splices in adjacent bars by at least 30 bar diameters. Mechanical reinforcing steel coupling system is only to be used for special splice and dowel conditions approved by the Engineer. 3.04 ACCESSORIES A. Determine, provide and install accessories such as chairs, chair bars and the like to support the reinforcement providing the spacing and clearances indicated on the Drawings and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Use plastic protected bar supports or steel supports with plastic tips where the reinforcing steel is to be supported on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). D. Provide 95 minimum size support bars. Do not reposition upper bars in a bar mat for use as support bars. E. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. 6295-79912 03200-6 June 2012 Collier County Davis Boulevard Canal Improvements 11C C 2013 CDM Smith All Rights Reserved 3.05 INSPECTION A. Notify the Engineer when the reinforcing is complete and ready for inspection, at least six working hours prior to the proposed concrete placement. Do not cover reinforcing steel with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been inspected by the Engineer and the Engineer's release to proceed with the concreting has been obtained. Keep forms open until the Engineer has completed inspection of the reinforcement. END OF SECTION 6295-79912 03200-7 June 2012 Collier County Davis Boulevard Canal Improvements ilk © 2013 CDM Smith All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 03200-8 June 2012 Collier County Davis Boulevard Canal Improvements 11C © 2013 CDM Smith All Rights Reserved SECTION 03250 CONCRETE JOINTS AND JOINT ACCESSORIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install accessories for concrete joints complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A.. Concrete formwork is included in Section 03100. B. Concrete reinforcement is included in Section 03200. C. Cast -in-place concrete is included in Section 03300. D. Concrete finishes are included in Section 03350. E. Grout is included in Section 03600. F. Miscellaneous metals are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data for: 1. Plastic Waterstops: Product data including sample, catalogue cut, dimensions, technical data, storage requirements, splicing methods, conformity to CRD standards, detailed drawings and samples of factory fabrications. 2. Premolded joint fillers: Product data including location of use, sample, catalogue cut, technical data, storage requirements, installation instructions, and conformity to ASTM standards. 3. Preformed expansion joint material: Product data including location of use, catalogue cut, dimensions, technical data, storage requirements, installation instructions, and conformity to ASTM standards. 8. Bond breaker: Product data including location of use, catalogue cut, technical data, storage requirements, and application instructions. 9. Sealant: Product data including location of use, catalogue cut, technical data, storage requirements, mixing and application instructions, and conformity to ASTM standards. 6295-79912 03250-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved B. Certifications 1. Certify that all materials used within the joint system are compatible with each other. 11� 2. Certify that sealant is made for use in continuous immersion in contact with potable water 30 days after installation (non-toxic and free of taste and odor). 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 3. ASTM C920 - Standard Specification for Elastomeric Joint Sealants. 4. ASTM D1752 - Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. B. U.S. Army Corps of Engineers (CRD). 1. CRD C572 - Specification for Polyvinylchloride Waterstops. C. American Association of State Highway and Transportation Officials (AASHTO) 1. Standard Specifications for Highway Bridges D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Provide services of a manufacturer's field representative of the sealant who has performed at least five projects of similar size and complexity within the last 5 years. The field representative shall be present at the work site prior to any mixing of components to instruct on mixing, application and inspection procedures and to inspect the finish of the prepared surfaces prior to application of the sealant. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver products in original, unopened containers displaying the manufacturer's label showing manufacturer name, product identification and batch number. B. Store products as recommended by the manufacturer. 6295-79912 03250-2 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved PART 2 PRODUCTS 2.01 GENERAL 11� A. All materials used together in a given joint shall be compatible with one another. Coordinate selection of suppliers and products to provide compatibility. Do not use asphaltic bond breakers or asphaltic joint fillers in joints receiving sealant. 2.02 MATERIALS A. Plastic Waterstops 1. Waterstops for non -expansion joints and other locations shown on the Drawings: 6 -in by 3/8 -in ribbed type waterstops conforming to CRD C572 and made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials. Minimum tensile strength of waterstop 1750 psi. Waterstops shall incorporate an integral fastening system, or be provided with grommets or prepunched holes between the outermost ribs at a spacing of 12 inches on center. Waterstops shall be style FR -6380 by Paul Murphy Plastics Co., Roseville, MI; style 679 by Greenstreak Plastic Products, St. Louis, MO; style R6-38 by Vinylex Corp., Knoxville, TN, or equal. Factory fabrications: provide factory fabrications for all waterstop changes of direction, transitions, and intersections (vertical ells, flat ells, vertical tees, flat tees, vertical crosses, flat crosses, and special unusual or complicated intersections including intersections of waterstops of different sizes or configurations, and intersections due to joint offsets). Factory fabrications shall be made and inspected by the waterstop manufacturer. Provide stub ends of sufficient length to leave only straight butt joints for splicing in the field. B. Premolded Joint Filler Premolded Joint Filler— Structures: Self -expanding cork premolded joint filler conforming to ASTM D1752, Type IIl. Provide 1 -in thickness unless otherwise indicated on the Drawings. C. Preformed Expansion Joint Material A non-extrudable watertight strip material used to fill expansion joints between structures. The material shall be capable of being compressed at least 40 percent for 70 hours at 68 degrees F and subsequently recovering at least 20 percent of its original thickness in the first 1/2 hour after unloading. Preformed expansion joint material shall be Phyzite 380 by Chase Construction Products, Albany, NY or equal. D. Bond Breaker 2. Bond Breaker Tape: Adhesive -backed glazed butyl or polyethylene tape which will adhere to the premolded joint filler or concrete surface. Provide tape the same width as the joint. Bond breaker for concrete other than where tape is indicated on the Drawings or specified: Either bond breaker tape or a non -staining type bond prevention coating such as Crete -Lease 6295-79912 03250-3 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved 11 Bond Breaker for Tilt -Up by Cresset Chemical Co.; Sure -Lift J-6 WB by Dayton Superior; Silcoseal Select by Nox-Crete, or equal. E. Sealant Provide sealant for joints in horizontal surfaces conforming to ASTM C920, Type S or M, Grade P or NS, Class 25. Provide sealant for joints in sloping and vertical surfaces conforming to ASTM C920, Type S or M, Grade NS, Class 25. Provide Use T sealant in pedestrian and vehicular traffic areas and Use NT in non -traffic areas. 2. Provide sealants made for use in continuous immersion in contact with potable water (non- toxic and free of taste and odor. Provide gray colored sealants unless otherwise indicated on the Drawings, specified, or approved. PART 3 EXECUTION 3.01 INSTALLATION A. Waterstops - General 1. Install waterstops for all joints as shown on the Drawings. Provide waterstops continuous around all corners and intersections so that a continuous seal is provided. 2. Provide a minimum number of connections or splices. Replace connections or splices that do not meet the specified requirements at no additional cost to the Owner. 3. Secure waterstops in joints before concrete is placed. 4. Install plastic waterstops so that half of the width will be embedded on each side of the joint. Install waterstops with a center bulb in expansion joints so that the center bulb is within the joint width. Provide waterstops completely embedded in void -free concrete. 5. Terminate waterstops 2 -in below the exposed top of walls. 6. Protect waterstops from damage in the intervals between placing waterstops and subsequent placing of concrete. Replace damaged or punctured waterstops at no additional cost to the Owner. 7. Protect plastic waterstops from sunlight when they will be exposed more than 30 days between concrete placements. 8. Provide waterstops free from form release agent, bond breaker, dirt, concrete_ splatter, ice, mortar, paint, or any other material which could reduce or destroy bond between the waterstop and the concrete to be placed around it. B. Plastic Waterstops 1. Only straight butt joints are allowed for field splices. Make splices on a bench. Use a power saw and guide to cut straight ends to be spliced. Heat fuse weld splices using a Teflon coated thermostatically controlled waterstop splicing iron following the manufacturer's 6295-79912 03250-4 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved recommendations. The finished splices shall provide a cross-section that is dense and free of porosity. Engineer may conduct destructive tests of splices by cutting along one half of the splice length and by cutting perpendicular to the splice at several locations on the remaining half of the splice length. The right of the Engineer to make such tests shall not be construed as creating any obligation to make such tests, and not exercising this right to do so shall not relieve the Contractor from meeting the requirements of these Specifications. Completed splices shall exhibit a continuous and uniform bead of excess melted material. The welded material shall not look noticeably different from the parent material. Splices shall not show misalignment of center bulbs or ribs greater than 1/16 -in, lack of fusion, porosity, pinholes, cracks, charred or burnt material, bubbles, or separation of cooled splice when bent by hand. If a splice displays any of these defects, reject the splice, recut back at least 1 -in from rejected splice on each side, and reweld. 2. Secure waterstops in wall joints before concrete is placed. If waterstop does not incorporate an integral fastening system, grommets or prepunched holes, drill holes in waterstops between the outermost ribs at each edge. Center the waterstop in the joint. Tie both edges of the waterstop to reinforcing steel with tie wire as specified for tying reinforcing steel. Secure the waterstop centered on and perpendicular to the joint and to maintain this position during concrete placement. Space waterstop ties to match the spacing of the adjacent reinforcing, but ties need not be spaced closer than 12 -in on center. Clamp horizontal waterstops in slabs in position with the form bulkhead (unless previously set in concrete). Lift the edge of the waterstop while placing concrete below the waterstop. Manually force the waterstop against and into the placed concrete and cover with fresh concrete, to provide complete encasement of the waterstop in concrete. C. Construction Joints Make construction joints only at locations shown on the Drawings or as approved by the Engineer. Any additional or relocation of construction joints proposed by the Contractor must be submitted to the Engineer for written approval. Do not eliminate construction joints. 2. Locate additional or relocated joints where they least impair strength of the member. In general, locate joints within the middle third of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the width of the member being connected. Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs. Do not locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them. 3. Unless indicated otherwise, provide joints perpendicular to main reinforcement. Continue reinforcing steel through the joint as indicated on the Drawings. Provide waterstops in wall and slab construction joints in liquid retaining structures and at other locations shown on the Drawings. 6295-79912 03250-5 June 2012 Collier County Davis Boulevard Canal Improvements ilc © 2013 CDM Smith All Rights Reserved At all construction joints and at concrete joints indicated on the Drawings to be "roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points and side to side) of 1/4 -in with chipping tools to expose a fresh face. Thoroughly clean joint surfaces of loose or weakened materials by waterblasting or sandblasting and prepare for bonding. At least two hours before and again shortly before the new concrete is deposited, saturate the joints with water. After glistening water disappears, coat joints with neat cement slurry mixed to the consistency of very heavy paste. The surfaces shall receive a coating at least 1/8 -in thick, scrubbed -in by means of stiff bristle brushes. Deposit new concrete before the neat cement dries. 6. Do not use keyways in construction joints unless specifically shown on the Drawings or approved by the Engineer. D. Partial Contraction Joints Make partial contraction joints at locations shown on the Drawings. Do not eliminate or relocate partial contraction joints. 2. Provide waterstops, sealant grooves, and sealants in wall and slab partial contraction joints in liquid retaining structures and at other locations shown on the Drawings. 3. Extend every other bar of reinforcing steel through partial contraction joints or as indicated on the Drawings. Coat the concrete surface with a bond breaker prior to placing new concrete against it as shown on the Drawings. Do not coat reinforcement or waterstops with bond breaker. Mask waterstops and reinforcing passing through the joint to prevent bond breaker form running or dripping on to them. Remove masking prior to concrete placement. E. Sealant Install sealants in clean dry recesses free of frost, oil, grease, form release agent, loose material, laitance, dirt, dust and other materials which will impair bond at the locations shown on the Drawings. Apply sealant conforming to the manufacturer's recommendations including concrete cure, temperature, moisture, mixing, primer, primer cure time, joint and recess preparation, tooling, and curing. Apply masking tape to each side of the joint prior to the installation of the sealant and remove afterwards along with any spillage to leave a sealant installation with neat straight edges. F. Preformed Expansion Joint Material Install preformed expansion joint material in conformance with the manufacturer's recommendations; including surface preparation, adhesive installation, heat welding and set time. END OF SECTION 6295-79912 03250-6 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved SECTION 03300 CAST -IN-PLACE CONCRETE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install cast -in-place concrete complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B. Concrete reinforcement is included in Section 03200. C. Concrete joints and joint accessories are included in Section 03250. D. Concrete finishes are included in Section 03350. E. Grout is included in Section 03600. F. Miscellaneous metals are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, product data for: 1. Sources of cement, fly ash, aggregates, and batched concrete. 2. Air -entraining admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 3. Water reducing admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 4. Sheet curing material. Product data including catalogue cut, technical data and conformity to ASTM standard. 5. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. 6. High -range water -reducing admixture (plasticizer). Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, retarding effect, slump range and conformity to ASTM standards. Identify proposed locations of use. 6295-79912 03300-1 June 2012 Collier County Davis Boulevard Canal Improvements 31C © 2013 CDM Smith All Rights Reserved 7. Liquid membrane forming curing compound. Product data including catalogue cut, technical data, storage requirements, product life, application rate and conformity to ASTM standards. Identify proposed locations of use. B. Samples 1. Fine and coarse aggregates if requested for examination by the Engineer. C. Test Reports 1. Aggregates: Conformance to ASTM standards, including sieve analysis, mechanical properties, deleterious substance content, and mortar bar expansion test results. 2. Cement and fly ash: Conformance to ASTM standards, including chemical analysis and physical tests. 3. Concrete mixes: For each formulation of concrete proposed for use, submit constituent quantities per cubic yard, water cementitious ratio, air content, concrete slump, type and manufacturer of cement and type and manufacturer of fly ash. Provide either Paragraph a. or b., below, for each mix proposed. a. Standard deviation data for each proposed concrete mix based on statistical records. Provide the following for each strength data point used in the calculation of the standard deviation for determination of the minimum required average strength: i. Date of sampling and name of testing laboratory. ii. Name of concrete batch plant. iii. Water cementitious ratio. iv. Slump of batch. V. Air content of batch. vi. Compressive strengths of all cylinders tested at that age in that batch. vii. If available, temperature and unit weight of batch. Provide data from projects not more strictly controlled than outlined in these specifications. Provide summary sheet showing all pertinent data and the computation of the standard deviation. b. Water cementitious ratio curve for concrete mixes based on laboratory tests. Provide average cylinder strength test results at 7, 14, and 28 days for laboratory concrete mix designs. D. Certifications 1. Certify that admixtures used in the same concrete mix are compatible with each other and the aggregates. 2. Certify admixtures are made for use in concrete in contact with potable water after 30 days of concrete curing. 6295-79912 03300-2 June 2012 Collier County Davis Boulevard Canal Improvements 11C © 2013 CDM Smith All Rights Reserved 3. Certify that the Contractor is not associated with the independent testing laboratory proposed for use by the Contractor nor does the Contractor or officers of the Contractor's organization have a beneficial interest in the laboratory. 4. Certificate of conformance for concrete production facilities from the NRMCA. 5. Certify curing compound is suitable for use in contact with potable water after 30 days (non-toxic and free of taste or odor). E. Qualifications 1. Independent Testing Laboratory a. Name and address b. Names and positions of principal officers and the name, position, and qualifications of the responsible registered professional engineer in charge. c. Listing of technical services to be provided. Indicate external technical services to be provided by other organizations. d. Names and qualifications of the supervising laboratory technicians. e. Statement of conformance provided by evaluation authority defined in ASTM C1077. Provide report prepared by evaluation authority when requested by the Engineer. f. Submit as required above for other organizations that will provide external technical services. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. ASTM C33 - Standard Specification for Concrete Aggregates. 3. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. ASTM C94 - Standard Specification for Ready -Mixed Concrete. 6. ASTM C138 — Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. 7. ASTM C143 - Standard Test Method for Slump of Hydraulic -Cement Concrete 6295-79912 03300-3 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith 1 All Rights Reserved 8. ASTM C150 - Standard Specification for Portland Cement 9. ASTM C156 - Standard Test Method for Water Retention by Liquid Membrane -Forming Curing Compound for Concrete 10. ASTM C171 -Standard Specification for Sheet Materials for Curing Concrete 11. ASTM C173 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 12. ASTM C192 —Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 13. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 14. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 15. ASTM C309 -Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 16. ASTM C311 -Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for use in Portland Cement Concrete. 17. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 18. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 19. ASTM C1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 20. ASTM C1260 -Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method). 21. ASTM E329 -Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. B. American Concrete Institute (ACI). 1. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. 2. ACI 232.2R - Use of Fly Ash in Concrete. 3. ACI 304R - Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 304.2R - Placing Concrete by Pumping Methods. 5. ACI 305R - Hot Weather Concreting. 6295-79912 03300-4 Collier County Davis Boulevard Canal Improvements June 2012 © 2013 CDM Smith Cj All Rights Reserved 6. ACI 306R - Cold Weather Concreting. 7. ACI 318 - Building Code Requirements for Structural Concrete and Commentary. ACI 350 - Code Requirements for Environmental Engineering Concrete Structures and Commentary. C. National Ready Mixed Concrete Association (NRMCA) 1. Quality Control Manual, Section 3 - Certification of Ready Mixed Concrete Production Facilities. D. Truck Mixer Manufacturers Bureau (TMMB) TMMB 100 - Truck Mixer, Agitator and Front Discharge Concrete Carrier Standards. E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Comply with ACI 318 and ACI 350 and other stated specifications, codes and standards. Apply the most stringent requirements of other stated specifications, codes, standards, and this Section when conflicts exist. B. Use only one source of cement and aggregates for the project. Provide concrete uniform in color and appearance. C. At least ten working days before the first concrete placement hold a preconstruction meeting to review the requirements for concrete placement, waterstop placement, jointing, concrete curing, hot weather concreting, cold weather concreting and finishing. Review, with the attendance of the plasticizer manufacturer, the properties and techniques of batching and placing concrete containing high -range water -reducing admixture. Notify all parties involved, including the Engineer, of the meeting at least ten working days prior to its scheduled date. Prepare an agenda for the meeting. Take meeting minutes and distribute to all attendees. D. If, during the progress of the work, it is impossible to secure concrete of the specified workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the specified properties. Make all changes so ordered at no additional cost to the Owner. E. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, make, at no additional cost to the Owner, new acceptance tests of materials and establish new concrete mixes with the assistance of an independent testing laboratory. F. All field testing and inspection services and related laboratory tests required will be provided by the Owner. The cost of such work will be paid for by the Owner. Methods of testing will comply with the latest applicable ASTM methods. The following items will be tested by the Owner to verify conformity with this Section. 6295-79912 03300-5 June 2012 Collier County Davis Boulevard Canal Improvements 11�© 2013 CDM Smith All Rights Reserved 1.06 DELIVERY, STORAGE AND HANDLING A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination and to prevent warehouse set. B. Aggregate: Arrange and use stockpiles to prevent segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregate. C. Sand: Arrange and use stockpiles to prevent contamination. Allow sand to drain to a uniform moisture content before using. Do not use frozen or partially frozen sand. D. Admixtures: Store in closed containers to prevent contamination, evaporation or damage. Provide agitating equipment to uniformly disperse ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. E. Fly Ash: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination. F. Sheet Curing Materials: Store in weathertight buildings or off the ground and under cover. G. Liquid Membrane Forming Curing Compounds: Store in closed containers. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Materials shall comply with this Section and any. applicable State or local requirements. B. Cement: Domestic portland cement conforming to ASTM C150. Cement shall below alkali cement. Do not use air entraining cements. Cement brand must be approved by the Engineer and one brand shall be used throughout the work. Provide the following type(s) of cement: 3. Class A, E1, E2, and E3 Concrete - Type II with the addition of fly ash resulting in C3A being below 8 percent of total cementitious content. C. Aggregates: 1. Fine Aggregate: Washed inert natural sand conforming to ASTM C33. 6295-79912 03300-6 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith 1 All Rights Reserved Coarse Aggregate: Well -graded crushed stone or washed gravel conforming to ASTM C33. Grading requirements as listed in ASTM C33, Table 2 for the specified coarse aggregate size number listed in Table 1 herein. Limits of deleterious substances and physical property requirements as listed in ASTM C33, Table 3 for severe weathering regions. Do not use coarse aggregates known to be deleteriously reactive with alkalis in cement. 3. The fine and coarse aggregates used shall not cause expansion of mortar bars greater than 0.1 percent in 16 days when tested in accordance with ASTM C1260 and using the cement proposed for the project. If aggregates proposed for use do not meet this requirement, then satisfy a. below. a. Total equivalent alkali content of the cement used shall not exceed 0.60 percent as provided in the Optional Chemical Requirements of ASTM C150. D. Water: Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to drinking water), organic matter, or other deleterious substances. E. Admixtures: Use admixtures free of chlorides and alkalis (except for those attributable to drinking water). The admixtures shall be from the same manufacturer when it is required to use -more than one admixture in the same concrete mix. Use admixtures compatible with the concrete mix including other admixtures and made for use in concrete in contact with potable water after 30 days of concrete curing. Air Entraining Admixture: Conforming to ASTM C260. Proportion and mix in accordance with manufacturer's recommendations. 2. Water Reducing Admixture: Conforming to ASTM C494, Type A. Proportion and mix in accordance with manufacturer's recommendations. High -Range Water -Reducing Admixtures (Plasticizer): Conforming to ASTM C494, Type F or ASTM C1017, Type I resulting in non -segregating plasticized concrete with little bleeding and with the physical properties of low water/cementitious ratio concrete. The treated concrete shall be capable of maintaining its plastic state in excess of 2 hours. Proportion and mix in accordance with manufacturer's recommendations. 4. Do not use admixtures causing retarded or accelerated setting of concrete without written approval from the Engineer. Use retarding or accelerating water reducing admixtures when so approved. F. Fly Ash: Class F fly ash complying with ASTM C618, including the requirements of Table 1 but with the Loss of Ignition (LOI) limited to 3 percent maximum and the optional physical requirements of Table 3. Test in compliance with ASTM C311 with a minimum of one sample weighing four pounds taken from each 200 tons of fly ash supplied for the project. G. Sheet Curing Materials: Waterproof paper, polyethylene film or white burlap -polyethylene sheeting, all conforming to ASTM C171. H. Liquid Membrane -Forming Curing Compound. Compound conforming to ASTM C309, Type 1-D (clear or translucent with fugitive dye) and containing no wax, paraffin, or oil. Curing compounds shall be non -yellowing and have a unit moisture loss no greater than 0.039 gm/cm2 6295-79912 03300-7 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved 11C at 72 hours as measured by ASTM C156. Curing compound shall comply with Federal, State and local VOC limits. 2.03 MIXES A. An independent testing laboratory engaged by and at the expense of the Contractor shall establish concrete mixes and perform all sampling and laboratory testing of products and materials. B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce placeable, durable concrete conforming to these specifications. Proportion ingredients to produce a homogenous mixture which will readily work into comers and angles of forms and around reinforcement without permitting materials to segregate or allowing free water to collect on the surface. C. Base concrete mixes on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if not available, develop concrete mixes by laboratory tests using the materials proposed for the work. For concrete mixes based on standard deviation data of prior mixes, submit standard deviation data of prior mixes with essentially the same proportions of the same constituents in accordance with ACI 318 and ACI 350 and based on the modification factors for standard deviation tests contained in ACI 318 and ACI 350. 2. For concrete mixes developed by laboratory testing, base cementitious content of the concrete on curves showing the relation between water cementitious ratio and 7, 14 and 28 day compressive strengths of concrete made using the proposed materials. Determine curves by four or more points, each representing an average value of at least three test specimens and one water-cementitious ratio at each age. Provide curves with a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The cementitious content of the concrete mixes to be used, as determined from the curve, shall correspond to the required average compressive strength in Table 5.3.2.2 of ACI 318. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content specified in Table 1. D. Test the fly ash and concrete mixture to provide test data confirming that the fly ash in combination with the cement to be used meets all strength requirements and is compatible with the other concrete additives. E. Test aggregates for potential alkali reactivity in accordance with ASTM C1260. If initial testing indicates aggregates are not potentially reactive repeat test at 3 month intervals. F. Compression Tests: Provide testing of the proposed concrete mixes to demonstrate compliance with the compression strength requirements in conformity with the provisions of ACI 318. G. Entrained air, as measured by ASTM C231, shall be as shown in Table 1. 6295-79912 03300-8 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith 1 All Rights Reserved 1. If the air entraining agent proposed for use in the mix requires testing methods other than ASTM C231 to accurately determine air content, make special note of this requirement in the admixture submittal specified under Paragraph 1.03. H. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1. If a high - range water -reducing admixture (plasticizer) is used, the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 7 to 10 -in. I. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of the other admixture(s). W/C AE Class Ratio Fly Ash Range WR HRWR Slump Range 5 6 7 8 9 Inches A 0.62 max. TABLE 1 3.5 to 5 Yes No 1-4 Design 0.42 max. Fine Coarse Cementitious Class Strength Cement Aggregate Aggregate Content Yes 1 2 3 3 4 3.5 to 5 Yes No 3-5 A 2500 Type II Sand 57 (9) 440 E1 4500 Type II Sand 467 560 E2 4500 Type II Sand 57 580 E3 4500 Type II Sand 67 610 W/C AE Class Ratio Fly Ash Range WR HRWR Slump Range 5 6 7 8 9 Inches A 0.62 max. Yes 3.5 to 5 Yes No 1-4 E1 0.42 max. Yes 3.5 to 5 Yes No 3-5 E2 0.42 max. Yes 3.5 to 5 Yes No 3-5 E3 0.42 max. Yes 3.5 to 5 Yes No 3-5 NOTES: 1. Minimum compressive strength in psi at 28 days 2. ASTM designation in ASTM C150 3. Size Number in ASTM C33 4. Minimum cementitious content in lbs per cubic yard (where fly ash is used cementitious content is defined as cement content plus fly ash content) 5. W/C is Maximum Water Cementitious ratio by weight 6. Fly ash content in the range of 20-25 percent of the total cement content plus fly ash content, by weight 7. AE is percent air entrainment 8. WR is water reducing admixture 9. HRWR is high -range water -reducing admixture 6295-79912 03300-9 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved PART 3 EXECUTION 3.01 MEASURING MATERIALS A. Provide concrete composed of portland cement, fly ash, fine aggregate, coarse aggregate, water and admixtures as specified and produced by a plant complying with ACI 318 and ASTM C94. Batch all constituents, including admixtures, at the plant. High -range water reducing admixtures may be added in the field. B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Use scales last certified by the local Sealer of Weights and Measures within one year of use. C. Weigh cement and fly ash in individual weigh batchers that are separate and distinct from the weigh batchers used for other materials. When cement and fly ash are weighed in a cumulative weigh batcher, the cement shall be weighed first. D. Measure the amount of free water in fine aggregates within 0.5 percent with a moisture meter. Compensate for varying moisture contents of fine aggregates. Record the number of gallons of water as -batched on printed batch tickets. E. Dispense admixtures either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture. Charge air -entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. 3.02 MIXING AND TRANSPORTING A. Provide ready -mixed concrete produced by equipment complying with ACI 318 and ASTM C94 and produced by a plant certified by the NRMCA. Do not hand -mix. All truck mixers shall carry a rating plate conforming to TMMB 100. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit -mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. B. Transport ready -mix concrete to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. C. Keep the water tank valve on each transit truck locked at all times. Any addition of water must be directed by the Engineer. Incorporate water directed to be added by additional mixing of at least 50 revolutions at mixing speed after the addition of all water. Meter all added water and show the amount of water added on each delivery ticket. D. Comply with ACI 318 and ASTM C94 for all central plant and rolling stock equipment and methods. 6295-79912 03300-10 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith 1 All Rights Reserved E. Select equipment of size and design to provide continuous flow of concrete at the delivery end. Use metal or metal -lined non -aluminum discharge chutes with slopes not exceeding one vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20 -ft long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. F. Do not retemper (mix with or without additional cement, aggregate, or water) concrete or mortar which has partially hardened. G. Handle concrete from mixer to placement providing concrete of specified quality in the placement area and not exceeding the maximum time interval specified in Paragraph 3.02 I.4. Dispatch trucks from the batching plant so they arrive at the work site just before the concrete is required to avoid excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. Remix for a minimum of 5 minutes prior to discharge or testing. H. Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Provide a printed record of the weight of cement and each aggregate as batched individually on each ticket. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Indicate for each batch the weight of fine and coarse aggregate, cement, By ash, and water, moisture content of fine and coarse aggregate at time of batching, and types, brand and quantity of each admixture, the quantity of concrete delivered, the time any water is added and the amount, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of transit mix truck. I. Temperature and Mixing Time Control In cold weather (see Paragraph 3.07D) maintain the as -mixed temperature of the concrete and concrete temperatures at the time of placement in the forms as indicated in Table 3. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. In hot weather (see Paragraph 3.07E), cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90 degrees F. Well -crushed ice may be substituted for all or part of the mixing water. 4. The maximum time interval between the addition of mixing water and/or cement to the batch and the final placing of concrete in the forms shall not exceed the following: TABLE 2 AIR OR CONCRETE TEMPERATURE MAXIMUM TIME (WHICHEVER IS HIGHER) (27 Degree C) 80 Degree F to 90 Degree F (32 Degree C) 45 minutes (21 Degree C) 70 Degree F to 79 Degree F (26 Degree C) 60 minutes (5 Degree C) 40 Degree F to 69 Degree F (20 Degree C) 90 minutes 6295-79912 03300-11 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved If an approved high -range water -reducing admixture (plasticizer) is used to produce plasticized concrete, the maximum time interval shall not exceed 90 minutes. 3.03 INSPECTION AND COORDINATION A. Batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the Engineer at all times. Advise the Engineer of readiness to proceed at least six working hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing and the alignment, cleanliness and tightness of formwork. Do not place concrete without the inspection and acceptance of the Engineer. 3.04 EMBEDDED ITEMS A. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, anchors, inserts and other items furnished under other Sections and required to be embedded into concrete. Set and secure such items in the locations and alignments needed so they are not displaced by concrete placement. B. Clean embedded items free of rust, mud, dirt, grease, oil, ice, or other contaminants which would reduce or prevent bonding with concrete. C. Coat or isolate all aluminum embedments to prevent aluminum -concrete reaction or electrolytic action between aluminum and steel. D. Pipes and conduits embedded within a slab or wall (other than those merely passing through) shall satisfy the following, unless otherwise shown on the Drawings or approved: a. Maximum outside dimension of pipe or conduit shall not be greater than one third the overall thickness of the slab or wall. b. Spacing of pipes or conduits shall be greater than or equal to three diameters or widths on center. Fabricate piping and conduit such that the cutting, bending, or relocation of reinforcing steel is not required. E. Close open ends of piping, conduits, and sleeves embedded in concrete with caps or plugs prior to placing concrete. F. Ensure all specified tests and inspections on embedded piping are completed and satisfactory before starting concrete placement. Ensure all mechanical or electrical tests and inspections are completed and satisfactory prior to starting concrete placement. Do not place concrete until unsatisfactory items and conditions have been corrected. G. Position embedded anchor bolts using templates. H. Check location, alignment, and support of anchor bolts, piping, electrical conduits, and other items which will be fully or partially embedded in concrete before depositing concrete. Correct 6295-79912 03300-12 June 2012 Collier County Davis Boulevard Canal Improvements 11C © 2013 CDM Smith All Rights Reserved mislocated and misaligned items and secure items which have become loose before depositing concrete. I. Correct all embedded items not installed in the location or alignment needed or displaced by concrete placement at no additional cost to the Owner. 3.05 CONCRETE APPEARANCE ilc A. Remix concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Reject remixed concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Make, at no additional cost to the Owner, changes in the concrete mix design for future deliveries only by adjusting one or more of the following if the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed: The gradation of aggregate, 2. The proportion of fine and coarse aggregate. The percentage of entrained air, within the allowable limits. B. Provide concrete having a homogeneous structure which, when hardened, will have the specified strength, durability and appearance. Provide mixtures and workmanship such that concrete surfaces, when exposed, will require no finishing except as specified in Section 03350. 3.06 PLACING AND COMPACTING A. Placing 1. Verify that all formwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, standing water, dirt, debris, and other foreign materials from forms and exposed joint surfaces. Confirm that reinforcement and other embedded items are securely in place. Have a worker at the location of the placement who can check that, reinforcement and embedded items remain in designated locations and alignments while concrete is being placed. Sprinkle semi -porous subgrades or forms to eliminate suction of water from the mix. Do not place concrete on frozen subgrade, snow, or ice. Deposit concrete as near its final position as possible to prevent segregation due to rehandling or flowing. Place concrete continuously at a rate that allows the concrete previously placed to be integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. Pumping of concrete will be permitted. Use a mix design and aggregate sizes chosen for pumping and submit for approval. Do not use pipelines made of aluminum or aluminum alloy. When concrete is pumped, slump will be determined at point of truck discharge and air content will be determined at point of placement. 6295-79912 03300-13 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved 4. Remove temporary spreaders from forms when the spreader is no longer needed. Temporary spreaders may remain embedded in concrete only when made of galvanized steel or concrete and if prior approval has been obtained. 5. Do not place concrete for supported elements until concrete previously placed in the supporting element has attained design strength. 11C Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms to bring the full surface of the mortar against the form. Prevent the formation of surface voids. 7. Slabs a. After bulkheads, screeds and jointing materials have been positioned, place concrete continuously between joints beginning at a bulkhead, edgeform, or corner. Place each batch into the edge of the previously placed concrete to avoid stone pockets and segregation. b. Avoid delays in placement. If there is a delay in placement, spade and consolidate the concrete placed after the delay at the edge of the previously placed concrete to avoid cold joints. Bring concrete to correct level and strike off with a straightedge. Use bullfloats or darbies to smooth the surface, leaving it free of humps or hollows. c. Where slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow one hour to pass between placement of the wall and the overlying slab to permit consolidation of the wall concrete. Keep the top surface of the wall moist to prevent cold joints. Formed Concrete a. Place concrete in forms using tremie tubes taking care to prevent segregation. Maintain bottom of tremie tubes in contact with the concrete already placed. Do not permit concrete to drop freely more than 4 -ft. Place concrete for walls in 12 -in to 24 -in lifts, keeping the surface horizontal. If a high -range water -reducing admixture is used do not permit concrete to drop freely more than 15 -ft; maximum lift thickness not to exceed 7 -ft. B. Compacting Consolidate concrete by vibration and puddling, spading, rodding or forking so that concrete is completely worked around reinforcement, embedded items and openings and into corners of forms. Continuously perform puddling, spading, rodding and forking along with vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. 2. ' Compact all concrete with mechanical vibrators. Do not order concrete until vibrators (including standby units in working order) are on the job. 3. Use mechanical vibrators having a minimum frequency of 8000 vibrations per minute. Insert vibrators and withdraw at points from 18 -in to 30 -in apart. Vibrate sufficiently at 6295-79912 03300-14 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved each insertion to consolidate concrete, generally from 5 to 15 seconds. Do not over vibrate so as to segregate. Keep standby vibrators on the site during concrete placing operations. 4. Concrete Slabs: Vibration for concrete slabs less than 8 -in thick shall be by vibrating screeds. Vibration for concrete slabs 8 -in and thicker shall be by internal vibrators and (optionally) with vibrating screeds. Place vibrators into concrete vertically. Do not lay vibrators horizontally or lay over. Walls and Columns: Use internal vibrators (rather than form vibrators) unless otherwise approved by the Engineer. In general, for each vibrator needed to melt down (level) the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the surface. Insert vibrators vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. Amount of Vibration: Use vibrators to consolidate properly placed concrete. Do not use vibrators to move or transport concrete in the forms. Continue vibration until: a. Frequency of vibrator returns to normal. b. Surface appears liquefied, flattened and glistening. c. Trapped air ceases to rise. d. Coarse aggregate has blended into surface, but has not disappeared. 3.07 CURING AND PROTECTION A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. Curing Methods Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain a temperature of at least 50 Degrees F at the concrete surface for a minimum of seven days after placement. Use the following curing methods as specified: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap. Begin water curing as soon as concrete attains an initial set and maintain water curing 24 hours a day. Do not permit the surface of the concrete to dry out at any time during the curing period. Temperature of curing water shall be within 20 Degrees F of the concrete temperature. b. Sheet Material Curing: Cover entire surface with sheet material. Anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid Membrane Curing: Apply over the entire concrete surface except as follows. Curing compound shall NOT be placed on any concrete surface where additional concrete or grout is to be placed, where concrete sealers or surface coatings are to be used, or where the concrete finish requires an integral floor product. Apply curing 6295-79912 03300-15 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved compound as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete. Apply in compliance with the manufacturer's recommendations. Specified applications of curing methods: a. Slabs for Liquid Retaining Structures: Water curing only. b. Slabs on Grade and Footings (not used to retain liquids): Water curing or sheet material curing or liquid membrane curing. c. Structural Slabs (other than Liquid Retaining Structures): Water curing or liquid membrane curing. d. Horizontal Surfaces which will Receive Additional Concrete, Coatings, Grout or Other Material that Requires Bond to the substrate: Water curing. e. Formed Surfaces: None if nonabsorbent forms are left in place seven days. Water curing if absorbent forms are used. Water curing if forms are removed prior to seven days. Sheet cure or liquid membrane cure if forms are removed prior to seven days. Exposed horizontal surfaces of formed walls or columns shall be water cured for seven days or until next placement of concrete is made. f. Surfaces of Concrete Joints: Water curing or sheet material curing. C. Protect finished surfaces and slabs from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting For this Specification, "cold weather" is defined as a period when for more than three successive days, the average daily outdoor temperature drops below 40 degrees F. Calculate average daily temperature as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Batch, deliver, place, cure and protect concrete during cold weather in compliance with the recommendations of ACI 306R and the additional requirements of this Section. Review the cold weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete and the procedures to be implemented upon abrupt changes in weather conditions or equipment failures. 4. The minimum temperature of concrete immediately after placement and during the protection period shall be as indicated in Table 3. The temperature of the concrete in place and during the protection period shall not exceed these values by more than 20 degrees F. Prevent overheating and non-uniform heating of the concrete. 6295-79912 03300-16 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved TABLE 3 Concrete Temperatures Minimum Dimension of Section < 12 -in 12 to 36 -in Min. conc temp: 55 Degree F 50 Degree F 11� Protect concrete during periods of cold weather to provide continuous warm, moist curing (with supplementary heat when required by weather conditions) for a total of at least 350 degree-days of curing. a. Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (e.g., 7 days at an average 50 degrees F = 350 degree-days). b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete taking any measurement less than 50 degrees F as 0 degrees F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 6. Do not use salt, manure or other chemicals for protection. 7. At the end of the protection period, allow the concrete to cool gradually to the ambient temperature. If water curing has been used, do not expose concrete to temperatures below those shown in Table 3 until at least 24 hours after water curing has been terminated and air dry concrete for at least 3 days prior to first exposure to freezing temperatures. 8. During periods not defined as cold weather, but when freezing temperatures are expected or occur, protect concrete surfaces from freezing for the first 24 hours after placing. E. Hot Weather Concreting For this Specification, "hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation as estimated in ACI 305R, approaching or exceeding 0.2 pounds per square foot per hour (lb/sq fVhr). 2. Batch, deliver, place, cure and protect concrete during hot weather in compliance with the recommendations of ACI 305R and the additional requirements of this Section. a. Temperature of concrete being placed shall not exceed 90 degrees F. Maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall not cause loss of slump, flash set or cold joints. b. Promptly deliver concrete to the site and promptly place the concrete upon its arrival at the site, not exceeding the maximum time interval specified in Paragraph 3.02I.4. Provide vibration immediately after placement. c. The Engineer may direct the Contractor to immediately cover concrete with sheet curing material. 6295-79912 03300-17 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved ilk Review the hot weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during hot weather including production, placement, and curing. 3.08 REMOVAL OF FORMS A. Do not remove forms before the concrete has attained a strength of at least 70 percent of its specified design strength for beams and slabs and at least 30 percent of its specified design strength for walls and vertical surfaces, nor before reaching the following (Table 4) number of day -degrees of curing (whichever is the longer): TABLE 4 Forms for Degree Days Beams and slabs 500 Walls and vertical surfaces 100 (See definition of degree-days in Paragraph 3.07D). B. Do not remove shores until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own weight and the construction live loads upon it. C. In cold weather, when temperature of concrete exceeds ambient air temperature by 20 Degrees F at the end of the protection period, loosen forms and leave in place for at least 24 hours to allow concrete to cool gradually to ambient air temperature. 3.09 FIELD AND LABORATORY TESTS A. Sets of field control cylinder specimens will be taken by the Engineer (or Owner's testing laboratory inspector) during the progress of the work, in compliance with ASTM C31.The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 100 cu yds of concrete nor less than one set for each 5,000 sq ft of surface area for slabs or walls. Specimens shall be formed in 6 -in diameter by 12 -in long non-absorbent cylindrical molds, A "set" of test cylinders shall consist of five cylinders: one to be tested at seven days, one to be tested at 14 days, and two to be tested and their strengths averaged at 28 days. The fifth may be used for a special test at 3 days or to verify strength after 28 days if 28 day test results are low. 2. When the average 28 day compressive strength of the cylinders in any set falls below the required compressive strength or below proportional minimum seven-day or 14 -day strengths (where proper relation between seven, 14 and 28 day strengths have been established by tests), change proportions, cementitious content, or temperature conditions to achieve the required strengths at no additional cost to the Owner. 6295-79912 03300-18 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved B. Cooperate in the making of tests by allowing free access to the work for the selection of samples. Provide four firmly braced, insulated, heated, closed wooden curing boxes, each sized to hold ten specimens, complete with cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication until shipment to Owner's the testing lab. Protect the specimens against injury or loss through construction operations. Furnish material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Owner. C. Slump tests will be made in the field by the Engineer (or Owner's testing laboratory inspector) immediately prior to placing the concrete. Such tests will be made in accordance with ASTM C143. Test shall be made in accordance with ASTM C143. When concrete is pumped, slump will be determined at point of truck discharge. If the slump is outside the specified range, the concrete will be rejected. D. Test for air content will be made by the Engineer (or Owner's testing laboratory inspector) on a fresh concrete sample.Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C 173. If aggregates with high absorptions are used, the latter test method shall be used. When concrete is pumped, air content will be determined at point of placement. 3.10 FIELD CONTROL A. The Engineer may have cores taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection or determining the continuation of concrete work. The right of the Engineer to take such cores shall not be construed as creating any obligation to take such cores, and not exercising this right to do so shall not relieve the Contractor from meeting the requirements of these Specifications. B. Cooperate in obtaining cores by allowing free access to the work and permitting the use of ladders, scaffolding and such incidental equipment as may be required. Repair all core holes with non -shrink grout as specified in Section 03600. The work of cutting, testing and repairing the cores will be at the expense of the Contractor if defective work is uncovered. If no defective work is found, such cost will be at the expense of the Owner. 3.11 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table 1, the Engineer may require changes in proportions or materials, or both, to apply to the remainder of the work in accordance with Paragraph 1.05E. Furthermore, the Engineer may require additional curing on those portions of the structure represented by the test specimens which fall below the values given in Table 1. The cost of such additional curing shall be at no -additional cost to the Owner. In the event that ,such additional curing does not give the strength required, as evidenced by core and/or load tests, the Engineer may require strengthening or replacement of those portions of the structure which fail to develop the required strength. Coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the Owner. In such cases of failure to meet 6295-79912 03300-19 June 2012 Collier County Davis Boulevard Canal Improvements 11C ©2013 CDM Smith C All Rights Reserved strength requirements the Contractor and Owner shall confer to determine what adjustment, if any, can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in C94 is the Contractor. B. When the tests on control specimens of concrete fall below the required strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from the structure in compliance with ASTM C42 and C39. In cases where tests of cores fall below the values given in Table 1, the Engineer, in addition to other recourses, may require load tests on any one of the slabs, walls, beams, and columns in which such concrete was used. Test need not be made until concrete has aged 60 days. The Engineer may require strengthening or replacement of those portions of the structure which fail to develop the required strength. All coring and testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be at no additional cost to the Owner. C. Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and shall be removed and replaced at no additional cost to the Owner. 3.12 PATCHING AND REPAIRS A. It is the intent of these Specifications to require quality work including forming, mixture and placement of concrete and curing so completed concrete surfaces will require no patching or repairs. B. As soon as the forms have been stripped and the concrete surfaces exposed: remove fins and other projections; fill recesses left by the removal of form ties; and repair surface defects which do not impair structural strength. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. C. Immediately after removal of forms remove tie cones and metal portions of ties as specified in Section 03100. Fill holes promptly upon stripping as follows: Moisten the hole with water, followed by a 1/16 -in brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the form of a spider web. Trowel smooth with heavy pressure. Avoid burnishing. D. When filling tie cone holes and patching or repairing exposed surfaces use the same source of cement and sand as used in the parent concrete. Adjust color to match by addition of white cement. Rub lightly with a fine carborundum stone at an age of one to five days if necessary to bring the surface down with the parent concrete. Do not damage or stain the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. E. Defective concrete and honeycombed areas: Chip down square and at least 1 -in deep to sound concrete with hand chisels or pneumatic chipping hammers. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded in the parent concrete. If honeycomb exists around reinforcement, chip to provide a clear space at least 3/8 -in wide all around the steel. For areas less than 1 -1/2 -in deep, the patch may be made in the same manner as described above for filling form tie holes, care being exercised to use adequately dry 6295-79912 03300-20 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved (non-trowelable) mixtures and to avoid sagging. Thicker repairs will require build-up in successive 1 -1/2 -in layers on successive days, each layer being applied (with slurry, etc.) as described above. F. For very heavy (generally formed) patches, the Engineer may order the addition of pea gravel to the mixture and the proportions modified as follows: Material Volumes Weights Cement 1.0 1.0 Sand 1.0 1.0 Pea Gravel 1.5 1.5 G. The Contractor may use a pre-packaged patching compound, such as: Poly -Patch by Euclid Chemical Company; Emaco R310 by BASF Chemical Company; Sikatop 122 Plus by Sika Chemical Corporation or equal only if approved by the Engineer for use and for color match. 3.13 SCHEDULE A. The following (Table 5) are the general applications for the various concrete classes and design strengths: TABLE 5 Design Strength Class (psi) Description A 2,500 Concrete fill E1 4,500 Structural concrete 16 -in and greater in thickness. E2 4,500 Except as noted above for Class El concrete: Structural concrete greater than 10 -inch in and all other structural Concrete greater than 10 -inch in thickness. E3 4,500 Structural concrete 10 -in or less in thickness and all other structural concrete 10 -in or less in thickness. END OF SECTION 6295-79912 - 03300-21 June 2012 Collier County Davis Boulevard Canal Improvements 11� © 2013 CDM Smith All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 03300-22 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved SECTION 03350 CONCRETE FINISHES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and finish cast -in-place concrete surfaces as specified herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B. Grout is included in Section 03600. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C144 -Standard Specification for Aggregate for Masonry Mortar B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.04 RESPONSIBILITY FOR CHANGING FINISHES A. The surface finishes specified for concrete to receive coatings or other finish materials are those required for the proper application of the products specified under other Sections. Where products different from those specified are approved for use determine if changes in finishes are required and provide the proper finishes to receive these products. _B. Perform changes in finishes made to accommodate products different from those specified at no additional cost to the Owner. Submit the proposed new finishes to the Engineer for approval. PART 2 PRODUCTS 2.01 MATERIALS A. Cementitious and component materials required for finishing concrete surfaces: As specified in Section 03300. 6295-79912 03350-1 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved PART 3 EXECUTION 3.01 FORMED SURFACES A. Form removal: Conform to Sections 03100 and 03300. B. Do not damage edges or obliterate the lines of chamfers, rustications or corners when removing the forms or doing any other work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. D. Off -Form Finish Remove fins and other projections and fill tie cones and defects as specified in Section 03300. E. Rubbed Finish Immediately upon stripping forms and before concrete changes color, carefully remove all fins with a hammer. While the surface is still damp apply a thin coat of medium consistency neat cement slurry using bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Do not coat large areas of the surface with this slurry. 2. Before the slurry dries or changes color, apply a dry (almost crumbly) grout consisting of one volume cement to 1-1/2 volumes of clean masonry sand having a fineness modulus of approximately 2.25 and complying with the gradation requirements of ASTM C144. Apply grout uniformly using damp (neither dripping wet nor dry) pads of coarse burlap approximately 6 -in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in the imperfections to be patched. Allow the mortar to partially harden for one or two hours depending upon the weather. If the air is hot and dry, keep the surface damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the perpendicular edge of a steel trowel without damaging the grout in the small pits or holes, cut off all grout that can be removed with a trowel. Grout allowed to remain on the surface too long will get too hard and will be difficult to remove. Allow the surface to dry and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout should remain after this rubbing. The entire cleaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow grout to dry after it has been cut off with the trowel so it can be wiped off clean with the burlap. 5. On the day following the repair of pits, air holes and blemishes, the surfaces again shall be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, a built-up film remains, use a fine abrasive stone to remove all such material without breaking through the surface film of the original concrete. Scrub 6295-79912 03350-2 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved iic lightly to remove excess material without working up a lather or mortar or changing the texture of the concrete. Follow the final bagging or stoning operation with a thorough wash -down with stiff bristle brushes to remove extraneous materials from the surface. Spray the surface with a fine fog spray periodically to maintain a continually damp condition for at least 3 days after the application of the repair grout. 7. The Rubbed Finish application may be deleted by the Engineer if the unfinished concrete surface is of superior quality and without surface voids. 3.02 FLOORS AND SLABS A. Consider the potential for longer setting time in concrete containing fly ash. B. Compact with internal vibrators as specified in Section 03300 and screed to the established grades. Provide floors and slabs level with a tolerance of 1/8 -in when checked with a 12 -ft straightedge, except where drains occur, in which case pitch floors to drains as. indicated. Failure to meet either of above shall be cause for removal, grinding, or other correction as directed by the Engineer, at no additional cost to the Owner. C. Following screeding as specified above, float the slabs as approved by the Engineer. Continue floating operation until sufficient mortar is brought to the surface to fill all voids. Test the surfaces with a straightedge to detect high and low spots which shall be eliminated. Do not overwork the concrete as evidenced by excess water and fine material on the surface. D. Do not use "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate on any slab finish. Do not dust surfaces with dry materials. Round off all edges of slabs and tops of walls with a steel edging tool. Use steel edging tool with radius of 1/4 -in for all slabs subject to wheeled traffic. E. Measure floor flatness the day after a concrete floor is finished and before the shoring is removed, in order to eliminate any effects of shrinkage, curling and deflection. A 12 -ft long straightedge shall be supported at each end with steel gauge blocks whose thickness are equal to tolerance specified. Floor surface shall not have crowns so high as to prevent 12 -ft straightedge from resting on the two end blocks, nor low spots so low that a third block of twice the tolerance in thickness can pass under the supported straightedge. Compliance with the designated limits in four of five consecutive measurements will confirm compliance, unless obvious faults are observed. A check for adequate slope and drainage will also be made to confirm compliance. F. Descriptions Steel Trowel Finish. Finish by screeding and floating with straightedges to bring the surfaces to the elevations indicated. While the concrete is still green, but sufficiently hardened to bear a person's weight without deep imprint, the surface shall be wood floated to a true, even plane with no coarse aggregate visible. Apply sufficient pressure on the wood floats to bring moisture to the surface. After surface moisture has disappeared, hand steel trowel to produce a smooth, impervious surface, free from trowel marks. Trowel the 6295-79912 03350-3 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved surface again for the purpose of burnishing. The final troweling shall produce a ringing sound from the trowel. Do not use dry cement or additional water in troweling. 2. Broomed Finish. Steel trowel finish the concrete, as specified above but omit the final troweling. While the concrete is still soft enough, finish the surface with a stiff coarse fiber broom to produce the pattern and depth of scoring as approved by the Engineer. 3.03 APPROVAL OF FINISHES A. All concrete surfaces, when finished, will be inspected by the Engineer. B. Refinish or rework unsatisfactory finishes until approved by the Engineer, at no additional cost to the Owner. C. Hardened unsatisfactory finishes will require removal, grinding, or other appropriate correction approved by the Engineer, at no additional cost to the Owner. 3.04 SCHEDULE OF FINISHES A. Finish concrete in the various specified manners either to remain as natural concrete or to receive an additional applied finish or material under another Section. B. Finishes to the base concrete for the following conditions shall be as scheduled below and as further specified herein: 1. Exposed exterior concrete excluding slabs and walking surfaces - Rubbed finish. (Rub open tank walls above and to 1 -ft below normal water line). 2. Concrete for exterior on stairs and other horizontal areas - Broomed finish, non -slip. 3. Walls of open topped tanks - Rubbed finish above and to 1 -ft below normal water line. Off -form finish from 1 -ft below normal water line to base of wall. 4. Concrete stairs, landings and platforms below normal water level in liquid retaining structures — Broomed finish, non -slip. 5. Tops of curbs and pads - Steel trowel finish. 6. Concrete on which liquids flow or are contained - Steel troweled finish. 7. Concrete not exposed in the finished work and not scheduled to receive an,additional applied finish or material - Off -form finish at vertical surfaces, consolidate and screed to grade at horizontal surfaces. END OF SECTION 6295-79912 03350-4 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved SECTION 03600 PART 1 GENERAL 1.01 SCOPE OF WORK 11C A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B. Concrete reinforcement is included in Section 03200. C. Concrete joints and joint accessories are included in Section 03250. D. Cast -in-place concrete is included in Section 03300. E. Miscellaneous metals are included in Section 05500. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of surface preparation, mixing and installation for: 1. Commercially manufactured non -shrink cementitious grout. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to the specified ASTM standards, and Material Safety Data Sheet. 2. Concrete grout. Include data as required for concrete as delineated in Section 03300 and for fiber reinforcement as delineated in Section 03200. B. Samples 1. Submit samples of commercially manufactured grout products when requested by the Engineer. 2. Submit samples of aggregates proposed for use in grout mixes when requested by the Engineer. C. Laboratory Test Reports 1. For concrete grout, submit laboratory test data as required for concrete as delineated in Section 03300. 6295-79912 03600-1 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved 11 D. Certifications 1. Certify that commercially manufactured grout products and admixtures for concrete grout are made for use in contact with potable water 30 days after installation (non-toxic and free of taste and odor). E. Qualifications 1. Submit documentation that grout manufacturers have a minimum of at least 10 years experience in the production and use of the grouts proposed. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 - Standard Specification for Concrete Aggregates 2. ASTM C150 - Standard Specification for Portland Cement 3. ASTM C531 - Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 4. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures 5. ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation 6. ASTM E329 - Standard specification for agencies engaged in the testing and/or inspection of materials used in construction B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Qualifications 1. Grout manufacturers shall have a minimum of 10 years experience in the production and use of the type of grout proposed. B. Field Testing 1. All field testing and inspection services will be provided by the Owner. Assist in the sampling of materials, and cooperate by allowing free access to the work and permitting the use of ladders, scaffolding, and such incidental equipment as may be required. Methods of testing will comply with the applicable, ASTM Standards. 2. Field testing of concrete grout will be as specified for concrete in Section 03300. 6295-79912 03600-2 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved Cj 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers and printed instructions. B. Store materials in full compliance with the manufacturer's recommendations. Limit total storage time from date of manufacture to date of installation to six months or the manufacturer's recommended storage time, whichever is less. C. Remove immediately from the site material which becomes damp, contains lumps, or is hardened and replace with acceptable material at no additional cost to the Owner. D. Deliver non -shrink cementitious grout as a pre -portioned blend in prepackaged mixes requiring only the addition of water. 1.07 DEFINITIONS A. Non -shrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate. PART 2 PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.02 MATERIALS A. Non -shrink Cementitious Grout Non -shrink cementitious grouts: Conform to ASTM C1107. Grouts shall be portland cement based, contain a pre -proportioned blend of selected aggregates and shrinkage compensating agents and require only the addition of water. Non -shrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. a. General purpose non -shrink cementitious grout: Conform to the standards stated above. SikaGrout 212 by Sika Corp.; Set Grout by BASF Building Systems; NS Grout by The Euclid Chemical Co.; Five Star Grout by Five Star Products, Inc., or equal. b. Flowable (Precision) non -shrink cementitious grout: Conform to the standards stated above. Masterflow 928 by BASF Building Systems; Hi -Flow Grout by The Euclid 6295-79912 03600-3 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved Chemical Co.; SikaGrout 212 by Sika Corp.; Five Star Grout by Five Star Products, Inc., or equal. B. Concrete Grout Conform to the requirements of Section 03300 except as specified herein. Proportion with Type II cement, coarse and fine aggregates, water, water reducing admixture and air entraining agent to produce a mix having an average strength of 3500 psi at 28 days (2500 psi nominal strength). Coarse aggregate size shall be 3/8 -inch maximum. Slump shall not exceed 5 -in. Minimum cement content shall be 540 lbs per cubic yard and maximum water to cement ratio shall be 0.45. 2. Add synthetic reinforcing fibers as specified in Section 03200 to the concrete grout mix at the rate of 1.5 lbs of fibers per cubic yard of grout. Add fibers from the manufacturer's pre- measured bags and according to the manufacturer's recommendations to ensure complete dispersion of the fiber bundles as single monofilaments within the concrete grout. C. Water Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to drinking water), organic matter, or other deleterious substances. PART 3 EXECUTION 3.01 PREPARATION A. Place grout where indicated or specified over cured concrete which has attained its specified design strength unless otherwise approved by the Engineer. B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost, dirt, dust, grease, oil, form release agent, laitance and paints and free of all loose material or foreign matter which may affect the bond or performance of the grout. C. Roughen concrete surfaces by chipping, sandblasting, or other dry mechanical means to bond the grout to the concrete. Remove loose or broken concrete. Irregular voids or projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete. Air compressors used to clean surfaces in contact with grout shall be the oilless type or equipped with an oil trap in the airline to prevent oil from being blown onto the surface. D. Remove all loose rust, oil or other deleterious substances which may affect the bond or performance of the grout from metal embedments or bottom of baseplates prior to the installation of the grout. E. Wash concrete surfaces clean and then keep moist for at least 24 hours prior to the placement of non -shrink cementitious or cement grout. Saturation may be achieved by covering the concrete with saturated burlap bags, use of a soaker hose, or flooding the surface. Upon completion of the 24 hour period, remove visible water from the surface prior to grouting. 6295-79912 03600-4 June 2012 Collier County Davis Boulevard Canal Improvements 11�© 2013 CDM Smith All Rights Reserved F. Provide forms for grout. Line or coat forms with release agents recommended by the grout manufacturer. Provide forms anchored in place and shored to resist the forces imposed by the grout and its placement. Forms for all grout other than concrete grout shall be designed to allow the formation of a hydraulic head and shall have chamfer strips built into forms. G. Level and align the structural or equipment bearing plates in accordance with the structural requirements or the recommendations of the equipment manufacturer, as applicable. H. Support equipment during alignment and installation of grout by shims, wedges, blocks or other approved means. The shims, wedges and blocking devices shall be prevented from bonding to the grout by bond breaking coatings and removed after grouting unless otherwise approved by the Engineer. Grout voids created by the removal of shims, wedges and blocks. 3.02 INSTALLATION - GENERAL A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and these specifications. B. Provide staffing and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand. C. Maintain temperatures of the base plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer. Do not allow differential heating or cooling of baseplates and grout during the curing period. D. Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 40 to 90 degrees F range. E. Install grout to preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint. F. Reflect all existing underlying expansion, control and construction joints through the grout. 3.03 INSTALLATION - NON -SHRINK CEMENTITIOUS GROUTS A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer. B. Do not mix by hand. Mix in a mortar mixer with moving blades. Pre -wet the mixer and empty excess water. Add pre -measured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer's maximum recommended water content. 6295-79912 03600-5 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved 11C C. Placements greater than 3 -in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Provide forms as specified in Paragraph 3.01G. Place grout into the designated areas and prevent segregation and entrapment of air. Do not vibrate grout to release air or to consolidate the material. Fill all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes and vent holes as necessary. E. Place grout rapidly and continuously to avoid cold joints. Do not place grout in layers. Do not add additional water to the mix (retemper) after initial stiffening. F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45 degree angle from the lower edge of bearing plate unless otherwise ordered and approved by the Engineer. Finish this surface with a wood float or brush finish. G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the manufacturer, whichever is longer. Saturate the grout surface by use of saturated burlap bags, soaker hoses or ponding. Provide sunshades. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.04 INSTALLATION - CONCRETE GROUT A. Inspect slabs finished under Section 03350 and scheduled to receive concrete grout. Scarify existing surfaces to receive concrete grout. Protect and keep the surface clean until placement of concrete grout. B. Remove debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials. Pressure wash the surface. Do not flush debris into tank drain lines. C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout by use of saturated burlap bags, soaker hoses or ponding. Remove excess water just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8 -in thick cement paste. D. Place concrete grout to final grade using the scrapers of the installed mechanical equipment as a guide for surface elevation and to eliminate high and low spots. Unless specifically approved by the equipment manufacturer, mechanical scraper mechanisms powered by their motors shall not be used as a finishing machine or screed to push grout. 3.05 SCHEDULE A. The following list indicates where the particular types of grout are to be used: General purpose non -shrink cementitious grout: Use at all locations where non -shrink grout is indicated on the Drawings, except for base plates greater in area than 3 -ft wide by 3 -ft long. 6295-79912 03600-6 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved 2. Flowable (precision) non -shrink cementitious grout: Use under all base plates greater in area than 3 -ft wide by 3 -ft long. Use at all locations indicated on the Drawings to receive flowable non -shrink grout. Flowable (precision), non -shrink, cementitious grout may be substituted for general purpose non -shrink cementitious grout. 3. Concrete grout: Use for overlaying the base concrete as indicated on the Drawings. END OF SECTION 6295-79912 03600-7 June 2012 Collier County Davis Boulevard Canal Improvements 11C © 2013 CDM Smith All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 03600-8 June 2012 Collier County Davis Boulevard Canal Improvements I Ic © 2013 CDM Smith All Rights Reserved SECTION 05500 MISCELLANEOUS METAL PART 1 GENERAL 1.01 SCOPE OF WORK 11C A. Furnish all labor, materials, equipment and incidentals required and install all miscellaneous metal complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete joint accessories are included in Section 03250. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Shop drawings, showing sizes of members, method of assembly, anchorage and connection to other members. B. Design Data 1. Submit calculations or test data demonstrating that the railings and anchors will resist the loads specified in the Florida Building Code at the post spacing provided. Calculations shall be signed and sealed by a professional engineer licensed in State of Florida and shall include anchor calculations. All anchors into concrete shall meet or exceed the requirements of ACI 318 Appendix D. 2. Submit calculations for all equipment, weirs, and gate anchorage. Calculations shall be signed and sealed by a professional engineer licensed in State of Florida. All anchors into concrete shall meet or exceed the requirements of ACI 318 Appendix D. C. Test Reports 1. Certified copy of mill test reports on each metal proposed for use showing the physical properties and chemical analysis. D. Certificates 1. Submit certification that the railing system is in compliance with OSHA requirements and Florida Building Code. 6295-79912 05500-1 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved 1.04 REFERENCE STANDARDS A. Aluminum Association (AA) 1. AA M31 C22A41 - a. M31: Mechanical Finish, Fine Satin b. C22: Finish, Medium Matte c. A41: Clear Anodic Coating, Class I B. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 4. ASTM A108 -Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. 5. ASTM A123 -Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 6. ASTM A153 -Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 7. ASTM A240 - Standard Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Plate, Sheet, and Strip Pressure Vessels. 8. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 9. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile Strength. 10. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 11. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 12. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 13. ASTM A536 - Standard Specification for Ductile Iron Castings. 6295-79912 05500-2 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved 14. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. 15.. ASTM A1008 - Standard Specification for Steel, Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. 16. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 17. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 18. ASTM B429 - Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. 19. ASTM F1554 -Standard Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength 20. ASTM F2329 - Specification for Zinc Coating, Hot -Dip, Requirements for Application to Carbon Screws, Washers, Nuts, and Special Threaded Fasteners C. American Institute of Steel Construction (AISC) 1. Specification for Structural Steel Buildings — Allowable Stress Design and Plastic Design. D. American Welding Society (AWS) 1. AWS D1.1 -Structural Welding Code -Steel. 2. AWS D1.2 - Structural Welding Code - Aluminum. 3. AWS D1.6 - Structural Welding Code - Stainless Steel E. Federal Specifications 1. FS -FF -B -575C - Bolts, Hexagonal and Square F. Occupational Safety and Health Administration (OSHA) G. Florida Buildiing Code H. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The work of this Section shall be completely coordinated with the work of other Sections. Verify, at the site, both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. 6295-79912 05500-3 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. C. All welding shall be performed by qualified welders and shall conform to the applicable AWS welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall conform to AWS D1.2 and welding of stainless steel shall conform to AWS D1.6. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation. B. Store materials on skids and not on the ground and block up so that they will not become bent or otherwise damaged. Handle materials with cranes or derricks. Do not dump material off cars or trucks nor handle in any other way that will cause damage. C. Repair items that have become damage or corroded to the satisfaction of the Engineer prior to incorporating them into the work. 1.07 PROJECT/SITE REQUIREMENTS A. Field measurements shall be taken at the site, prior to fabrication of items, to verify or supplement indicated dimensions and to ensure proper fitting of all items. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards: 1. Structural Steel 2. Structural Steel Tubing 3. Welded and Seamless Steel Pipe 6295-79912 Collier County Davis Boulevard Canal Improvements Wide flange shapes: ASTM A992 Other shapes; plates; rods and bars: ASTM A36 ASTM A500, Grade B ASTM A501 or ASTM A53, Type E or S, Grade B Schedule 40. Use standard malleable iron fittings, galvanized for exterior work. 05500-4 June 2012 iic © 2013 CDM Smith All Rights Reserved 4. Steel Sheets ASTM A1008 5. Gray Iron Castings ASTM A48, Class 35 6. Ductile Iron Castings ASTM A536, Grade 65-45-12 7. Aluminum Extruded Pipe ASTM B429, Alloy 6063 T6 and Alloy 6061 T6 as indicated 8. Aluminum Extruded Shapes ASTM B221, Alloy 6061 T6 9. Aluminum Sheet and Plate ASTM B209, Alloy 6061 T6 10. Stainless Steel Plates, Sheets, and Structural Shapes a. Exterior, Submerged or Industrial Use ASTM A240, Type 316 (Type 316L for welded) b. .Interior and Architectural Use ASTM A240, Type 304 11. Stainless Steel Bolts, Nuts, and Washers ASTM A276, Type 316 12. Carbon Steel Bolts and Studs ASTM A307, Grade A (hot dip galvanized nuts and washers where noted) 13. High Strength Steel Bolts, Nuts and washers ASTM A325 (mechanically galvanized per ASTM B695, Class 50, where noted) a. Elevated Temperature Exposure Type I b. General Application Type I or Type II 14. Galvanizing ASTM A123, Zn w/0.05 percent minimum Ni 15. Galvanizing, hardware ASTM A153, Zn w/0.05 percent minimum Ni 16. Galvanizing, anchor bolts ASTM F2329, Zn w/0.05 percent minimum Ni 17. Welding electrodes, steel AWS A5.1 E70xx 2.03 ANCHORS, BOLTS AND FASTENING DEVICES A. Adhesive anchor system, for fastening to solid concrete substrate, shall be a system manufactured for the installation of post installed studs including anchoring hardware and chemical dispenser. Injection adhesive shall be a two -component epoxy system including a 6295-79912 05500-5 June 2012 Collier County Davis Boulevard Canal Improvements 11C iic C 2013 CDM Smith All Rights Reserved hardener and a resin, furnished in pre -measured side-by-side cartridges which keep the two components separate. Side-by-side cartridges shall be designed to accept a static mixing nozzle which thoroughly blends the two components and allows injection directly into the drilled hole. Provide zinc plated carbon steel or Type 316 stainless steel stud assemblies as indicated on the Drawings consisting of an all -thread anchor rod with nut and washer. Adhesive anchor system shall be Hilti RE 500 SD; Simpson Strong Tie SET -XP; or equal. Unless otherwise noted, anchorage designs shown on the Drawings are based on Hilti RE 500 SD. 2.04 RAILINGS A. Handrail and railing systems shall comply with the requirements of and the Florida Building Code. B. Aluminum railing and handrail shall be a welded or mechanically fastened, seamless, extruded aluminum pipe system. Rails shall be 6063-T6 alloy. Posts shall be 6061-T6 alloy. Splice and reinforcing sleeves, brackets, end caps, toeboards, etc, shall be aluminum alloy 6063-T6 or 6061-T6. Cast fittings shall be aluminum alloy No. 214. Railing system fastening hardware shall be Type 304 stainless steel. Aluminum shall have a mill finish. C. Railings shall be two rail welded railing systems fabricated with 1 -1/2 -in nominal diameter pipe. Posts shall be Schedule 80 pipe, minimum and rails and handrail shall be Schedule 40 pipe, minimum. Posts and top rails shall be continuous. Spacing of posts shall not exceed 5 ft on center and shall be uniformly spaced except as otherwise shown on the Drawings. All railing posts shall be vertical. D. Welds shall be circumferential welds ground smooth and even to produce a railing that is neat in appearance and structurally sound. Welding methods shall be in conformity with AWS standards for the materials being joined. All rails to post connections shall be coped and fastened by continuous welds. There shall be no burrs, sharp edges or protrusions on any weld on any part of the handrail system. After fabrication, the welds and surrounding area shall be cleaned and hand buffed to blend with the adjacent finish. All mechanical fasteners shall be unobtrusively located in countersunk holes with the top flush with the surface of the rail. Bends in the railing shall be as indicated by the Drawings. No distortion of the circular railing shape will be allowed. Bends and terminal sections shall be made without the use of fittings. Corner bends shall be mitered and welded bends. E. Railing shall be assembled in sections as long as practical but shall not be greater than 24 -ft in length. A field splice shall be used when an assembled section is to be attached to another section. Field splices shall be used in all railing panels that cross over structure expansion joints. 1. Field splices shall use internal splice sleeves located within 8 -in of railing posts. The sleeve shall be welded to the rail on one side and fastened with a set screw to the rail on other side. The field splice shall be detailed to take the differential expansion between the railing system and the supporting structure. F. The bases or supports for railing posts and handrail shall be the types indicated on the Drawings. 1. Aluminum railing posts, which may collect condensation, shall have a 3/16 -in drain hole drilled immediately above the concrete encased area, the base flange, or supporting socket 6295-79912 05500-6 June 2012 Collier County Davis Boulevard Canal Improvements C 2013 CDM Smith All Rights Reserved on the side away from the walking area. The bottom of the rail post between the drain hole and the bottom of the post shall be filled with an inert material such as a compressed closed cell neoprene rod. Where handrail is to be fastened to walls, the rails shall be provided with screwed wall flanges fastened to the walls with three 3/8 -in stainless steel flat head machine screws. The horizontal projection of the handrail support off the wall shall provide 2 -1/2 -in minimum clearance below the bottom of the handrail. G. Safety gates, for railing openings, shall be fabricated of matching pipe and rail material and configuration. The gates shall be self-closing gates with approved stop, latch and stainless steel closure spring and hinges. H. Barrier chains, for railing openings, shall be fabricated of stainless steel chains. Chain shall be 1/4 -in stainless steel links, with eleven links per foot as manufactured by Eastern Chain Works, Inc., NY; Lawrence Metal Products, Inc. or equal. Chains shall be fastened to the handrail posts at the elevation of each rail. One end of each chain shall be connected to one post with a 1/4 -in diameter stainless steel eye bolt and the other end shall be connected to the other post by means of a heavy chromium plated bronze swivel eye slide harness snap and a similar eye bolt. I. Toeboards shall be provided on all railing adjacent to a drop in elevation of 4 ft or more. Toeboards are not required on the inclined portion of stairway railings or where concrete or steel curbs, 4 -in or more in height, are present. Toeboards shall be extruded proprietary sections, or 4 -in high channels, of the same material as the railing. The sections shall have a minimum thickness of 1/8 -in and have flanges of not less than 3/4 -in nor more than 1 -1/2 -in in width. Toeboards shall be positioned with a maximum clearance of 1/4 -in from the floor and fastened to railing posts with 1/4 -in stainless steel U -bolts, with J -bolts at corner posts and with clip angles and two 1/4 -in stainless steel expansion bolts at walls. All railings shall be properly protected by paper, or by an approved coating or by both against scratching, splashes or mortar, paint, or other defacements during transportation and erection and until adjacent work by other trades has been completed. After protective materials are removed, the surfaces shall be made clean and free from stains, marks, or defects of any kind. 2.04 MISCELLANEOUS ALUMINUM A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Welding shall be on the unexposed side as much as possible in order to prevent pitting or discoloration of the aluminum exposed surface. Provide holes for temporary field connections and for attachment of the work of other trades. 6295-79912 05500-7 June 2012 Collier County Davis Boulevard Canal Improvements ilc © 2013 CDM Smith All Rights Reserved C. Miscellaneous aluminum items shall include: beams, angles, closure angles, grates, hatches, floor plates, stop plates, stair nosings and any other miscellaneous aluminum called for on the Drawings and not otherwise specified. 2.05 MISCELLANEOUS STEEL A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous steel items shall include: beams, angles, metal stairs, support brackets, base plates for other than structural steel or equipment, closure angles, and any other miscellaneous steel called for on the Drawings and not otherwise specified. D. Steel pipe pieces for sleeves, lifting attachments and other functions shall be Schedule 40 pipe unless otherwise shown on the Drawings. Wall and floor sleeves, of steel pipe, shall have welded circumferential steel waterstops at mid -length. E. All steel finish work shall be thoroughly cleaned, by effective means, of all loose mill scale, rust and foreign matter and shall be given one shop coat of primer compatible with the finish coat after fabrication but before shipment. Paint shall be omitted within 3 -in of proposed field welds. Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and other open spaces. F. Galvanizing, where required, shall be the hot -dip zinc process after fabrication. Coating shall be not less than 2 oz/sq ft of surface. 2.06 MISCELLANEOUS STAINLESS STEEL A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Provide holes for temporary field connections and for attachment of the work of other trades. 6295-79912 05500-8 June 2012 Collier County Davis Boulevard Canal Improvements ©2013 CDM Smith All Rights Reserved C. Miscellaneous stainless steel items shall include: beams, angles, bar racks and any other miscellaneous stainless steel called for on the Drawings and not otherwise specified. PART 3 EXECUTION 3.01 INSTALLATION A. - Install all items except those to be embedded in concrete which shall be installed under Division 3. Items to be attached to concrete after such work is completed shall be installed in accordance with the details shown. B. Abrasions in the shop primer shall be touched up immediately after erection. Areas left unprimed for welding shall be painted with primer after welding. C. Zinc coating which has been burned by welding, abraded, or otherwise damaged shall be cleaned and repaired after installation. The damage area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide -zinc dust paint conforming to the requirements of Military Specifications MIL -P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight. D. Specialty products shall be installed in accordance with the manufacturer's recommendations. E. Install adhesive anchor system in strict compliance with the manufacturer's recommendations, including drill bit diameter, surface preparation, temperature, moisture conditions, injection and installation of bolts. Use oil free compressed air to blast out loose particles and dust from the drilled holes. Bolts must be clean and free of dirt, oil, grease, ice or other material which would reduce bond. F. All railings shall be erected to line and plumb. G. All steel surfaces that come into contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. H. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc -chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. I. Between aluminum gratings, aluminum stair treads, or aluminum handrail brackets and steel supports, insert 1/4 -in thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. END OF SECTION 6295-79912 05500-9 June 2012 Collier County Davis Boulevard Canal Improvements © 2013 CDM Smith All Rights Reserved THIS PAGE INTENTIONALLY LEFT BLANK 6295-79912 05500-10 June 2012 Collier County Davis Boulevard Canal Improvements 11� 11� EXHIBIT K: PERMITS Supporting documents found at: http://bid.colliergov.net/bid/ ITB 13-6138 LASIP Davis Blvd Canal Improvements 86 11C SOUTH FLORIDA WATER MANAGEMENT DISTRiCT District Headquarters: 3301 Gun Club Road, West Palm Beach, Florida 33406 (561) 686-8800 www.sfwmd.gov CON 24-06 Application No.: 111019-5 General Permit No.: 11-03294-W November 18, 2011 BOARD OF COLLIER COUNTY COMMISSIONERS 2885 S. HORSESHOE DRIVE NAPLES, FL 34104 Dear Permittee: SUBJECT: General Water Use Permit No.: 11-03294-W Project: L A S I P DAVIS BOULEVARD AND WEIR Location: COLLIER COUNTY, S4, 5, 6/T50S/R26E Permittee: BOARD OF COLLIER COUNTY COMMISSIONERS This letter is to notify you of the District's agency action concerning your Notice of Intent to Use Water. This action is taken pursuant to Chapter 40E-20, Florida Administrative Code (F.A.C.). Based on the information provided, District rules have been adhered to and a General Water Use Permit is in effect for this project subject to: 1. Not receiving a filed request for Chapter 120, Florida Statutes, administrative hearing and. 2. The attached Limiting Conditions. The purpose of this application is to obtain a Water Use Permit for dewatering for the construction of a weir, stormwater culverts and improvement of the existing swales to the Davis Boulevard Canal. Withdrawals are from the Water Table aquifer via three -proposed -withdrawal facilities. The Permittee is advised that this permit does not relieve any person from the requirement to obtain all necessary federal, state, local and special district authorizations. A copy of the permit, its limiting conditions, and dewatering plan is required to be kept on site at all times during dewatering operations by the lead contractor or site manager. Permittee shall not withdraw more than 1800 million gallons in the duration of this permit, nor more than 10 million gallons per day. Lower West Coast Service Center: 2301 McGregor Boulevard, Fort Myers, FL 33901 (239) 338-2929 Orlando Service Center: 1707 Orlando Central Parkway, Suite 200, Orlando, FL 32809 (407) 858-6100 Okeechobee Service Center. 205 North Parrott Avenue, Suite 201, Okeechobee, FL 34972 (863) 462-5269 SOUTH FLORIDA WATER MANAGEMENT DISTRICT ENVIRONMENTAL RESOURCE STANDARD GENERAL PERMIT NO. 11-01140-S DATE ISSUED:December 15, 2011 Form #0941 08/95 PERMITTEE: COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 2885 SOUTH HORSESHOE DRIVE NAPLES, FL 34104 PROJECT DESCRIPTION: This application is a request for a General Permit Modification authorizing Construction and Operation of conveyance improvements known as LASIP Davis Boulevard and Weir. Discharge is to the Lely Main Canal Basin via the Davis Boulevard Canal. PROJECT LOCATION: PERMIT DURATION COLLIER COUNTY, SEC 4, 5, 6 TWP 50S RGE 26E See Special Condition No:1. Pursuant to Rule 40E-4.321, Florida Administrative Code. This is to notify you of the District's agency action concerning Notice of Intent for Permit Application No. 111019-7, dated October 19, 2011. 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 General Permit is in effect for this project subject to: 1. Not receiving a filed request for a Chapter 120, Florida Statutes, administrative hearing. 2. the attached 19 General Conditions (See Pages : 2 - 4 of 6), 3. the attached 15 Special Conditions (See Pages : 5 - 6 of 6) and 4. the attached 2 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 riot 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 distr gon 'st) no later than 5:00 p.m. on this 15th day of December, 2011, in accordance with Section 120.60(3 tes. BY: �do A. Valera, P.E. egulatory Administrator Lower West Coast Service Center Page 1 of 6 iic EXHIBIT L: STANDARD DETAILS Supporting documents found at: http://bid.colliergov.net/bid/ ITB 13-6138 LASIP Davis Blvd Canal Improvements 87 Memorandum To: Marc Stonehouse From: William L. Fox, P. E. and Rebecca Grant Ascoli, P. E. Date: August 8, 2011 Subject: Geotechnical Design Memorandum Proposed Davis Boulevard Canal Improvements Lely Area Stormwater Improvements Project (LASIP) Collier County, Florida CDM Project No. 6295-79912 Introduction 11C Camp Dresser McKee (CDM) was retained by Collier County to provide design services for a portion of the Lely Area Stormwater Improvements Project (LASIP), specifically improvement of the conveyance and storage capacity of the existing stormwater canal adjacent to Davis Boulevard. This memorandum summarizes the field exploration program and presents geotechnical engineering recommendations for the design and construction of the proposed improvements. Recommendations are provided for the design and construction of a cast -in- place concrete weir structure, stormwater conveyance piping, and earthwork construction. Elevations used throughout this memorandum are in feet and reference the National Geodetic Vertical Datum of 1929 (NGVD 29), unless otherwise noted. Project Location and Description The project extends approximately from 500 feet west of Whitten Drive to 400 feet east of Wildwood Lakes Boulevard (approximate Stations 10+00 to 102+00) in Collier County, Florida. The existing canal is bound to the south by Davis Boulevard (S.R. 84) and to the north by commercial and residential development. The area around the canal slopes slightly down to the west. The top -of -bank along the canal varies from about El. +13 to El. +9 along the approximate 9,000 -foot project length. Proposed Construction The project consists of shaping, grading, and deepening the existing canal, installing stormwater conveyance piping, constructing a concrete weir to control water levels in the canal, and constructing a maintenance bench along the north side of the canal. Additional details are presented in the following paragraphs. ZACollier Co,.Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical MemorandumlLASIP Geotechnical Design Memorandum-(s).docx Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 2 ■ The side slopes of the canal will be shaped to achieve a 3H:1V slope, and the canal will be deepened several feet. The bottom of the eastern section of the canal, approximately from Station 96+00 to Station 79+00, will be excavated to El. +5.0, while the bottom of the western section, from Station 79+00 to about Station 11+00, will be excavated to El. +2.5. ■ Approximately 320 feet of 42 -inch diameter reinforced concrete pipe (RCP) will be installed about 10 feet below existing grade between approximate Stations 89+75 and 90+92 and Stations 95+80 and 97+80. ■ The proposed weir will be a below -grade, cast -in-place concrete structure located at approximate Station 11+65. The weir will have a crest elevation of +8.0 and a bleeder elevation of +7.5, and is proposed to be founded on a shallow mat foundation at approximate El. -1.5 feet. ■ A 15 -foot wide stabilized maintenance bench will be constructed along the north side of the canal. Purpose and Scope The purpose of the geotechnical investigation was to determine subsurface conditions at selected, accessible locations along the canal alignment and to provide geotechnical engineering recommendations for earthwork construction and foundation design of the proposed weir. The scope of work included the following tasks: ■ Reviewing existing, readily available public information; ■ Conducting a subsurface exploration program consisting of drilling 18 Standard Penetration Test (SPT) borings to investigate subsurface conditions and obtain soil samples for laboratory testing; ■ Conducting limited laboratory tests on selected soil samples to assist with classification of the encountered soils and estimation of the engineering properties of the soils; ■ Developing geotechnical engineering recommendations for the design and construction of the proposed improvements; and ■ Preparing this technical memorandum presenting the results of the field and laboratory testing programs and recommendations for foundation design and earthwork construction. Review of Soil Survey Map Based on review of the Natural Resource Conservation Service (NRCS) Soil Survey Map for Collier County, Florida, soils within the project limits are identified as "Holopaw fine sand", "Pineda fine sand, limestone substratum", and 'Boca fine sand" soil series. ilc ZACollier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical Memorandum\LASIP Geotechnical Design Memorandum - (3).docx Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 3 Each of these soil series consists of poorly drained fine sands to depths of about 24 to 48 inches overlying loamy sands to depths of about 30 to 60 inches. Unweathered bedrock occurs at depths below about 60 inches. The seasonal high water table is within 12 to 18 inches of the natural ground surface for most of the year during a year of normal (average) rainfall. It should be noted that the Soil Survey generally extends to a maximum depth of 60 inches below ground surface and is not indicative of deeper soil conditions. Geotechnical Field Exploration and Laboratory Programs A geotechnical exploration was conducted. for this project by Allied Engineering and Testing, Inc. under the direction of CDM. The program consisted of drilling 18 SPT borings at selected, accessible locations along the top -of -bank of the alignment of the existing canal. Fifteen (15) borings were drilled to a depth of 10 feet and three (3) borings to 40 feet using a truck -mounted drill rig and were advanced using mud -rotary drilling techniques to the termination depths. Split -spoon soil sampling was conducted at 2 -foot and 5 -foot intervals in general accordance with ASTM D 1586 ("Standard Test Method for Standard Penetration Test (SPT) and Split Barrel Sampling of Soils") using a 2 -inch -diameter sampler driven 24 inches by blows from a 140 -pound hammer falling freely for a 30 -inch drop. The number of blows required to drive the sampler each 6 -inch increment was recorded and the Standard Penetration Resistance (N -value) was determined as the sum of the blows over the second and third 6 -inch increments. After retrieving each sample, the boring was continued to the next sample interval. Each borehole was grouted with cement -bentonite slurry from the bottom of the borehole to the ground surface upon completion of drilling. A CDM geologist observed and logged selected SPT borings in the field on a part-time basis and visually classified the soil samples in general accordance with the Unified Soil Classification System (ASTM D 2488). Representative soil samples obtained from each split - spoon sample were stored in sealed glass jars for later review and laboratory classification testing by Allied Engineering and Testing, Inc. Laboratory testing consisted of seven (7) gradation tests and one (1) Atterberg limits determination. The soil samples were also visually classified by a geotechnical engineer and given a Unified Soil Classification System (USCS) designation in accordance with ASTM D 2488. The approximate locations of the borings and the results of the field exploration and laboratory testing programs are included in Attachment A which presents the geotechnical data report prepared for the project by Allied Engineering and Testing, Inc. Subsurface Conditions and Groundwater Levels Subsurface soil conditions and groundwater levels described in this section are based upon the field and laboratory testing programs conducted by Allied Engineering and Testing, Inc. ZACollier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical MemorandumVASIP Geotechnical Design Memorandum - (3).docx 11� Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 4 The layer designations and descriptions presented below are identified on the boring logs. The depths are below the top -of -bank along the existing canal, approximately El. +9 to +13. ■ Layer 1- Layer 1 soils consist of loose to medium dense, poorly graded sand (SP) and poorly graded sand with silt (SP -SM). These sandy soils were encountered in most of the borings from the existing ground surface to depths of approximately 5 to 10 feet. SPT N - values of Layer 1 soils ranged from 3 to 26 blows per foot. The results of two (2) sieve analyses conducted on Layer 1 soils indicate that the percent by dry weight passing the No. 200 sieve size (i.e., percent fines) was about 2 percent. Layers 2, 3 and 4 - Layer 2, 3 and 4 soils consist of very loose to dense, poorly graded sand (SP) to poorly graded sand with silt and gravel (SP -SM). These sandy soils contain trace to some gravel and shell fragments. Layer 2, 3 and 4 soils were typically encountered from the existing ground surface to a depth of 10 feet. SPT N -values of Layer 2, 3, and 4 soils ranged from weight -of -hammer (WOH) to 40 blows per foot. The results of four (4) sieve analyses conducted on Layer 2 and 3 soils indicate that the percentages of gravel -size fragments (gravel and shell) were 14.4 to 36.7. Fines contents were between 7.2 and 10.4 percent. Laboratory tests were not conducted on Layer 4 soils. ■ Layer 5 - Layer 5 soils are identified as very loose clayey sand (SC) and were encountered less frequently than Layers 1 through 4 soils. SPT N -values of Layer 5 soils ranged from weight -of -hammer (WOH) to 4 blows per foot. Layer 5 soils were encountered at the locations of Borings B-3, B-4, B-11, and B-19 between depths of 5 to 8 feet. Typically, Layer 5 soils were encountered directly above LIMESTONE. An Atterberg limits determination conducted on a sample of Layer 5 soil indicates that the liquid limit was 18.4 and the material was non -plastic. Layers 6 and 7 - Layers 6 and 7 are identified as LIMESTONE of varying hardness and degrees of weathering. SPT -N values of Layer 6 were typically in excess of 50 blows per 6 - inch increment of penetration, while SPT N -values of Layer 7 were typically between 4 and 37 blows per foot. Limestone was encountered within the upper ten feet in 10 of the 18 borings. The shallowest depth of limestone was 5 feet in Boring B-2. Typically the upper 5 to 6 feet of the limestone was Layer 6 material (very hard unweathered rock). The underlying rock was Layer 7 material exhibiting varying degrees of weathering as indicated by the SPT N - values. ■ Layer 8 - Layer 8 soils consist of very loose to medium dense silty sand (SM) with trace to some gravel and shell fragments and were encountered at the location of Boring B-16 between depths of 14 and 32 feet. SPT N -values of Layer 8 soils ranged from 3 to 11 blows per foot. The result of a sieve analysis conducted on Layer 8 soils indicates that the ZACollier Co, Lely Area Stonnwater Improvements Project (LASIP)\CDM Geotechnical Memorandum\LASIP Geotechnical Design Memorandum - (3).docx Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 5 percentage of gravel -size fragments (gravel and shell) was 13.4. Fines content was 25.7 percent. Groundwater levels encountered in the borings are presented adjacent to the boring profiles in Appendix A. On the dates drilled, groundwater was encountered in the boreholes at depths that ranged from 5 to 7 feet below the existing ground surface (i.e., existing top of bank). Groundwater levels encountered in the borings generally coincided with the water level in the canal at the time of drilling. Variations in Subsurface Conditions Interpretations of general soil conditions presented herein are based on the SPT boring logs prepared Allied Engineering and Testing, Inc. However, subsurface conditions can vary between boring locations. If conditions are found to differ from those encountered, then the recommendations contained in this memorandum should be reevaluated by a senior representative of CDM's Geotechnical Services Division and confirmed in writing. Groundwater levels are expected to fluctuate with season, temperature, climate, construction in the area, and other factors. Actual conditions during construction may be different from those observed at the time of the exploration. Geotechnical Engineering Evaluations Geotechnical engineering evaluations have been made as they relate to the design and construction of the proposed improvements. In general, geotechnical and foundation engineering evaluations and recommendations are based on published, empirical correlations with soil properties and on performance tolerances, such as allowable settlement, as understood to relate to similar structures. Proposed Weir Structure The proposed weir will be a below -grade, cast -in-place concrete structure located at approximate Station 11+65. The proposed weir will have a crest elevation of +8.0 and a bleeder elevation of +7.5. Based on borings B-19 and B-20, hard limestone is anticipated to occur below El. +2 in the area of the proposed weir. The foundation of the proposed weir should bear on hard limestone at approximate El. 0 to El. -1.0 (i.e., approximately 10 feet below the existing top of bank and 5 feet below the existing bottom of the canal). The proposed weir should be designed with adequate factors of safety to resist sliding, overturning, flotation, and bearing capacity failures. Minimum factors of safety of 2.0 for sliding, 2.0 for overturning, 1.3 for flotation, and 3.0 for ultimate bearing capacity should be used for design. These minimum factors of safety should be considered during all phases of construction, operation (normal and flood -level), and maintenance. Z kCollier Co, Lely Area Storrnwatgr Improvements Project (LASIP)\CDM Geotechnical Memorandum\ASIP Geotechnical Design Memorandum - (3).doox Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 6 Allowable Bearing Capacity A conventional shallow mat foundation system bearing upon suitable .foundation materials may be used for the proposed weir. Suitable foundation materials include limestone. The mat foundation should be designed for an allowable bearing capacity of 2,500 pounds per square foot. This bearing capacity should result in foundation settlement within tolerable limits (total settlement of less than 1 inch). Resistance to Sliding The presence of silt acting on the upstream face of the weir should be considered for the sliding factor of safety. The silt can be assumed to generate an equivalent fluid unit weight of 80 pounds per cubic foot and a vertical weight of 110 pounds per cubic foot. 11� Sliding can be resisted by friction on the bottom of the mat foundation as well as by passive pressure on the downstream vertical face of the mat foundation. For purpose of design, a coefficient of friction of 0.4 between the concrete and limestone should be assumed. A passive pressure resistance of up to a maximum equivalent fluid unit weight of 200 pcf may be used provided the mat foundation is backfilled with Structural Fill and the backfill is protected by appropriately -sized riprap (includes a factor of safety of approximately 2). Frictional resistance should be assumed to be mobilized first and to its full capacity before any passive pressure is developed. Resistance to Overturning and Flotation The proposed weir should be designed to resist overturning with the resultant located in the middle third of the base. Uplift due to hydrostatic pressure should be assumed to vary linearly across the base of the mat foundation from the headwater pressure to the tailwater pressure. The dead weight of the structure and the weight of silt acting on the upstream face of the weir and any appropriately -sized riprap directly over the extensions of the foundations may be used to resist overturning. For the purpose of design and resistance to flotation, the water level corresponding to the maximum flood stage elevation should be used. Lateral Extent of Weir The weir wing walls should extend laterally into the adjacent canal banks to prevent excessive seepage and possible erosion around the weir. A minimum length of 10 feet on each side is recommended. Proposed Stormwater Piping Approximately 320 feet of 42 -inch diameter reinforced concrete pipe (RCP) will be installed about 6 to 7 feet below existing grade (i.e., to about El. +4.5) between approximate Stations 89+75 and 90+92 and Stations 95+80 and 97+80. The pipes should be installed upon suitable material consisting of a bedding of at least 8 inches of Structural Fill. Any limestone ZACollier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical MemorandumU.ASIP Geotechnical Design Memorandum - (3).docx 11� Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 7 encountered in the pipe trench should be over -excavated at least 1 foot below the bottom of the pipe and backfilled with compacted Structural Fill. To ensure that the upward reaction on the bottom of the pipe is well distributed over the width of the bedding contact area, the pipe bedding material should be pre -shaped by means of a template prior to placing the pipe. Blocking should not be used to raise the pipe to grade. Bell holes should be provided at each joint to allow the joints to be assembled while uniform pipe support is maintained. Excavations for the pipes should be backfilled to 12 inches above the top of pipe with Structural Fill that contains stones no larger than 2 inches in any dimension. Backfill soils around the pipe should be placed and compacted in simultaneous layers and should be compacted in such a way as to ensure intimate contact with the pipe. Final backfill soils placed above the pipe and to the top of the excavation should extend to the sidewalls of the excavation. Special care should be taken to ensure that the pipes are not damaged during the compaction process. The remainder of the trench may be backfilled to final grade using Common Fill or compacted trench excavate, provided the trench excavate contains stones no larger than 4 inches, can be readily placed and compacted, and is substantially free of organic material, gravel, wood, trash, or other deleterious or objectionable material. Beneath paved areas, the entire trench should be backfilled with Structural Fill. Proposed Maintenance Bench A 15 -foot wide, stabilized maintenance bench will be constructed along the north side of the canal. The final elevation of the bench is less than 1 foot above the existing grade. Subsurface conditions encountered in the borings indicate that the soils encountered along the canal alignment appear to be suitable for supporting the proposed maintenance bench. Construction Considerations Excavation/ Excavation Support and Dewatering It is anticipated that most of the excavation to construct the proposed weir, install the proposed piping, and shape and deepen the existing canal can be made with conventional earth moving equipment. However, Layers 6 and 7 limestone was encountered within the proposed excavation depths at the locations of five (5) of the sixteen (16) borings along the canal deepening and pipeline installation alignments. The limestone layers were also present in Borings B-19 and B-20 above the recommended foundation level of the weir. Therefore, the Contractor should anticipate the need for special equipment and/or handling procedures {hoe ramming, etc.) to facilitate excavation, dewatering, and penetration of these hard materials. The Contractor should also anticipate the need to dispose of these materials off site. ZACollier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical MemorandumM-ASIP Geotechnical Design Memorandum - (3).docx 11� Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 8 The bearing elevations of the proposed weir and pipes will be well below the groundwater table. Excavation for the proposed weir and stormwater pipes will require some form of excavation support system in combination with lowering of the groundwater table within the excavation to facilitate construction in the dry. All excavations should be made in the dry. Extensive dewatering should be anticipated. The selection of the type of excavation support system shall be the sole responsibility of the Contractor. The excavation support system should be designed by a professional engineer registered in the State of Florida and hired by the Contractor. Likewise, the dewatering system should be designed by a registered professional engineer in the State of Florida hired by the Contractor. The dewatering system should be adequate to maintain a dry, undisturbed subgrade at all tunes. All excavation and construction should be conducted "in -the -dry". To complete the work and avoid disturbance to subgrade soils, the groundwater level should be lowered to at least 2 feet below the lowest excavation level. Groundwater levels should be lowered to target levels prior to excavation to minimize the potential for bottom heave or a quick condition within the excavation. Dewatering systems should not be decommissioned until excavation, compaction and the placement of fill and backfill soils is complete, and sufficient deadweight exists on the structures to prevent uplift. Decommissioning should be addressed by the Contractor in the dewatering submittal. The effect of dewatering on adjacent structures must be considered. Consideration should be given to performing a pre- and post -construction survey along with periodic survey monitoring. The Contractor shall take care to avoid disturbance of the exposed subgrade by scheduling excavations to limit the duration of open cuts, sloping the bottoms of the excavations to facilitate drainage, and/or providing berms to limit runoff into the excavations. In addition, material to be used as backfill should be stockpiled in such a manner that promotes runoff and limits saturation of the materials. Detailed submittals on the excavation support and dewatering systems should be provided by the Contractor for review and comment. Side slopes for temporary excavations should be designed in compliance with all applicable OSHA and state regulations. For preliminary planning purposes, open dewatered cuts should have a minimum slope of 2 horizontal to 1 vertical ZACollier Co, Lely Area Stonnwater Improvements Project (LASIP)\CDM Geotechnical Memorandum\LASIP Geotechnical Design Memorandum - (3).docx 11� Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 9 Canal Grading and Site Preparation All organic materials, topsoil, roots, tree stumps, and other deleterious or unsuitable materials should be completely removed from the canal bottom and construction areas, and disposed off site or as directed by the Owner. Prior to placing fill to raise the proposed maintenance bench, the exposed subgrade soils should be inspected, and thoroughly proof -rolled to achieve at least 95 percent maximum dry density, as determined by ASTM D 1557, to a depth of at least 1 foot. Any unsuitable soils or soft/ loose areas encountered at the subgrade level should be excavated to firm subgrade and backfilled with Structural Fill. Fill and other deleterious or unsuitable materials, where encountered along the alignment of the maintenance bench, should be completely removed to the full depth of the fill or to a minimum depth of 3 feet. The exposed subgrade at the bottoms of excavations should be proof -rolled and compacted to achieve at least 95 percent maximum dry density, as determined by ASTM D 1557, to a depth of at least 1 foot. The excavation for the weir foundation is anticipated to be in limestone. The excavated subgrade should be leveled with a concrete mud mat to provide a good working surface prior to placing reinforcing steel and concrete for the weir foundation. If limestone is not encountered at the proposed foundation level, CDM should be advised. Filling and Backfilling The proposed reinforced concrete pipes can be installed using conventional cut -and -cover construction methods with special consideration given to dewatering, excavation support, and excavating the hard materials of Layers 6 and 7. Excavated areas should be backfilled with Structural Fill, as described below, placed in level lifts not to exceed 8 inches in uncompacted thickness. During placement, the material should be compacted at or near its optimum moisture content (minus 2 to plus 2 percent) to at least 95 percent maximum dry density as determined by ASTM D 1557. Lift thickness should be reduced to 6 to 8 inches to facilitate the compaction process, as needed, and in confined areas accessible only to hand -guided compaction equipment. The placement of fill and backfill materials should be completed to the lines and grades required, making allowances for settlement and placement of cover materials. Each layer should be constructed continuously and approximately horizontal for the width and length of the layer and should be inclined slightly from the horizontal to provide drainage of surface water. Soft spots remaining after compaction should be corrected by over -excavation, replacement with suitable Structural or Common Fill, and re -compacted to the specified degree of compaction. ZACollier Co. Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical Memorandum%LASIP Geotechnical Design Memorandum - (3).docx Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 10 iic Fill and backfill should not be placed and compacted when the materials are too wet to properly compact. If the surface or any compacted layer of fill or backfill is too dry or smooth to bond properly with the layer of material to be placed thereon, then it should be moistened and/or scarified in an approved manner to provide a satisfactory bonding surface before the next layer is placed. In-place density tests should be conducted to verify that proper compaction of fill, backfill, pipe bedding and trench backfill has been achieved. Fill and Backfill Materials Requirements Structural Fill and Common Fill should consist of granular soil free from organic materials, topsoil, trash, debris or other deleterious or objectionable material which may be compressible or which cannot be properly moisture conditioned and compacted. Structural and Common Fill should have physical properties such that it can be readily spread and compacted during filling. Structural Fill Structural Fill should be used as pipe bedding and trench backfill, and to backfill over - excavated areas to foundation subgrade. Structural Fill shall be non -plastic (ASTM D 4318), have a dry unit weight at least 100 pcf as determined by ASTM D 1557, and shall conform to the following particle -size gradation as determined by ASTM D 422: U.S. Standard Sieve Size Percent Passing by Weight 3 inches 100 No. 4 70-100 No. 40 5-100 No. 200 0-12 The surficial sandy soils of Layer 1, free of roots, organics, and other deleterious or objectionable materials and with less than 12 percent fines, are suitable for use as Structural Fill. Common Fill Common Fill may be used as fill and backfill in other areas where Structural Fill is not required. Common Fill shall not contain stones larger than 4 inches in any dimension, shall be non -plastic, and shall have a maximum of 20 percent passing the No. 200 sieve. ZACollier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical Memorandum%LASIP Geotechnical Design Memorandum - (3).docx Davis Boulevard Improvements Lely Area Stormwater Improvements Project (LASIP) August 8, 2011 Page 11 Limerock Driving Surface iic The maintenance bench will be stabilized with a compacted limerock driving surface. The stabilized driving surface should consist of at least 6 inches of limerock compacted to at least 98 percent of the modified Proctor maximum dry density (AASHTO T-180). Limerock used to construct the proposed maintenance bench should meet the requirements of Section 911 of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction. Limitations This memorandum has been prepared for specific application to the subject project, as described herein, in accordance with generally accepted geotechnical engineering and foundation design practices. No other warranty, expressed or implied, is made. In the event that changes in the nature, design, or location of the proposed improvements are made, then the conclusions and recommendations presented in this memorandum should not be considered valid unless changes are reviewed and conclusions of this memorandum are modified or verified in writing. The recommendations submitted in this report are based in part upon the data obtained from the referenced borings drilled and reported by Allied Engineering and Testing, Inc. The nature and extent of variations between boring locations may not become evident until construction. If variations then appear evident, then it may be necessary to re-evaluate the recommendations of the report. Attachments Attachment A - Geotechnical Data Report Prepared by Allied Engineering and Testing, Inc. Z:1Collier Co, Lely Area Stormwater Improvements Project (LASIP)\CDM Geotechnical MemorandumXLASIP Geotechnical Design Memorandum - (3).docx 11� EXHIBIT M: PLANS AND SPECIFICATIONS Supporting documents found at: http://bid.colliergov.net/bid/ ITB 13-6138 LASIP Davis Blvd Canal Improvements 88 I� �F dog <go, LRS €s" //�++H ��p� U V �< ftp. Umm a G �o€€:T j oar+ N mm2Q2 Fv�ibN ZP.1 4 W< GFd17oi y,IZ�ZO F�3 SFO UO5w Z � (1)W r OW�0 J ~ �ry LL < 0— � U �j a .. CC W — +� G —� S M a= O mm wmo Q o W Z O z¢mo Z L a z Q Q = Jm�W LU l^�022 /\J . 1 zi O n Z � Q�xW � J �� p C7c U W a ��m y 6.0mo • - W� W >o -z _... — _j o _j UJ � n o mLI_ • t : ...... . ..... i � u W ..3j . tl+ll] DD\W J 01\)—"J t0\=9N wgiu5 -6wG so\L l6fiL\S6Z9\qu'w^^a\In%—Md:w:+':w•'�e::»wr•�!�.n�'iaaow�oc\\:.,e ! .,!«§§■�§§§!.§,...f §l�-EAA.||||||! | § "42iRipp"�ppapE������.,�.��� | �.,,..a8888 88888a,eeeeeee� . !��li�r���;«��!■����;�� ,«E;-=�-;��-�--21...,. .�..,,��..��.�.�1 .88§ �■«!�■_ / ,,,:.,,,,,,,,,,,,,,,;�������|!!| � ■§ §} |||;!|||�|||�|�|��|�§��i����|||- | ■• �� - | §■■!§■!■!■§■■!■■■■■■... , --,�.� ;�� �� !■ ||§§ ||!!!||!||||||!|||!|§§|||||||||| §«■ §| |§ � Q « § 3 | °€e€a�o;��edas3r�a:aga��rnlisaa»��:ax�Rggzg��t� gyEr€�.: e F R$eogaar g��a a,a�g pr�a°a�ge,gggg sernaa �tl� a��kgga@R€� gg4a.a� m a€<...�:mm sga��eovaeeevaatrae€egagsa�== s,€;;�»,a; € � a LL W 4 3 Y a i I 8 6 8 O x m O :iaC1i i n� » gad g ga6gtl pga a€� c €� z° V;; ; eI€3 ear„ g g�•3 tlg a F B 6 �F�s aR RRag` @ s has ag=aa ° a6 n� c o � a �„ s 123, tiff" : a d & hse R a °a g �€ €E E.a 3 gartl^ a's a`ffx a� gs r—` 6n gr a. "I a _ t2a=a a c, a asa�z =�ae Ria �a- ,I; i @ €; s * �: zA � a° rz x e �-» �� s a ; 5Gx a Ag�F r s lid is z ar _ �s�ai eSxa< •~� 9 =a g sgad i g q €€<aaa a Rn kg aza$ c : ` s5 #�s $ a 2ER: ea:i s ?d �E�g $e1 a 9IRE n' a gg g R 2 g =d4YE €c $e g r r 521, I.Mg P5 ff?g�"a ED PE "€_ ° °d s� d ig aggg § c $€ a° ata a3 „€� ag a se y € g s j ag o8 ;air a «a� g <tic 69 6~W aF<p `a.a» °FFr`I�a ff. < ja °g� a x«a $ @ $@ sRa d`so IIS @�gg " g a3grg Y eQ of R 53 �� "e, Rgg. pk 3 a 7� { Iffy "V� ��R�g : �e�8� �R.�s' X s gR �W" ;a atl °eg€ g=�£ �a s °g �I S ea> eggm g 2 �a'g =gs". s, 9.` a s a`•. 6 a � ssra0 °g"w< .;.gig wg sag a€°. Bras ggg$ �� a s��s 1a e'9ag �s a=W a@� ' N:R €sE der =a $ sFa daigg rgarF *a€ R of aE M "' '1g. sz� Big ;011- 9951 e€ < tl R ae� asa Lei sa s�- ea dr ..WRe aGi>� @C p.@ ` xd. Er`a s���s g 6e .8g» ga= g a gs~ � R »< � s0g �jg� �RVa e e 114P Vlo tl@� I w a 1 � s fag ga�si� <� s306 :a � GO 1g 1.gg�gaa3 ega ;>S E rg"g< aaU @ g Mesa asa g~asa» » g@'g� °tlgx, a a F s E tlprr a a gIRE ° s„ 3� a � g- s€ a e"11 € sg :!1-43 , ~~ as k[cg•� eg a s� 3Q �$ 3 ga j@{ a'I�.° sa ,ss° a n=��}i ' E aC °; Fa a i a< k�z i d Q g a8= �'•' 8 s� g.a d 3 s r `ISom! 6 e � Sg• �• S`" € ■ e F" Isom! ge �ggs�ui a � �s�€ ; z » r a � a g@� gg R <e e��eg— g . • .<a " H e fill €a "4., a` ¢1.105 AM 'M sW Ko-as_nsg�H_� gP�g ���ag o.adtl a § a €. u9saa�gg �ar� �.ag« a� rsaEa�_:tl ga�s�:<� g».aaa ��.�� �ea. aE 12 _ H = g RA - Ell €sg R ■te a N E " °d F a a @ 4c P s amF""tl s €gds agg gad s�gku € e g aan ¢6 A aE aRy a e e _" i a€ ray N <gF h .yy( € a`g 33` Osox� $3E a „F aQs.N si R g €�, 6W Nl" tE "�11 Eg Rg ag.g R •aag g.a°§ y .aag ggk g� gg� s§° e r g a @ �~ .a g„ars €asg fig= a a. a r a a aha€ ga d 4g R agg € a e' a$ e d g6” g0a s R3 s„ k as ash €p.. g:�a ga °r Mgr aIN R g- g s egg" s �F asa rah gg sI E1g. a"s»fig: R g .ag €, a_ 9 c?se �*gds a= g g 5 < < s€ J1 : mS ag DIY`@ a�g ` ;,� aga g f£d & e j �2e E-� 4 r'' a` a °a: $.` ' e gR sR 04-1 g E g"� g eg°> g€ E as a g» € €$ rR as as A e -s oR2, ie g W t 8o a s $' bss �� gg k' _ rg: grr j s gars: Q�Sq a l�_ "s as g g€ as S »� a~r c gggs ag-`a dg G 9» gr p ag`~ g� g ng y 3 g,QRR g=�•~ € gz P € g a � s a g E �R ea 3ao . ` 9a 1 J` e<ga I • Rs'q g a 4 . a ass a3 �> a ra sa$ �s is Re= s` g A< 04 as a R z n 3 s all ° 3a a" g' a g ee € gg s ag g�� ag ���ga�NE� age ggs�"3 = la �3'<rdaS�fi a€ !r Ax a i:FG a Ea Sr �S € $3E ga �� _€ E$• R8 € �� :sa <��FdB £goa gE€5 `.11 • a < a 3 Yt AUX Cl) z O F- w Ox z m J Q LU Z LU p Z¢ (z W O W J zZ W 2 W O o (L o � J az � � Q gL) � " O w O J O m m 0 'IWR IQJ A NOLLVtNOWOY N31LLLM 3!r NO...._ la3roYd NTOO AIH NOi 'IXYd !n 3101IX XI '(0611 3B OL JON EH ONV Hn6 hDa !� L1pdONd 311L TH 'NONJX 63Hlmtl0'Ya � lnlg553Ctl! AB 0301b1d 9L¢30 dH Sllflll X00 S3Xl 31NBIIUW !0 ER31 'o3nmm sono in Xus inazwx. N. XaEn XaT mH sswaaxaNa H svnemu Jams) Nwa awaa3rwd 3lu uwai am m nxo:ii zloz/a/a �Hn 3aazmH =4 rM+ rn p .ww Gczt-rm>1 =.J�z C iic MOMS 33S NOLMNUNOO 80A 11.7 ---------- -7-'T-T- z ONLL MV A' LU II 08 NHYS Aaimnoo z LU LLI > 0 0 U3 t9 0 u O.Y Q0 j -44ac ,6179co 0 LO 41 z o wsa -A31U W6, -L-L Co. all M 80 30SAU1Nr0O ... ........ 4*0 L C�l 3no9Y NOILYnNLLN03 doj MO138 33S 3NI1HONN _ _ MO130 3_3S_ 3NI3HOIVW MO -138 33S 3NnHO1VW ---LTil —ijlll—�1--i---;,i—Ti�-- Ig.: ten„ 'Ili l i I i i I cin RSo_" it I I - I,� Ij iiil 1 3 iii till o P iiil;lr oae^� � 911,+6l V1S : I '--------- '� 636f' I Ij! u'ii X11 I'ji3il �I gp 'I i';i kIiia r„ all li iii[.II 0 I SII fl: Iiltifi �� I_ �; I I!'l1 e A., z 5 CL O IY z Z O U J z Z O N O Ji ssm: iii iii:: I asl:' I s TZ "hili Ij, B: X 17"ill ll!! g 35 It i�lll i � � VIS � se5 piI Is 1 T. Nil::i jGlr i '8k: t Iiii' w � !lll''illlf j I �Vol- I _R II ll ill ll b I !j.gill I lire 11, 9l;l l ewd jQQl.yl:: (f � oaNSn;� t� $t fl jig. oil i I, un^? I ijii � ii jali,!:'�I I u 'c�Wd I iia fiiii" i Is ll I 1=i^ IIlt I 3AO8V 33S 3NIIHOIVW 3A08V 33S 3NnHO1VW 3AO8V 33S 3NnH01VY6 e E DQ HMS MJ !D NOILVOg11111I NI{1WM >It LIOIUW 1�31'Otld Y31110 AN1' m! 'LIId m 310HN MI '6ff1 � O1 lDH 3n ONY HMS M] JO AW3tlOtltl 31LL TN 'XpY3H PdlYmdlIO�HI 'nVira IYNO®lOtld Y Q30MLtld 51Y1630 OM' SUI311R'!00 iiYll T+IHMII�00 JO 35M1�' 'mwxs'sl suox 1n Huns eai uue W. xi3w nm an xwu3loua w sauwwn uxza) x�rd mwlavoud w nroa'1 as e b sHac:l p xIOZ/Ix/o xmm� �n Ham« wi �n.y U � 'Iarsnln] �.>•'x is =� m 1 C 0 V � _ 4—O 133HS 33S 00+Z1 'V -LS 3NIIH3ltlW I uc cI I � r i e I C � EIEV MN (FEET) I I i I g kk 8 0 0 w + J � LL Q 0 F 0_ O z Z O Q O Z + 5 a F ARE R > I« jl Ig "a I £ 3 M_ ® bgft _:_ C, a o n Fn' co I$ ^—x c r : `: •4 r 3 S 3 Ms All w v� ao� r I� I \ > o s =ti r TI � IIS ce 110N5 IIW 10 xlLLri60HVlr N.3uNx 31LL 1110NLLY J1lYxd N3NN YII 3x1 'NYd ND 31:NW. x '�0 3A OL L1N 31N 0NY NNIS xD 10 AIN3dDNd 31LL 1w 'N�LL3N 03NxIdNOax '�NY36 11N06S310Nd A6 00VONd 40630 ONY SUf3110a00 53111 �51W11M1 010 361xtl mlNos3N swot tx xu6 �m 3loee (am Na3w Iona aNe aswua3nnx x s3wxur u336) xNd ,e11�.e.-.r. ]It uwai 3sv�e w [CSFI MAV. axLL 3d3LNY3Y =k wx W1 p er.w fA�xis�a aw'a rsssrad7 e,ru i33s33S00+a'ViS 3NnHOIm _,_ 2� 9.� : : � • j �p §�� . : » .. . :. ............. . ...... . ,. . \ | • - � ) n4W , n ,e ma a 00+Z L 'VIS m _ NOLVe ; H 0_ [A�-- � ZIP Q AMN (FEET) 9-3 133HS 33S OO+ZZ 'VIS 3NIIHOlVW Z � I _ zr F _ li 'I I II li 1 Z . ........... II j i i i I I; Z p 1� x., ql i' � II I I I I, I I �I I I i a / I - I li I I 8 i o it II "+ lj is _ 8 I' I' is I I I I I I I I I I I 8 xx I ' r x3 q i i' I I I I I I � j b I I i I I gg 1- s , a Zp I I I V c F £—O 133HS 33S 00+LL 'VIS 3N11HOlVY1 ZIP Q AMN (FEET) 0 0 LL + J_ ry LL Q 0 F K Ln d O Z O Q O Z + aF Ln U) Z w 2 LL 0 o d a 0 J zas Ln gU p �O w Q O J Z) O m rn Q O Mm !0 NdWxtlOWrtl N311NW 3HL LIOHNM �131ONd tl3Nb 1W tl6i '1Wd W 31OXM Ni 'Q611 3B OL ION 3W OW XIN15 NOO !0 41Y3tlOW 31LL 3W 'N[xY3N 63IHOdtlOON 3 NE TND6S3Otld K ¢3pMpya 5Npm0 OW LH�IIM1]O0 E31LL SYb11CIpp A EIAN II3NfiCW SUOY 1H N116 116121Oxo NO. N]31O fIXV DX 35W]3MW M 53NIYYxxY 11TLS) 11Wtl ^ • 3LL 3Lrmf 3SVitl Nd (Di12 ilO2/IL/f aNiLL 3ddQlllbx/ NO Wax 1M1 0 >.eew fArma'sal •Awns] 'aw-a Ycsvw] +.+w fin ... i is ......_ I: . ........... i I . I 8 & I I' $ I I I I I I I �I I I / I - I I I 8 I I I I I i I I I I I I I I I I I 8 I' I' is I I I I I I I I I I I 8 xx 0 0 LL + J_ ry LL Q 0 F K Ln d O Z O Q O Z + aF Ln U) Z w 2 LL 0 o d a 0 J zas Ln gU p �O w Q O J Z) O m rn Q O Mm !0 NdWxtlOWrtl N311NW 3HL LIOHNM �131ONd tl3Nb 1W tl6i '1Wd W 31OXM Ni 'Q611 3B OL ION 3W OW XIN15 NOO !0 41Y3tlOW 31LL 3W 'N[xY3N 63IHOdtlOON 3 NE TND6S3Otld K ¢3pMpya 5Npm0 OW LH�IIM1]O0 E31LL SYb11CIpp A EIAN II3NfiCW SUOY 1H N116 116121Oxo NO. N]31O fIXV DX 35W]3MW M 53NIYYxxY 11TLS) 11Wtl ^ • 3LL 3Lrmf 3SVitl Nd (Di12 ilO2/IL/f aNiLL 3ddQlllbx/ NO Wax 1M1 0 >.eew fArma'sal •Awns] 'aw-a Ycsvw] +.+w m Ic azo 133HS 33S OO+LZ VIS 3NnHOIVW zl ELE MN (FEET) r- w J IL O m a 0 0 J_ N LL. Q OF (X y of zo ¢o Z + gN a� U) .SI -� L 8 4—O 133HS 33S 00+ZZ 'VIS 3N)IHOIVW n o o (1�) Nourn�v 3 11W15 Ilm !D NOLLrl3YOHNM N3IJIYM 3Nl 1TIOIWY L]3xXd x3H10 Axr NDd '1Nrd W 3bIW. XI '6b11 38 pl JOX 3xY dW - M3 A 3JY3dONd 3N 3W '-H M mONOtld-SX9S3p aW SIIZ#IDW 35x3N 'mvuc3H 5110Y RI NIRS xm ilea (xoe r aro Nxo on 3swa�rom tiI szwuur uc¢U surd mvdx�oxd au 3umi 3sviu xd 1CSlZ Zlpi/IL/9 a:uLL 3d33'1I0N1' d9 Frr 1� 0 �°W RruuuZdrl 'uuns�a asp '�czrsxro] ayL wins noa ao xou xvn Nuuxx. au tnwuw ss�rom xzuo Nw nni •una m amxr,xi •aan 3a o<inx �v oxr Nuns nm so ux3mxe 3xt m •xawx auv:newzn �awra Tmo�e ae moumm naism aNr �� � TM � nm uonee (xoe xa3xa xxo oxr aswu3nm w suneaur nares) wvx mxta�wx au 3awdn avid mccsrz M/W. zmu aeanaNr is F�... r.t 0 �.n•w w� ae-a var-snuo] z.Ma sic �gs�78B m o O�fL O O J ElExMTON (FEET) M LL Q L -O 133HS 33S 00+Z£ 'V1S 3NnHO1VW o 8 ~ a O I ;� •I � I II I'' _ _ i Z� cn I I i it :Y I I �Z- Y I I 7 I c , 0 ! i rx o � I I l I;I i ............i. a¢ I `� Pi lh*� g< I Z) O ' 3 o I N a i LL 7� 3zl o I I L' I I 7� ..... ...CL ......... . .- .... .._- K r 9f+6Z V1S �'• W `n ISY+6Z V1SY I j j „ - zo O I Q$ m � �g g� a j m � I $btie CA ! I: I I gory z r >1'. I 3 ; 1 s 'o I I la sg i I SII,; j �KA sgs ag SP I i II dI Is !! r �i I�� S -O 133HS 33S OO+LZ 'V1S 3NIlHOlVW s m Gam) Nd1YAili 3 :g wins noa ao xou xvn Nuuxx. au tnwuw ss�rom xzuo Nw nni •una m amxr,xi •aan 3a o<inx �v oxr Nuns nm so ux3mxe 3xt m •xawx auv:newzn �awra Tmo�e ae moumm naism aNr �� � TM � nm uonee (xoe xa3xa xxo oxr aswu3nm w suneaur nares) wvx mxta�wx au 3awdn avid mccsrz M/W. zmu aeanaNr is F�... r.t 0 �.n•w w� ae-a var-snuo] z.Ma sic R -D 133HS 33S 00+LC 'V -LS 3NllHDlVV4 d EL MN (FEED 11 S---12 Em, U33J) N VA Ims I I IT Hig —1 tl0 3bHY .1 . 1. Ol IDN 31N 0 aNwy D,ymSZl I Il Ii I I i I1 II I1 ... .... ....... ........ .............. is ........... ...... . ........................... ............. f ........... - ................. I R c1 ......... ... - ............ .......... 11 S---12 Em, U33J) N VA Ims I I IT Hig —1 tl0 3bHY .1 . 1. Ol IDN 31N 0 aNwy D,ymSZl aZ� 6-0 L33HS 33S 00+Zb 'V1S 3NIlHOIVY4 _ I \V I' I �N S' I - �I � NC " 4 s ox/ r I/l • I ` I'r �I I a I; I {k •i` � I • I I f l /IN $. l It — —\-J, L-0 133HS 33S 00+L£ 'VLS 3NIlHDIVH —MN (FEET) J ra.J nournn3 JI1. '9 'Alc U) Z W LU W O o a 0 O J z V3 as n < Q 0 Q O w a I Q 0 J O m CI) a 0 CE ! 'WP6 NRl L Nwr3tlONIfN NiL9Y 3Nl 1O0W W JO3f011d tl31110 1W tlOd '1Wd Ip 31RW NI 'Q391 3E Ol JON 3W OW NONS NRI J0 AIYidOtld 3Nx 3W 'MxW3N 03lrtlOdtl00N DLW3S 3rN06iigld Ja 030MOYtl 9x1630 OW SUx3NMp0 3flXl SIN311� ep !D 3SI13Y ww3m slx3u 3N wns N63 x10xe (Mw MS31n Ian OW 3561O3roW N 9NB¢LLri J—w NRd �L •• 3Nl 31Md1 3 iu Md Lf— M/IL/P — 3d320wx h .— — 0. IA3Wf6'33 '39F'. 'Kxs ] :-- I 4 f� I I I $ I I I I I j I , I , 1 1 I I I I 8 I I i 1 I i 1 1 I I 1 1 1 I I I I � a I I , I I 1 1 I 1 111 I I , �1 I I I I i I w e I I ,l ' IfI r II a J ra.J nournn3 JI1. '9 'Alc U) Z W LU W O o a 0 O J z V3 as n < Q 0 Q O w a I Q 0 J O m CI) a 0 CE ! 'WP6 NRl L Nwr3tlONIfN NiL9Y 3Nl 1O0W W JO3f011d tl31110 1W tlOd '1Wd Ip 31RW NI 'Q391 3E Ol JON 3W OW NONS NRI J0 AIYidOtld 3Nx 3W 'MxW3N 03lrtlOdtl00N DLW3S 3rN06iigld Ja 030MOYtl 9x1630 OW SUx3NMp0 3flXl SIN311� ep !D 3SI13Y ww3m slx3u 3N wns N63 x10xe (Mw MS31n Ian OW 3561O3roW N 9NB¢LLri J—w NRd �L •• 3Nl 31Md1 3 iu Md Lf— M/IL/P — 3d320wx h .— — 0. IA3Wf6'33 '39F'. 'Kxs ] :-- azo " I 1 1 i I I I I. OL 133HS 33S OO+Lb 'V1S 3NIlH�1VW 1 S _ I I IIII _ I: i I I I I 1 I i I Ij!I I I I I I I I I I $ I � I a1 I I 6 �1 I I I I I I 8 1 I B$ j Ein &5d 1 t sjl a II � I i I i I I sl i I� f1I I I III. I 1 a I 3 ....... 1 I I ........._..... i, I ', ................... ............. I i I t I I I I 'I a +I I I j i1 I{ III I I,.n_ - o z I i O 4 i i11 P I� I � III I 11� a rI it .ba B-� 133HS 33S 00+Z4 'V1S 3NnHD1VW -M. (FEET) � oa I 1 1 i I I I I. _ ''. 1 S I I I I I I I I I I I I 1 I i I a I I I I I I I I $ I � I a1 I I 6 �1 I I I I I I 8 1 I B$ j Ein &5d 1 a II � I `�3 I III. I 1 a I 3 ....... 1 I I ........._..... i, I ', ................... ............. I i I t I I I I 'I a UM4 N W313 0 w+ J { LL Q QF = Cl) (L no zo ¢o Z + N (L U) z W LU 'o o (L o � a z w¢ K Q. O W J OJ Q O 'HWIS M1O JO MOLLVf1tlOWIW N9WtlM 3LL LM)NIW 1O31'O9d 1!3X10 N!I tl6f '1NYd tlO 3IJI1M M'6611 39 OL JON 3W OW NIRS MYJ !D AIN3dOtld 3X1 3W 'N[YAH 9IlMNtlO]M 3tM1(E TIW6SSlOW Ie 639Y -OW 40930 OW � �3J �SUL#NWG�E� (1109 INNJ fIXD OW EM11ifOW M 53N9tlWN J3iIIf) NIYd � �^^�+ 3N1 31rod11 3SVild If:•1G:9 210E/IL/9 �WLL 3d32OW. �9 .M" wi Ic azo 11-0 I33HS 33S 00+ZS 'VIS i j i g 1 I ,I I it i ! I I II i xj I I F I j I I w I. I zs I 1 , ; �I Bp yl I :lxl �! ! I I II r lel I � I I I yry I i I I I 1 i t I I I IT 11 l l I l l I j I I i l i t I I al aI� ! 4 1 iii e1 6-0 133HS 33S 00+0 'VIS 3NnH0IVW ELEVAIpN (FEET) 1 ......................... I I aaa7 NOLLYATLi 7 Y o a w U � m 0 0 w + J xN 0 Q � F 0 o0� zo ¢a Z + 5" a aQ U) H Z W ra W o a o � a z U) ¢ 0 gL) u o U J Q Q1 UJ 0 'HINS nW >D HOLLVLYONIrtI NZWtle. 3XL lllelea 1131'Otld tlZXle AM' Wi 'Ind m 3DHY. NI 'Dae � OL IMI 3W On NII6 NW !e 4WddWd 3Nt 3T) 'ML4xiX e3nwNe]III 3iWL6 lYNf16SZfJlkl le NeYbed $NJxpp ONY 511DIIILIOe adxx SYflNRIt10 A 35M13tl 'RMIOSW SIIOY TN XIRS Ne]ilMe (roe >mro Imre axx awuarom w sdulMNln lana) Nwd mxla3oNe au uwdn aria Nd LixR ZIOZ/IL/9 +Me 3d3Ltln 4 �w Mr1 0 ••e�w fAwNxs�a ara 'xrrlwl �.rm Ic 9 �g EL OON (FEET) lir 0 0 W J � (i Q 0 of a- 0 0 F QO O Z+ Q N J n aQ r XUIS NO] 30 NgbhONLN N31LtlY 3Nx IMNIW IO3Mtld LL3H10 AI11' tlDi 'Lltld 110 31OIN1 MI '66x1 38 OL JON 3W 6Ntl N1115 Rb 30 A163dOtld 3NL 31xI 'NOKIN O3lVW WD]tl 'DNI[S NNOISSiIOIId .IB O30lbYd SILl90 ON1' LN�1111�00 33N1 31g11M1'10O A EM13tl 'mNum suuu 1n Nus laa xlaxe Ixae 10310 )OfD R!v 3SIMl.'13f6tld M S31xINWllr l;vnsl lura 6�e �.d. 3N1 3IYOd1 3V3N Nd L1iFL D...—. . 3d.3Zlgll +xV FN+x Yml I I I 8 I I i � I I I � gN I II � I sS� I I I : I $ I I I I i I I 8 I I i I I I i I i �I I : I I I� I: I lir 0 0 W J � (i Q 0 of a- 0 0 F QO O Z+ Q N J n aQ r XUIS NO] 30 NgbhONLN N31LtlY 3Nx IMNIW IO3Mtld LL3H10 AI11' tlDi 'Lltld 110 31OIN1 MI '66x1 38 OL JON 3W 6Ntl N1115 Rb 30 A163dOtld 3NL 31xI 'NOKIN O3lVW WD]tl 'DNI[S NNOISSiIOIId .IB O30lbYd SILl90 ON1' LN�1111�00 33N1 31g11M1'10O A EM13tl 'mNum suuu 1n Nus laa xlaxe Ixae 10310 )OfD R!v 3SIMl.'13f6tld M S31xINWllr l;vnsl lura 6�e �.d. 3N1 3IYOd1 3V3N Nd L1iFL D...—. . 3d.3Zlgll +xV FN+x Yml �z� ! _ eemea00+Z9—gym_ «© ( ®iT \ . | � . . d\ .......... I~^ dm f 4 —(F�M �| 2 CL ( i z z E / \o \ j � k gag 2■� |! °, !�. ��(�|■ | ! | 1C w aZ� I� a 41-0 133HS 33S 00+G9 'VIS 3NIlHO1VW I I I N� — it �b dd : I II €i [I II — � h 8 I I kry I 1:...� II � II I I r<OY EDI I I j 3 Hk 6 I I j l i I I I I ° AII , II I I I I ZI-0 L33HS 33S 00+Z9 'V TS 3NIlHO1VW -D. (FEET) III I� a i i cc I I N� �b dd : I II €i [I III L, a 1 li I1 II €i [I � 8 I WidJ Nauvmu w J LL 0 m EL O O W J (p 0 Q 0 a0 C) F Z O Q O Z+ gC14 a~ co H Z LUi W 0 0 o d 0 g 0 J n Q g0 w Q O J 0 m N 4 0 TUNS IJO] f0 NOLLVILOHIRI N3UNIY. )IL L10NIIN1 J]3aNd N3N10 /1JY UON 'Lfld ND 31GW. NI '6S0 3 Ol JON 3W ONN HIN6 !to !b AIMdeYd 31LL 31M 'NN[iM Q3dtlOdtlO�Nl 'DNLLS TIIpISS3ntld AB anvaNd Stn630 01N SW3110]011 EiNJ LIlN1R]OU !tl EU3N '¢wusol sono TM xus Nm iwze W. fO31b >ofO am EIAIL]310W N 53111BWI1Y Jai[S) ILLYd xu:�am�; 3LL LYOdO S31d Ri ZRL[ LIOLt/�{�L/`0 aN1 MQIIMY U9 NMN M>I Q aMeW µsYp y 'E B3 Y[LL7IIIJ] a;JUN 811111 m 11111 O cn 0 C r m o DE: ' A O D i z 7 r T p A D m 3 m z lwl w� 4 Na11IIPE Time l{/]I/]DI3 3:DY:13 PY RF i liGlE 11E PPGlCI41� MIx (SIIEtf �T4RBI41F5 N MDJEC11x5E 4D tLIX 41EL]t pplfl mR CW 9GIM Hl NLNIS IFSEIIYED. t&11Y Di ODC144d11' 1xL4 DONYEHR IND DF9Q6 MDNDm itt MDFE331RML gM1LE NCDPPgNlEO x3Mox NIE 116 Movmrc of Dpl SMnx MO IAE XOf 10 0E Ute, N YNIXE M YN(f, F9R NR O4x314 MDECf MDMWI 11E wnrt6x YIMDWUiIN4 m CDM 90M. 1 C �2 .. I I !? ElEVATON (FEET) 811111 m 11111 O cn 0 C r m o DE: ' A O D i z 7 r T p A D m 3 m z aaal NDLLVA;S3 MATCHLINE STA. 67+00 SEE SHEET C-13 W[1,11 IFIJ-ie TT511- -- IN R Y' 1 1 1 1 I I op��•"'"� € em� 31 I 3:1fip� — MATCHLINE STA. 72+00 SEE SHEET C-15 8 I I i I .. I I ......... _._.... _. 1 ............. I ...1 .__.... 1 1 i ' I 4, I I I i I 8 I Ih i 1 ......... L ... ....._ ......................... I I I I I I I I I 8 , 1 it I — — ............. ... L.I_... _. -T 1% II II II\\ III a 11 Ili 11 11= I I I I I I i I I I aaal NDLLVA;S3 MATCHLINE STA. 67+00 SEE SHEET C-13 W[1,11 IFIJ-ie TT511- -- IN R Y' 1 1 1 1 I I op��•"'"� € em� 31 I 3:1fip� — MATCHLINE STA. 72+00 SEE SHEET C-15 n.r's TCqu2l1. c}cg, IL..h -- D ..e y. wmuasE n s/ IMU -1:10 w nswsE uaaiE nc rnamwa wnl (ma. �rnaxms x mamwise wm wa exear emq �rnFl xxn � nonrs nFsurvEn. s'e of eocurEms ea wauems ulo oEana Fwa.�om er vnorEsswnu zmt¢ xewmannan xEM]M, NE ME vnantxrc v cwr sYlln um xa xar m aE uan. x wmE a Hurt, ran .wr a,wn xmim amour me rmn,En wmam�non a eW s,ol,� S2 E Aa (FEET) 0 0 m D G U) a) O c r < 10 > m �1 A O n n o D U) z z r- 0 O m K z N F MATCHLINE STA. 72+00 SEE SHEET C-14 j I I I I I ?•�•=�1 o I I 44 F� .I t_ IS. N: ----- 14 Nm� �xa'$ sl I I Si.ys II > z a T li �'£. "•' lir f.°., hr,d I III °-`�•-r-.I"--li=�':, QF j i Ig •�. "v{ I i Lr. r III i e� #rr I III i 111 II SANTA BARBARA BOULEVARD VIII I II I I III I 111 � s! I I III wim kl I I �z2 11 Ifil 111 _ !I lal _3; _ _ MATCHLINE STA. 77+00 SEE SHEET C-16 o-z--C� is I I ............ P4a I I I I I._. I I .... ................. 8� I I I F MATCHLINE STA. 72+00 SEE SHEET C-14 j I I I I I ?•�•=�1 o I I 44 F� .I t_ IS. N: ----- 14 Nm� �xa'$ sl I I Si.ys II > z a T li �'£. "•' lir f.°., hr,d I III °-`�•-r-.I"--li=�':, QF j i Ig •�. "v{ I i Lr. r III i e� #rr I III i 111 II SANTA BARBARA BOULEVARD VIII I II I I III I 111 � s! I I III wim kl I I �z2 11 Ifil 111 _ !I lal _3; _ _ MATCHLINE STA. 77+00 SEE SHEET C-16 o-z--C� is � ..,.F y. MMYiFPE nm<. e/al/ml:.zsal a Flr�s uraiE ME PPOECImg vFxx l>'F+m MllaallRS r nmimm¢ Mm a!<n aECK emq �mrz cou vml wl naxrs Immum. g 6 nocioFms TIER WPIMal15 MD OEMOS rnTaom er RiOFE�paLL �¢. nca�gwm 1mmM. ME TIE PIIOPFIFIY ff CYY SYrtX MO ME NOf T) E TgL. M 'MIRE lM PMf, FM wrc IITIEA Pnt:IECI MMWI ME Ynllip MIIX[nZATOM a cou E� y ELEWTpi (FEET) O C (n 1p O C r m o D � z o n ZD:5 � � r A A D 0 K m z m (n D T 4 + z 0 D O Z O -u CT) -u 1 0 D0 N r +m 0 0 O 9 p ' Er rn € �& SE MATCHLINE STA. 77+00 SEE SHEET C-15 I H. 1 I I � i 1 ; i iA TA?IBARBARA BOULEVARD { I 18 [ `a I I I I �g Nil IIIb ,.� _.T Y 1 55 II'r\ I zw'WN. I U.F I I{ r:�n�;:�� I li I TIT K T ! _ I 9p MATCHLINE STA. 82+00 SEE SHEET C-17 II� E«I I i.11 `+ill it l � y II r ' n II I A r I Z # z � II T 1F 1 A =1 I w C E 2 y I Ix it l p � ilI G I II s Nil IIIb ,.� _.T Y 1 55 II'r\ I zw'WN. I U.F I I{ r:�n�;:�� I li I TIT K T ! _ I 9p MATCHLINE STA. 82+00 SEE SHEET C-17 wrt [mN-p�+• c_e+g o_xwrr:YJ r.,.oK 0 ,.r w.r e, wu,weu nm� eh/aD,a u� w Fivs tw�a nE Fnam,� vmN (snm �nweuws r wtamrnsc uo axx amt eoq rn su,x Fu wcxrs rsemm. nwg or Docuw{rs: Hies oauuen,s u+o NFPFIx, .we ,xc FwtM9mY a eoN swm ,wo Ng xor ro ec t m. w wxac a+ wm, wn .wr {mo -n rro�er Nmtart � wxmer nmtueunox a eon vmi O cn co O c r C 01 D m X y �^ n C) c z (n z D r T A D 0 m K m z cn W3 ) NDLLYATD MATCHLINE STA. 82+00 SEE SHEET C-16 r I�I i I I .......................... W3 ) NDLLYATD MATCHLINE STA. 82+00 SEE SHEET C-16 I f I T. i I w I $ m li I I I X11 II P� $� As I� i1 r: i III Ia I j I III IF c I P. II I I I I I IIS , I I I III � It i_ MATCHLINE STA. 87+00 SEE SHEET C-18 [h c+rwsc uFDME nc PMX.CIXeE m fs¢sr MIIeBD16 Fr PXDnrnnsc Mo ttA`X Haat eoxl aaX swM Mi nDx+e FESEAVFD. REIN aF ODCIIYlI+I£ MERE DDN1eNIe wD D6WM PXDNOm eY PF.9FE59DX1L SEnxDL e1CDRPDMIED XEA�X, MIE M PXroERII' 6 CDY SYIM w0 ARE XOF lD C USFD, IX NNDIE M PMR. iDR MR DMEX PpO1EDF eM+Wf ME NARIFN NRXDNIMgX Di CW SWM. � I F1EV�i+DN (FEET) oe i �a i I i � II II II II I I II II II II ; I Of E U33i1 XgLV/313 MATCHLINE STA. 87+00 SEE SHEEP C-17 _ I � I 1 I I II L If I I&� fl I II 1111 I � I€ 9 !V nl o >s 4 I _-- i ) + - o R 8 w i i" o P I ilk S o102 cg NO '00. W. A, I i _ MATCHLINE STA. 92+00 SEE SHEET C-19 w.wcayszaI cJ1 CE.. 8/2/M Amps 0 e,- wuJuxsl n.� e/z/m,a esx:,i w aEtY uPaxE n. PmJECIMg PAxx (ma.* Anram,Es r PnaEcnnsE wo nJcc axu eoR) � ma cou mei�"uvx�rs.1°iw�� nag IIm Of31Ob PIIMOEO 8f PAOfFS51PML gAMLF. PJWRPPNTFO MEPOM, RRE 1NE PROPFAIY K CPI 9JIIN w0 ME NP 10 BE Ate, Ai WXPE OR PIAT. N0. IxxY OOIEII PROJECT nI1A0OT lHE AWfxd AWAOIdlATR1R P CPI SWM 0 0 m 0 co m 0 c m o m o D oP 0 D � i D � 7 r T o A x a x7 0 m K m z CA cn D + z CD Z O� Cn � DD To " m 0 C"AMI (FEET) , r..J APxw�x MATCHLINE STA. 92+00 SEE SHEET C-18 ' ass f p� I I III 11 14 � silel I I t:: to !y 1s rA 7I I j I � J; I t o ?s I l i�li"I i I I I ;I" � Ifs � j ► I i I I it 10M iI€€ ism V j31 m op AF It v s j t 'Ij I j 1 i i8 I i i t All lit9 . — 5. �— MATCHLINE STA. 97+00 SEE I � t HT M� i PQ a li............... DIE; ... ........... �.. _ ____........... , r..J APxw�x MATCHLINE STA. 92+00 SEE SHEET C-18 ' ass f p� I I III 11 14 � silel I I t:: to !y 1s rA 7I I j I � J; I t o ?s I l i�li"I i I I I ;I" � Ifs � j ► I i I I it 10M iI€€ ism V j31 m op AF It v s j t 'Ij I j 1 i , wwobo LAKES BLVD. All lit9 . — 5. �— MATCHLINE STA. 97+00 SEE SHEET C-20 hg go -4i 62f F HT r.rc [aK.a�F. cJ+a, -L,--']-- 0 I.n —1 q, —1 — e/z/m 2 eusv w rvws u•wi[ nc MOIFtt� wix Isns� •maanFs n rnwEcrvnsE wa axY c�¢a� eop 11 C Lnaor oocu�enrs: m oocurems MD 1—!i rxmaoen m nmE6sowt g r¢acaw„m xenon, / n mormn a mi snm ino w¢ xar ro x ugn, n wHae ax rwrt. Fm .nr omen rrtaecr mxour ,rE rmrtrtn WlHanlAi�an ar mn< �2 ELEYATOn (FEET) Q e - _ MATCHLINE STA 97+00 SEE SHEET C_79 I 1 1 3 1 c 171 ........ y ......:..... .... '.. .... .......... ' �� ( I ul 1 INLD#VOD LAKE I D, ''i-+ > m p In c om �� I I j ♦m ,! f _ _ m $ � 1 �'e szF'� !I €FE �I� I c� F F•r ii I4 rl �• fk I � � �No�r x m I IPPP I'€meg ��,5 fI oNS��'• V m�a jjj'k 1 nS wp I � � vim �,1• Q V� �fl I �P I � j �4$ . .......... I � CDC) om lilt da �o I u om I I i C: gill ��. � D� _ i � z:6 I f•, Nm i `' � � �,.s�$I Dz Z D v 7 "m m=Qo III I} I' I os o> -S o < m Z 8 I K' f y�N t cn I- 1 1 2� li iN jsi 1 I I�I �P $ IIIb 4 1 D • I 1 1 I 9 Att .. s. t 4 I IIIA ,? Q o D 0 0 's M E a� I s Fmg� j. , 1 I� ' 1 �'s v�m I 'PP9 v Q €oA m !9 ;i� NN -E - _m Q = N CLm 11gtp313 L� L� AN U m.r . tw_ux, c.s g. CU.--yj 0 ..r d by. AzmuutF nmc 6/23/2011 - M FZEisE uFan: TxE rxomr,>g m fauc anaeurts r rNammg ua ua aEzx eoq nz raN sNnx ui warts xESErF.m. nig a oacvxErNx nIEY 00N1EM16 Axo oE.iva maA6En m Fvnrls�u� SEAw¢, xcoxFoxuEa NENcx Fz¢ zNE PIIWENIY a ad sznm Axo xxE xar ro ff ugn..ix wxoic ax curt. rax rur oma rxoEa wnxour nc vmmd unxa63Anox � cow srnm. 11� E'p EEEV m (FEET) —A— (FEET) E Anox (FEET) E AMM (FEET) i So 8m Bm 8o to g I g 0 0 z 0 0 z o 0 z 0 0 z I ooh - imp ook o v8 c� VB P c� I V� 11 P a Um) NOLL,A UM) NOOVA UM) NOUTA Um) NOavA gg 9 ��7 a 9 maq G y g I�Tr E AnO (FEET) F ATW (FEET) G F ArW (FEET) ElE OM (FEET) 8989 = F "o' 'o I m N S ' y1 o o o ^ P o o ,AP o D x g _, o +_ �L 9 n, f g O �' s �� 61 m p m �g of o C-) D (J3ii> xOLLVAiV U:xv) NONvA Uav) NOLLVATI3 U3 ) NOLLVA D (n z D 7 r A yO og O 0 > OG �o z �z m K m zi cn Ra G ' EIENAnax (FEE() G ElEVAnON (FEEL) G m F1EVAnON (FEET) G m E A- (FEET) 80 ' 8cn 8m - ( 5 £ £ o cn o o o "= o z z z z I <9 Ocn � + _ Om -99 D� No ? o u m r'a va szfsa 9�� wl) NWIv CL i) NOLLvA - 0a) NOLLYATG Uiu) NWIAM yy 3 v N � mmE ;EO o m v (mN.snr. c_eME. CE -S-9 `N.oR p W. E Tnc 3/�i/iO,i l2 ZO PY 1 F,EAY uroAFE TI2 PRaIEC,N� vATN fsiiitr TaBYRS N rxwEcrvng Mo a,oc ami roq imY SPIN ALL xCN15 N6flNm. RE11Y OF ORVFxInY MEY OOmxfN15 Afm OE9ATE PxOYIOm 0Y PNOFF59ONV. SENNEE, MCORPoMTFD NAmK ME nFE'PNOPFFIY OF mY 9MIM MO ME NOT n) K O90. MI NNRE OR fVln, FOR INY OOxN PxOJECT NfINOOf of YMlfid AOMOIALRpI D< mY Slxlll S2 D cn a) O c a D (Un D� r 3 0 O M K Z "-I W q: EIE . (FEET) G i. z 0 rf O 'git Q a '= �a oo 0333) NOLLVAM ELEVATON (FEET) ETEYAmm (FEET) (l ) NOLLYA 0331) NO 1-13 FLEVA— (FEET) ELEVATION (FEE) p A— (FEET) 8� g S �a a� 21 IIf p U33i) NOLLY/3T3 E AN—N (FEET) 8O O �n S zx + r a p R� i UM) NOLLvA U333) NMVA 033i) NOLLVA 0333) NgLYA3T3 nzm O m s y= OF o z EiEVAnoN (FEET) S r � o u Aga ?a 0 0 o g 0333) NMVA3M N _ES€ f l I' iar N € ELEV TON (FEET) ELEYAnON (FEE) I R S � ( z N + o a R 0331) NOLLYA3l3 z o m +a + AnF 0 0 o q U3ii) NOLLYA313 EEEVAnoN (FEET) 8a i o O o z O c i�E Y o o Y 0333) xOLLYK313 ..w' �(mu_zzaa. c_rsc ELsmEq D k Irmt¢EVE a/Wentz t:zrn FM orris uvw3E Ttc rwiEcw� vATn (snesr Arnnuws N FNaaTwsE Aro niac ae eaq xmz rn suint ALL warts r�.srmm. auusE or pOCNNENIS TUFS oacNEe3+ts Am oF3RM m°umn x w+a®wa svmoE ricownawam xE1mx, ANE 1NE nNOrFnrc °r ar suim �No AIE xm ro B ugn, w NNaE a Fvxr, Fan wn mum cNaiEa Nmtour ne NNNtut ratmaau a cw sono. 7'a E A— (FEET) F1£ Anml (FEET) pE mw (FEET) f1E A- (MM E AMM (FEET) E1£VAnon (FEET) F An (FEEF) F1EVAnaN (FEET) Ho 2�2dL v f..k o U) O m cn D O S o g z 6R o g z S o z P S o e z o ,a I z a , — z° T €i �^ Z ° EIEVAnON (FEET) ° i ELEVAnDN (FEET) - h �FFp fA o FIEYATION (FEET) rAi + aaaa M 0333) NOLLYA3T3 0333) NOUVAT13 0333) NMVATU U -TU) NWVI U333) NglVA C3 ) NOOVA 0333) NgEIA 7'a v 3 F1£ Anml (FEET) f1E A- (MM E1£VAnon (FEET) F1EVAnaN (FEET) Ho .GO v f..k o U) O m cn D O S o g z 6R o g z S o z P S o e z o ,a , — gA� EIEVAnON (FEET) ELEVAnDN (FEET) E12VAnOH (FEET) FIEYATION (FEET) 0333) NMVATU U333) NglVA 0333) NgEIA UiTi) NouVA3u z' z S �r z mS o5 'S n�iS� D + o + o + o + o co m o C-) o Um) Ng1vA 0331) NmvY Ute) NOLLYAT33 Uiif) NmvV D D C) z D r 1 a O 0 m K m z cncn Y NmJ C7 (!7 O w € eS€ Fr �V ami gm F1£ Anml (FEET) f1E A- (MM E1£VAnon (FEET) F1EVAnaN (FEET) .GO v $ o U) O m cn D O S o g z 6R o g z S o z P S o e z o ,a , — i 0333) NMVATU U333) NglVA 0333) NgEIA UiTi) NouVA3u Y NmJ C7 (!7 O w € eS€ Fr �V ami gm �..! ..wi 4 TNOunFE nxx c/v/m!x �:!aan w wrwa uFmE T[ PM�ECINEE wFx (suixr ArmaNtFs x rN°aawsE /am cucN o!Evc a°q Ic Hill F An°N (FEEF) E1E m. (FEET) E ATIX (FEET) ELEVAnON (FEET) I R B ZZ° •jiQg ° 4- ° ter• ° m$ N c + S r _3e + S FF i as m + g x £ m + and 4T2'N a UM) N°LLVA3Ei (Lail) NOVA UM) NOLLVA U33i) NMIAT3 a f � � 1$�ggB 1� E AMN (FEET) ELEVAn°N (FEET) E1 OON (FEET) E Anary (FEET) : _Z ° s a + +a -r +S "8 +e �— P �P G S P S P Cl) O oS5SS D n it ° v ° ... ° Y ° ° ... nD o° 'z (l?3iu) NmvA Uxu) NmvNi3 (Lal) NgLVATt3 (133!) Nm,A >N z=5 = r D T D O m m 3 m z -i co —A— (FEET) F1EVAnON (FEET) E1.EVAnory (FEET) F1£VAnIX1 (—o Fi EFF+++ 'n yy O U7 O Co Oy u Z° !, jl O Z° O U _° • O Z S .. m O mN =S8 o STB (n o o "V j g; 3"a — F o u _q" A cDiT Z V r r Vs7F VStF mQF r o F 4 �� !, o_ _ SSSS Rx UM) NMVA am) Ng1vA Uiil) N=VAm UM) NOLLVAM1 33 Y wbc m N f,O o A€ o m v G S� In M ' e r -;m Ic ON uouzerE Tim.: 6/u/miz viam FN 1 iVAY uPW.IE EIE PrtJIFLIXff PAIR (SIISf ATINBIII6 M MOIFLIM9E zra 611c MELt (tOX) :%z coX amN au Ncrns XESFmm. PEYY a pOCY1XM4 EY X°CYYEITS MO R9IX5 PII(MOm CY PXYFF35RMN. 4F.10E. NC°XICXI.TD NFM]X, ME TIE PXXPEMY OF CLN 54RH MX ME HtX TJ pE 11�, MI XNOI£ QI PNT, iTX MI' TMEA MG.2Cf 1NMY11f TE XWNFN AYIN°IRATYN K [9M $IXIII FIEVAMWI (FEET) E1LV . (FELE E AVM (FEET) ELEVAVY (FEET) o Baa 8o go $e i' ,I41. P y F D RI F R. o Z _ -OSd Z z ��Y UM) NYLLVATT3 0333) NTLLYA3T3 U1 ) NYLLYATI3 0333) NOLLVA $$ N Bpp e i66 a a a a Ck v {{_ 1� EIE QM (FEET) E AMOK (FEET) E AMM (FEET) ELEVAndJ (FEET) @H g = o 'o go $o I 8o go 'J � . o_� +S'"- 0arT --- o - o y k y -N6- 1 0 3a i� o d km ro O �5 ° ° Y o ° Y ° ° V ° ° Y n � o U333) Nouvn3T3 0333) nauvnTT3 4333) NouvnTr3 U33!) Nouvn3T3 D 4) z D � � r D o0 � D m m m m z c E1F'AnYN (FEET) a EIEVAIbN (FELT) FILVATIXI (FEET) � p Fl£VAnYN (FEET) cn I cn O (n o Z c Z o s o u O m o u -3s- o 3e- o .o D o (= L (n84. 55 Oo 4333) NglV/ 0333) NgLVA 4333) NTLLN/313 0333) NCUTAT3 Mn c C7 E , O N °� a gm m 0 Go N.P.xo11C PLEASE LIPOATE 11E P0.GIEC111NE PAxFI (SII6f AnwanPs N PMWFJ:TIIISE .Fo CL1CJt CNW( 901<) x COY SMM NL NGIIIS IFSEn1£O. NNSE OF OOCLNNnl Fg WCUIIETIIS IND OESIGFE PIIOAOm BY PNOf69RUL SflA%L HCONPONSTFD XflR1N, InE THE FNOPfF1Y Di COI SYIIH N10 Ix4 NOf TO t OSEO. IN INHCIE lM PN(f. FOII NIS OIIIFA PNOIECf SOMONf ME WPRIFM M11Mq.0 6 CON SNnI. E A— (FEET) F AAM (FEET) F ATION (FEET) Eli 0. (FEET) 21 1 o Z o Z Z �T a o k LL — P l R o Ua33) NOLLVA 0333) NOLLYA 0333) NMVA313 A U3 ) NMVA313 9 4 � 7 Q o a 7 1q s Nc E A— (FEET) E1E OW (FEEF) fBE F A— (FEET) E AnM (FEET) N I I D $ i Q� H i� R Z8 z>$ I z$ : Ia i o� o C N -VA (1331) NOLLYI3T3 U3v) NOLLVA3T3 U3v) NOLLVA313 D (/3 z D or D O m m K m z FIEYATIIX3 (FEET) ElEVAnON (FEET) El£VAnoN (FEET) FlE A— (FF£r) ±( ;U C0 Qo z a Z$ OCA O m Z$ I az o P o a g o o R a o U3) NOOV/3S3 0333) NMVA313 0333) Ng1V/3T3 (1331) NMVA313 E o o) lo ZI m O it � E y cm o 1 C c"twse uvwlE nc FNo.IECmff w�N (sys AmasurFs n rROEclnSE 4rN acN aEa em9 nmrz cou sum" Au wsNrs resmum. wsE of oocuuF3ns 1HE4 oowzams wzo omoa PNonoFn m PNOFESSIaN.I soma. rcmwNNTm xwox, ANE ENE rNovonr a cow sum" ANo w¢ Nor ro ac usm. "N NH0.E w rxo. FON xrc omE. FwoaEcr Nrmour nc snmEry AvrNomuTmry of cGN smN. b2Hill E An% (FEET) FLEVAn. (FE3) ElEVAmON (FW) ELE M. (FEET) el 8e j 8 8e 8e e R� 8 a r S2F o _ lH �€ 2 _3��✓ 2 � ':I � e ye � O o O o Z O r"+ 2 e O o Z Z o um) muv/ UM) NOUVA 0333) NOLLVA (133!) W VA aa q 666 1 ?ao? 7 ? .,II 3 •� F1E Qm (FEET) fl AMM (FEET) F AMM (FEET) E An (FEEr) a 8e Se � 8e 8e o ez Z ZO2S m 5 u s n O S � O O 8 ( O" O w I O O $$ p O i R co c m o e (") O (Li A) NwvA 0333) NOLLvA (331) N vA L3 ) NOLLV/ D u) z z r T D D O m m K m z m ELEVAT"ON (FEET) FEEVATON (FF£n ELEV - (FF£T) FLEVATON (FEET) ge � 8e ge ` 8e Qt cn y n m 2 2 g v� + o lcn i Q e a I Q Z o �� icn "= O m 8 8+ 6 1 Ds 0 — ;I ; 'A$ 0 1 0 o m Z T m +Cn r�, I �a R e e g P e e Y e e R 0331) Ng1vn dip U1 ) Nmvn i� U3 ) NgirA3T3 �yy U333) NMVA313 c (7 .-O v :s C E �E F u T om m v L.rt ImlltSx. OJtS ILAI EYJ w.ra ❑ law swe YT ANmEFflE r a/WZOtz ,anrez w 5111N REASE urvniE T1E PIOECNAY Pnx tsnm Ai11aBu16 N PNaEcnasE AND m cxmc eoz) n� coN smN Au nc,Ns �Esmvin. Ei� aF oOcuNwR: IIIFY OONYpR ANO OF51R6 PNONOm 8T PNaF651ar4LL mM¢. NCOIIPOINTD XnN]N. .VIE iNE PPOPprtY Of ml SYM w0 ARE NOf Ti BE u431, IN NHOIE aN PNR, fUN wr 011aA PNUhLf PA1110U! T£ aPlftd AUfXgalATOM R CW w O C r m a D VD) z r v x O m K m z En En D n c� +0 O U) 0, m �n D0 �z N in + O O FuvAnoN (FEET) 8 III i o I II OI Z O S + o O =—, 7 m o R OM) NOUTA O ao b cg FSP my a e om $m s O Z O � FIEYATON (FEET) ? 0 8� Ili I o"8 U33!) Nou"To m op 2^ O Q U33i) NOLLVATI3 FuvAnoN (FEET) 8 III i o I II OI Z O S + o O =—, 7 m o R OM) NOUTA O ao b cg FSP my a e om $m s O Z O � E ATOM (FEET) ? 0 Ili o"8 U33!) Nou"To EIEYATON (FEET) I$m S y m o R U33J) NOLLYATI3 F ATOM (FEET) E ATON (FEET) 8� I B I ym I 0 O � I _ 0331) MOLLYA3T3 V t.w ..wa ey wmuux r,,,� a/z�/mt: wane �u mina, xconnowir t umo■, u¢ do v■ovrnrc or cw suint MD w um m e U=. x, wtac a t—. t- wrc Doan masa W cw ami 6�e MATCH_LINE FOR CONTINUATION — SEE ABOVE :. it It I I I I I i MATCHL '_� 4-4 r S. r I � I I Ilii I� I e i i�l PAI j l o pyIi �I IS. z I I � I l-- I� ---�-_ S C MATCHLINE FOR CONTINUATION£ - SEE BELOW ■ m 0 Z 7 r o D m 0 , : D z Z:5 7 r � D 0 m m K m cn I I I I I i MATCHL '_� LAGO VILLAGGIO 1 1 I I � it I I I II I I I I 4-4 r r I � I I Ilii I� I e i i�l PAI j l pyIi �I I I � I l-- I� ---�-_ S C MATCHLINE FOR CONTINUATION£ - SEE BELOW ■ C m � Z 7 LAGO VILLAGGIO 1 1 I I � it I I I II I I I I 4-4 r r I � I I Ilii I� I e i i�l PAI j l pyIi �I I I! � I l-- ---�-_ MATCHLINE FOR CONTINUATION£ - SEE BELOW ■ m � Z 7 ic CE3 k� 0 �,E � � TIN&116 N PIIOIEt141Y MO 410 GE4% BOR) � 1 MATCHLINE FOR CONTINUATION SEE ABOVE MATCHLINE FOR CONTINUATION SEE SHEET C-29 —7 A =F1 GLEN EAGLE BLVD S. - - - - - - - - - - - - - - - - - P.1 Lo /7/ Co Fn rq It an I j! > > Z z > ------------- -------------- ca m < > ul 0 > cn z > :16 < m z ft iv m En 0 Z iy0 z— -- — -- 0 r, MATCHLINE FOR CONTINUATION SEE SHEET C-31 MATCHLINE FOR CONTINUATION SEE BELOW -0 5-> Z Fn .C) '. g : ;. .1 15 .. 9 C-BASLI 0 Lal wM DI A'DYhPf Tar 6/15/3012 10321D .1Y CW MATCHUNE FOR CONTINUATION SEE ABOVE MATCHLINE FOR CONTINUATION SEE SHEET C:i30 81 to SANTA BARBARA BLVD COUNTRYSIDE DR. Il r-1 r -I Do > m L UD TV z - -------------- - z co 0 rn < 10 > M 1 in C, > cn z > iij 22 0 < m Mr m z I (n m 0 cn 0 Z Z, r- MATCHLINE FOR CONTINUATION SEE SHEET C-32 MATCHLINE FOR CONTINUATION SEE BELOW Z A mF 0 p Q ZL ob Po MATCHUNE FOR CONTINUATION - SEE ABOVE MATCHLINE FOR CONTINUATION - SEE SHEET C-31 I ISI it Ln `6. g m 1ijt t� lit ".i.114 I"t < it 11 V,\"t v k, i t I it pia Z 1I\ ii;fi'; CI O Fig fAIM 311 T j It _0 Z > cn 0 I it m It X fit > D < m Z It z IM LDWOOD LAKES BLVD z Z ------------------ 17, MATCHILINE FOR CONTINUATION SEE BELOW Z 5j F m mo ic Nnrc EWN-22341 Ym.- n ....1 Nr .xouaPc r .:. s/ss/u1z 10:.3T32 w nrwsc uvaa: rE rnm[ax� wiN fsaccr •nNiauas r vNw[ciwl¢ wro a1m1 masa eaq »lxcw � ru camas aEm,vm. NEasE ooculmasx iNEg m><uNa3ns ,wo otSNiE moloea ar gNiEmmut Smm¢ xcwvaannn xman. wa n¢ rNwmrc a rnN slnm w10 ,v¢ Nm m ee ugn. m rnwlc a rwrt, mx w,r amm rzoxcr Nmlaur n¢ •NrtrtN •111NartlAlRlx a wN sm�. 0 co fD 0 c r D 0 O D i D r A D 0 m 3 m z ti 9� 8 p R oil! yo :Cm L`J_f I\/ Y CCOGG pcnacw m r I♦ m� p=_m ff m Z =m gggg m z cR s r � rnnex s — r - Z _ I �R D_ @ Z lid u.fc [cow. -ass. ct,.-- c� —Do] sK o I.w ....e M euwal r� a/ssimlx s:lns w wsc Is¢+re rE �rtcrw� sww (susn anusurts w mwmusc wm uxx cleat eoD �vsc a oocuwvrts: wsms ulo orsiars vnoNom m scroscs, wrnnwrunn xnmw, �¢ me w,onm,r a cow sum rwo u¢ war ro ee usn. m .nne w curt. ran iur amm wa,Eer snmaur me wwn[w unwowasmw a eow sum. z 0 m�ZAN mD V1DDL00 m �mFm Dx pL—oVl x 0 O�.A-aA9. AA.101m nymOr >•OAmD O, Z n�mL AI~�1CIE;m=NOo, oy mi mp �y OF�y.DCD mzlK�lSr A��mDOm Im ��ViD� mnmZ VN000 - - ti� A Z Z C m C Z A zOFOtN—n VIAyD n-�1Vi ZpZ zmzy Azy=�yf� u A O = F oomzOom mv�ip�om,rD- p� mw. zo mCmO;m' �tiFy0 m0 Zi A mm COO AF=2 0- p> D D C —mo zrco oz=Ax nDCmi�� �~ �v azm�mvzo O tiO VIZ Ny O• m PI:zFr�m�m,^� xS_ KA�VI (iID ZD utp pim�mm,xFrmin mczi O �c p�� oA�o N�z.Zo_y NCCA UKO, �y m � m v m mm oSm Kar A VI N 2 A cn n z m A ic a r 0 O m p mo py -I m p m m m p A z m0 mo m IFI: I m \ (-� Z L K" ry�non,a m�c,� c p m n � A�O�y2(mn Oz L7 mp I:[ z z o Z o �=�mcg a C) I o doh m r V)C", D :i 3 a 11(n X0 a����mOr z�oDor 2V)Z ogc m m m m m c < � � � x - y czFi z�.I n i N n z or L7 D m z m A Alio 2 A n - c STI zoz c '@ z j Z O Z z z x A \y` mC 0 A zno� a ti y z zz o z Z (/I a r 0 O m p mo py -I m p m m m p A z m0 mo m IFI: I (-� Z L K" ry�non,a m�c,� c p m A�O�y2(mn mp I:[ m z o Z o �=�mcg a ..a— c off; m r :i 3 a a a����mOr z�oDor 2V)Z ogc m m m r, U) O U) cn � 01 � � � x y z + II II II II c"O 09 rn c '@ z x a r 0 O m p mo py -I m p m m m p A z m0 mo m I Ic IFI: I '91. A §�•`� if: I EI: I iE I if: O 91. A Idl: E E p m p�• A mp I:[ m z o Z m r i n� co m m D Z rmm y z + II II II II c"O 09 rn c '@ z x er r-----------1- Z (/I N m z �(7 I oA 70 m Qo 0 D Nr- z X? W Vl < m I• I i' :it En Ln ocrn a', mCz* 1 I I I ya 00 I I y a a C7 D m r m aa�� a �Oc° m z 0 x �� SAATABARB.. BLVD. O n O e L I____________7_ "J IV I , IM k A m A 2 1 1 i t 1--k- ............ ...... _ .� _i N I II _J I� n �II � A (m w f II: I Ic IFI: I '91. A §�•`� if: I EI: I iE I if: O 91. A Idl: E E p m p�• A mp I:[ m I � m m D Z rmm y z + 09 yx 0 D ... j71, D I I I C7 D m r m N R I I I x �� SAATABARB.. BLVD. N I , Ci z ............... 1--k- ............ ...... _ .� _i N �II f A z f II: nm OOn I[ E 6 ill, <ZC m �; f A S' Fn;M, u E y 111 Ilr O D f Im M>o D mnm Am m ImO_ IAi ozz Z D r A m 0 sE ; Ik II I Ic p m mp O� nN � m m D Z rmm y z + 09 yx 0 D D D r m N x �� N I , r N N Im tg D m IAi J i m Sm m m aM-'o 0 Io < oL( =m0 o =m,~ mm m v O1 y m yZ j `cm m �pN a m 11 D C < m m O N SM =mo o y 'ZC -C o mN >yZ O mwc Amoy z ozm m nPy 2 y m ? � y I Ic tic Y � tz• I c v A ayy FF [be 6 , ip A_" F; bOE Q n lo "$u 5 pe a s " Fix n �pgyQgg z' -a• 9 F �� g€� �� _ qg g^�s p � i II I o 11 U z o p m o i i i i I e.� i i a 5Ag �a9 8Q> 3 - m D ppa$w _€ p 4�9€ " D (n z " ---- Y ° �� �" P g$ �m of wxsg --- 10 i I I cn Eli 9 11 0'`B °�°s, ifigl9€ ° OF " v0 A "m.sL7 $� mmol$ am rr D Z i o rn O I m z y E ob F $� _ I a� I " eSSA SG g $ L m F$ o£ Z. I �vi m N$ 1C a oacwei3erts: mese oocuuvrts ala oevera malum m moe>s�aw� senxe,: NrcaiseN�na �mn, w¢ inc vNavrtr a m s�Nm. wo wz xm ro a uan. w Nine aN vert. euN ,wr mien mwTm Nrtriart nle wvrtrtn umaiaamw a mN suim. €� 4 wo v C� 8 G � Nm 01 ro 'z pea s �I6 zg= yv '01 Nm m G In b0 z D � N C m O r ° G ° D 0 D m i z 7 r � °a m a 0 O G m K m z En cn Nm o i o z 'Z r ri) G mD 00 Z z 0 3� r 3� r a� s•z'-o• lo' -a• I' -s' 8 $ I I I €i�5 b b I t :rn cm 8 N m 3•-e• N m 3•-s• 1 b 0 b O z Z i _J m / I Z I I I I I ' 'v i I I 11 qA I I I I - - - - - - - - - - --a I 1 I I I I I I N I 1 I I :rn cm 8 N m 3•-e• N m 3•-s• 1 b 0 b O z Z a oxwwrs: ixrsE oaaxmrts mo �a s rwwmm m morssaw� mrvi¢ nmPow�nn xmcn. ua Txc rxwEmr ar mx srtm um u¢ xm ro ac usm. ix wxa� as vwrt. rm wr oncn Pxnien wmwur ixe wnmrx wmwwna u� mx mm. O cn CD 0 C r m o D m ;I1 A p^ n r O a a, D r A � D O m K m O bl«�IF� L vxo3eCnan ws axawx ax oxAw . - D m C o p n z 3 0 2 lIIM NL Po0115 IESfflIF➢. PEI Of OOCIWENR: 1H6E pOC11YEH15 NO �9CN5 PPMOfD BY PIIOfFS RIK 31MLE. MCOWOMAIFD IFIEIN. ME 1XE PP6FRIY 6 01 SYM N1D Ili XOf RI BE USID. IN YMOt£ M WR. Ni YIY OflE11 PRPRT WIINOIrt TXE 1MItEM NIMOIBlATW K tatl 9MIIf1 Y v�mIN 'F p o i `s zz A z' -Io• z z A s - Y z � - zE — z is or � cwsnEh M > sa a oQ yo a� ail �NtTL-1 m M s cn q r 5 m O sirRcs z D e up �90 Cf) \B / 0 1 F� om O C � < o �€ D .zi a O D (n Z I'-0• I' -9- D r p m �Gs� eo9�Age. $. z G `g � TIC, m 8G Y 8 �o °GAN -14t �� s "n mai A, agF U D z 0 D O —i mac go d s{ a D cn jigs al -29A � �o' moo»£F MI_ g€ n�^^Gs e� ul w m 0 I Ic EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT Name Personnel Category James Nelson Construction Superintendent Mike LoBello Project Manager ITB 13-6138 LASIP Davis Blvd Canal Improvements 89