Loading...
R18-077 1 RESOLUTION NO. R18-077 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 3 FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO 4 SIGN AN INTERLOCAL AGREEMENT BETWEEN THE CITY OF 5 BOYNTON BEACH AND THE BOYNTON BEACH COMMUNITY 6 REDEVELOPMENT AGENCY FOR FUNDING ASSOCIATED 7 WITH THE NW 11TH AVENUE STREET AND UTILITY 8 IMPROVEMENTS AS PART OF THE MODEL BLOCK PROJECT; 9 AND PROVIDING AN EFFECTIVE DATE. 10 WHEREAS; on May 8, 2018 the Boynton Beach CRA approved the Interlocal 11 Agreement between the City and the CRA for funding associated with the NW 11th Avenue 12 Street and Utility Improvements as part of the Model Block Project; and 13 WHEREAS, the City and the CRA have been working together on property 14 acquisitions, new single family ownership opportunities, pedestrian enhancements in addition 15 to roadway and utility improvements within the Model Block Project since 2012; and 16 WHEREAS,the Interlocal Agreement will provide funding up to $350,000.00 towards 17 the Model Block Project in accordance with the CRA budget and the CRA will only reimburse 18 eligible costs as covered by the ILA. 19 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 20 THE CITY OF BOYNTON BEACH,FLORIDA,THAT: 21 Section 1. Each Whereas clause set forth above is true and correct and incorporated 22 herein by this reference. 23 Section 2. The City Commission of the City of Boynton Beach,Florida does hereby 24 approve and authorize the Mayor to sign the Interlocal Agreement between the City of Boynton 25 Beach and the Boynton Beach Community Redevelopment Agency for CRA funding associated C:\Users\Stanzionet\Appdata\Loca1\Microsoft\Windows\Temporary Internet Files\Content.IES\SATNOEVN\ILA_With_CRA For Funding_Portions_Of Model_Block_Project -_Reso.Docx 26 with the NW 11th Avenue Street and Utility Improvements as part of the Model Block Project, 27 a copy of said Interlocal Agreement is attached hereto as Exhibit"A". 28 Section 3. That this Resolution shall become effective immediately upon passage. 29 PASSED AND ADOPTED this 5th day of June, 2018. 30 CITY OF BOYNTON BEACH, FLORIDA 31 32 YES NO 33 34 Mayor—Steven B. Grant 35 36 Vice Mayor—Christina L. Romelus - ^ 37 i3938 Commissioner—Mack McCray ,.--- 39 40 Commissioner—Justin Katz ✓ 41 42 Commissioner—Joe Casello 43 44 VOTE S-0 45 ATTEST: 46 47 48a-dETit-:-( 49 Judi A. Pyle, C CM , 50 Cit Clerk ,74 51:,.. . `. 52 53 (City Seal) r 54 ,1 C:\Users\Stanzionet\Appdata\Local\Microsoft\Windows\Temporary Internet Files\Content.IE5\SATNOEVN\ILA_With_CRA_For Funding_Portions_Of Model_Block_Project_-_Reso.Docx INTERLOCAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY FOR THE FUNDING OF CERTAIN PORTIONS OF THE MODEL BLOCK PROJECT THIS AGREEMENT is made this /5 day of '`A" , 2018, by and between the CITY OF BOYNTON BEACH, a Florida Municipal Corporation, ("CITY"), and the BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY, ("CRA") (individually and collectively, the"Party" or"Parties"). WITNESSETH : WHEREAS, the 2016 Boynton Beach Community Redevelopment Plan ("Plan")-calls for the redevelopment of the Heart of Boynton District as described in the Plan; and WHEREAS, the CITY and the CRA desire to provide funding for a streetscape project known as the Model Block Project ("Project"), which falls within the CRA boundaries, and more specifically, in the Heart of Boynton District; and WHEREAS,the Project is intended to improve the public rights-of-ways in the area of NW 1 1th Avenue, west of Seacrest Boulevard in the CITY of Boynton Beach, as more specifically described in Exhibit A("Project Scope"); and WHEREAS, the Project will help prevent and eliminate slum and blight within the Redevelopment Area in accordance with the Plan; and WHEREAS, the CRA desires to assist the CITY with the acquisition of property and infrastructure improvements that are necessary for the Project; and WHEREAS, the CRA Board finds that this Agreement, and the use of the CRA's funds is consistent with the CRA's Redevelopment Plan, and Chapter 163, Florida Statutes; and WHEREAS, due to the intended elimination of slum and blighted conditions, and the beneficial economic impact of the Project, the CRA and the CITY find that this funding agreement serves a municipal and public purpose, and is in the best interest of the health, safety, and welfare of the CITY of Boynton Beach, including the Community Redevelopment Area. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereby agree as follows: 1. Recitals. The recitations set forth above are hereby incorporated herein. 2. Obligations of the CRA. 00975472-1 CRA:TDrive:ILAs\2018 a. The CRA shall provide funding to the CITY in an amount not to exceed Three Hundred Fifty Thousand and 00/100 Dollars ($350,000.00), for the engineering design services of right-of-way improvements, the property acquisitions necessary for the completion of right-of-way improvements, and the undergrounding of existing overhead electrical service as described within the Project Scope, to • be used for reimbursement of certain eligible costs. b. The CRA shall make payments to the CITY upon receipt of a written request from the CITY for payment,which request shall include all documentation required by this Agreement. 3. Obligations of the CITY. a. The CITY shall ensure funds provided by the CRA are not used for any purposes prohibited by § 163.370(3),Florida Statutes, or otherwise prohibited by law. b. The CITY shall ensure that the Project is designed and constructed in compliance with the Plan. c. The CITY shall be responsible for overseeing the Project and contracting with other entities as necessary to effectuate the Project, but shall coordinate with the CRA concerning compliance with the Plan. d. Upon request from the CRA, or an authorized agent of the CRA, including the Executive Director and the CRA Attorney, the CITY shall provide all documents reasonably requested by the CRA or CRA's agent concerning compliance with this Agreement, specifically including any documentation concerning compliance Florida Statutes. 4. Reimbursement of Funds a. The CITY shall provide a written request for reimbursement of funds ("Reimbursement , Request")to the CRA no later than December 31, 2018,which shall include the following information: i. The amount of reimbursement requested; ii. A summary of the Project improvements for which the City seeks reimbursement; iii. A statement and evidence that the Project is in compliance with the Plan. iv. Copies of all invoices, receipts, and any other documentation.necessary to evidence the amount and purpose for each payment made by the CITY for the Project for which the CITY is seeking reimbursement. b. Upon receipt of a Reimbursement Request from the CITY meeting the requirements of this Agreement, the CRA shall remit funding in the amount requested, consistent with this Agreement, to the CITY within thirty(30) days of receipt of the Reimbursement Request. 00975472-1 CRA:TDrive:ILAs\2018 2 c. If the CITY fails to submit a Reimbursement Request by December 31, 2018, the CITY will no Jonger be eligible to receive any reimbursement and this Agreement shall terminate. If the CITY submits a Reimbursement Request that the CRA deems incomplete, the CRA shall notify the City in writing. The City shall have 30 days from receipt of the notice to provide the necessary documentation to complete the Reimbursement Request. If the City fails to provide the documentation required by the CRA within 30 days, the City shall only be eligible for the portion of the Reimbursement Request, if any, that the CRA deems complete and eligible. The CRA will not reimburse the City for any portion of the request the CRA deems ineligible for reimbursement. 5. Limits of CRA Obligations for the Project. The Parties agree that the CRA shall only be responsible to the CITY for providing reimbursement for eligible expenses for the Project, and shall not otherwise be responsible for effectuating the Project. 6. Indemnification. The CITY shall indemnify, save, and hold harmless the CRA, its agents, and its employees from any liability, claim, demand, suit, loss, cost, expense or damage which may be asserted, claimed, or recovered against or from the CRA, its agents, or its employees, by reason of any property damages or personal injury, including death, sustained by any person whomsoever, which damage is incidental to, occurs as a result of, arises out of, or is otherwise related to the negligent or wrongful conduct of persons or the faulty equipment (including equipment installation and removal) associated with the Project. Nothing in this Agreement shall be deemed to affect the rights, privileges, and sovereign immunities of the CRA or the CITY as set forth in Section 768.28, Florida Statutes. This paragraph shall not be construed to require the CITY to indemnify the CRA for its own negligence, or intentional acts of the CRA, its agents or employees. Each party assumes the risk of personal injury and property damage attributable to the acts or omissions of that party and its officers, employees and agents. 7. Term of the Agreement. This Agreement shall become valid and commence upon execution by the last Party to this Agreement, and unless earlier terminated pursuant to this Agreement, shall terminate on December 31, 2018, or after the CRA reimburses the CITY, whichever occurs first ("Termination Date"). In no case shall the CRA be required to reimburse the CITY for any requests submitted after the Termination Date. The term of the Agreement may be extended only upon the execution of a written amendment signed by the CITY Council and the CRA Board. Nothing in this paragraph shall be construed so as to affect a Party's right to terminate this Agreement in accordance with other provisions in this Agreement. 00975472-1 CRA:TDrive:ILAs\201 s 3 8. Records. The CITY arid the CRA each shall maintain their own records and documents associated with this Agreement in accordance with the requirements set forth in Chapter 119, Florida Statutes. All such records shall be adequate to justify all charges, expenses, and costs incurred in accordance with generally accepted accounting principles. Each Party shall have access to the other Party's books, records and documents as required in this Agreement for the purpose of inspection or audit during normal business hours during the term of this Agreement and at least 1 year after. the termination of the Agreement. 9. Filing. The CITY shall file this Interlocal Agreement pursuant to the requirements of Section 163.01(11) of the Florida Statutes 10. Default. If either Party defaults by failing to perform or observe any of the material terms and conditions of this Agreement for a period of ten(10) calendar days after receipt of written notice of such default from the other Party, the Party giving notice of default may terminate this Agreement through written notice to the other Party. Failure of any Party to exercise its right in the event of any default by • the other Party shall not constitute a waiver of such rights. No Party shall be deemed to have waived any rights related to the other Party's failure to perform unless such waiver is in writing and signed by both Parties. Such waiver shall be limited to the terms specifically contained therein. This section shall be without prejudice to the rights of any Party to seek a legal remedy for any breach of the other Party as may be available to it in law or equity. 11. No Third Party Beneficiaries. Nothing in this Agreement shall be deemed to create any rights in any third parties that are not signatories to this Agreement. 12. Compliance with Laws. The CITY and the CRA shall comply with all statutes, laws, ordinances, rules, regulations and lawful orders of the United States of America, State of Florida and of any other public authority which may be applicable. 13: Entire Agreement. This Agreement represents the entire and sole agreement and understanding between the Parties concerning the subject matter expressed herein. No terms herein may be altered, except in writingand then only if signed by all the Parties hereto. All prior and contemporaneous agreements, understandings, communications, conditions or representations, of any kind or nature, oral or written, concerning the subject matter expressed herein, are merged into this Agreement and the terms of this Agreement supersede all such other agreements. No extraneous information may be used to alter the terms of this Agreement. 00975472-1 CRA:TDrive:ILAs\2018 4 . 14. Severability. If any part of this Agreement is found invalid or unenforceable by any court, such the remainder of the Agreement shall continue to be binding upon the Parties. To that end, this Agreement is declared severable. 15. Governing Law and Venue. The terms of this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida and the United States of America, without regard to conflict of laws principles. Any and all legal actions necessary to enforce the terms.of this Agreement shall be conducted in the Fifteenth Judicial Circuit in and for Palm Beach County, Florida, or, if in federal court, in the United States District Court for the Southern District of Florida, to which the Parties expressly agree and submit. 16. No Discrimination. Parties shall not discriminate against any person on the basis of race, color, religion, ancestry, national origin, age, sex, marital status, sexual orientation or disability for any reason in its hiring or contracting practices associated with this Agreement. 17. Notice. 'Whenever either Party desires to give notice to the other, such notice must be in writing and sent by United States mail, return receipt requested, courier, evidenced by a delivery receipt, or by overnight express delivery service, evidenced by a delivery receipt, addressed to the Party for whom it is intended at the place last specified; and the place for giving of notice shall remain until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the Parties designate the following as the respective places for giving of notice. CITY: Lori LaVerriere, CITY Manager CITY of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach, FL 33435 CRA: Michael Simon, Executive Director Boynton Beach CRA 710 N. Federal Highway Boynton Beach, Florida 33435 Copies To: James A. Cherof Goren, Cherof, Doody&Ezrol,P.A. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale,Florida 33308 00975472-1 CRA:TDrive:ILAs\2018 5 Copies To: Tara Duhy,Esquire Lewis, Longman&Walker, P.A. 515 North Flagler Drive, Suite 1500 West Palm Beach,Florida 33401 18. No Transfer. The Parties shall not, in whole or in part, subcontract, assign, or otherwise transfer this Agreement or any rights, interests, or obligations hereunder to any individual, group, agency, government, non-profit or for-profit corporation, or other entity without first obtaining the written consent of the other Party. 19. Interpretation Independent Advice. This Agreement shall not be construed more strictly against one Party than against the other merely by virtue of the fact that it may have been prepared by counsel for one of the.Parties. The Parties declare that the terms of this Agreement have been read and are fully understood. The Parties understand that this is a binding legal document, and each Party is advised to seek independent legal advice in connection with the matters referenced herein. 20. Counterparts and Transmission. To facilitate execution, this Agreement may be executed in as many counterparts as may be convenient or required, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. The executed signature page(s) from each original,may be joined together and attached to one such original and it shall constitute one and the same instrument. In addition, said counterparts may be transmitted electronically (i.e., , via facsimile or .pdf format document sent via electronic mail), which transmitted document shall be deemed an original document for all purposes hereunder. 21. Survival..The provisions of this Agreement regarding indemnity, waiver, and,termination, and records shall survive the expiration or termination of this Agreement and remain in full force and effect. 22. Time is of the Essence. The parties acknowledge that time is of the essence in the performance of the provisions in this Agreement. 23. Attorney's Fees. If any action at law or in equity is necessary to enforce or interpret the terms of this Agreement, the prevailing party shall be entitled to reasonable attorney fees, expenses, and costs, including those at the appellate level, in addition to any other relief to which it may be entitled. 00975472-1 CRA:TDrive:ILAs\2018 6 IN WITNESS WHEREOF, the CITY and the CRA hereto have executed this Agreement as of the date set forth above. ATTEST: CITY OF BOYNTON BEACH, a Florida municipal corporation 4 tBy: 4/_,l f f Judi Pyle, CITY C rk Steven B. Grant, Mayor Approved as to Form: Date: (''// 3 201 P ( AL) of- CITY Attorney Approv-. a: to Firm: BOYNTON BEACH COMMUNITY REDEVELOPMENT , GENCY b By Of e of the CRA Attorney Steven B. Grant, Chair Date: 5ior(tce' 00975472-1 CRA:TDrive:ILAs\2018 7 EXHIBIT A Project Scope — Design Plans 00975472-1 CRA:TDrive:ILAs\2018 8 vv. vv. _vv.vv • ( GENERAL CONSTRUCTION NOTES INTERRUPTION OF EXISTING UTILITIES 'MAINTENANCE 0 PALM BEACH COUNTY j' t T��cONTGCORANOSLBCONTRAG,OP951WL OB,aN A COPY&THE lATE9TEDDWV90FTNEprv' ANY WN9IRIICTIONWORK1MT REOVdE9WTEWNPDON OF SERVICE,TO ANYWSTObEN SMALL BE t ALLMEWMESST ED WMEERG510N ANDSED2ENT COI..RAMAL WTME 915DMWATER- 06 PROPOSE WOOL OAMA PAIN BEACH CdwfY ROADWAY AMOK 5.6,511IKrtyNtLBE PEPAWED I< YNTON EACH VTNRE90EPARMEMV)RIFIE9 ENCWEERWODESGNMAH0900K AVD, N415..fRAW SEVEN1Y,rWOlT21xWRNODCETO.ANDivNTTENAPPROVKBTrNE PlAN.SxALLBEN ARMED W FULLY FUNCTIONAL COKIMON UNTIL NO. t R REPLACED 50 FM OMAN.pI BETiERCO"9rtroNAT NO COSTTOTxECgBRr. . TRWTONMARa405•EE cm GBOYNTOY REACH MUTES DEPARTMENT OOa1WOTON APPRo AlE MUT COMPANY.MECONTPAOTOR SM.APR49GE AMRT1NOVn,THE LOCAL. LWGIW AmOSEOM1ENTA RETED PASEOFWORKOL FNNSTABIWADON CETHE S.ALL c STANDARD.ETA.S'ME.OMIT DEPARTMENT OF TW.NSPORTATIONSTANGRDSPEOFwTOI.SFER- !1111/511; AGENCIES AND ORaRGWEPNNOASENC SAND O,ERAFLECBm UTIL ESRmR EROS CONTROL 110.5556E5 MAU.BE CNECIEO BY AOUALIFED FEPSONAT •L MIN PANMBGCN COIAYIY RiONT-0FWAY.PAYEMENTMNMN109AND SIONWO SNL.BEN- BRmcECONBTRWMW;aND rue CLOP..OEPNrinEMOFTPANSPOMA,Ov-OEsm11 T05CHEOIANG MESNUTURYH TO 455255 TLE SCOPE LFLVORILALLSYSTe5 SHUT Dom.9X.1562 IP.9T ONCE EVERYSEVEN CALENDAR OATS AW WI1HWt4HO1R9 OF THE ENO OF A0.SPANFALL' WITH MANIIALONUmF01M TRAM°CONTROL DEVICES FORSIREEISAND EBGPAVAY9 STANDacmoAROSNN BELO..FAM.WRWITH THECONTFNTE PRIOR TO COMIENC.NOVIOPC. • • SOEOK TL@CONrROCftl1AT SLDNTAETPATSYSTENOENWDISLOW..TNLSGENEPALLY , EVFNTAVDCLEANE0 AND REPAIRED vincpmWCE WRHTHE FOLLOW/505 TYTYPICAL TATF. .. _ � SNIW1rTOSxaRNBTTIECONTwc1ORAND FEMMES FULL TIME INSPECTION BY A - w,va•LANDLAmRT0o0N51RUC1 REREPPPESENIA1VE OF THE COST FOROVEMM.WORK BY THE PEWESENTATNE GME WDEVICE940BNmIERSSxNLBE REPAP+FD0111EMCEOIFNIEY 9xmr5mNSa • • ResPWsFWRNwmxa FORME WIVE crt.TR.yTUR,FACLImISToam+AFUFECTmeYTNEswrtmmL sxul �0TF1uF°mME'�'FiuovoEmE. YOEVICEssxALLeeaEANmOUT ATREGULAR iwnwLw� 51x`m.soTuTv�saeroRFDu�Ems'�F mnmuren eEPmRDvmm..aYNuM. EnxrwelxwRswranw xmE m, TxEeourRAnua INTERVALSuR`taas SHALL AREAS nmcERIAL,e.wNemFET;sTwmS'Roms' - - - • a-A1L9EEEDEDAREAS sxNt E rEEG�AsoNTETNATAWOOsram u ewmnuLEo.AREAS • NucAe1D �PA�a+Bv+rAuonERDELE,ERwD9w,ERw. SURVEY'DATA .. BE VIA �' 5' 35 1-515114 05514TPACTOR5 RESFONSIBILITY TO CONTACT TNE• b"'v'SCflUT',L s Lar GCESWALLBEIEPAIREDTOTNFRLDRMM.COWRCNNEDAM.Gm.SEDWwT9411 • • • • • • 01 r, • nRan L.O10ETOULUfwiY GNLLEET VATNNSWTIERANSGgEFW.nOEDM THE SPECIFICATIONS N.BASERWNATOIAI. REAwVEDFROMTLESILTFENCES WHEN ITRFACLIESONEHutF TE LE�CM OF THES¢T FENCE . . . CONTRACOMPANIES MICR TO CTOR CNTGT1Ex:i1CL E�ea�iiRACTCOZ1ZT CLLLTNE urem 1".vFRrIWGRIu OF te29LNaVn291 SET . t ES TLEPCREcoMLENCPI Wau• . TLEG O ROTL�ALL PEmueE.TREEeAENCIIomiMeTT APA WE • - TNT E ,TWZT xGENTRANCESSHALL OCR oCP CTNNT a ER ALL WE REOuuED PERMITS • . wKm'9WRvm TIE OFTEcaNSrRUCRON ENTUYCE�9 BA5 mama .. • OB9Am wSU�iEeEUED11 TO CW�IiDttpCmR�onF•eNEDwmVO Oxl a ALLLMINIENANCAOPE1UlpNSSNAILB AL,ABLEATMEJOB ATAlt TwE9 GEcwIOTE 9 FNOIAWOtIDGEK,RxDELEVATWNARE/sREPRESENfED BY 9BAtYORATTRETDELF5NT4Y GIENJAROAYS FC4OllJYOTHENSFECTION E CONE-1 A TIMELY AMA. - ' ' . • Msw¢ImNPN95.sPEC1EIGTIOG.AW 511204 CO'IOITIWSMWD CORITRACTO15mtLLVEREY RS GORRECTNES9 ATTM1E OF COYSTmCTmK .. CCOP1F_S OF NtYM MOOTED TO, Rwls - _ • a ANT • AXmmONTH SRAM GEwlem1AT DYBR«mNT o11EAITENTONOFTIE ••• DEMOLITION NOTES _ _ ' OWT°IEANOENGINEER wCNLNOF cAx EWAnW5 WWTGsCI' EROSION CONTROL NOTES' DERK,9 BYTNECOxRAO ORS.eE06P09EDO9 xE E a.TOBENwEWnxgrt PRORAPPRWALOFTHE OLM•ERN®INE FNGo+mL 1. au mamma rdLmACTG.AMo 9UBCOYTRAciORs OmmK snE • . • WVDLWmLvnx STORM WATER MEW/MON mRWALECRIMNAE0. '� GK _ ERCOP.OFMAPAODv C0NrnEIEAN0041.RREw�RmTEST RESULTSAAAETOSESEYT. A0r -EXISTING- - f"' 3 -x ENGINEERAND __ AwaCOFESIOMMaanommamturoxrarsammoc�AIPOLLUR#I�PPNTR.v ANO THE OF2 REFER TO TIE 5 TECOxIVCroP5NN1815 �LRmRY+S®FOYLE OR 51ID IxO 4TIE ExcmEaiACF2T6EDRE FNRWRWIMTxERCOXTENia ssrm (NP06PEA.WOAws[cvE mCrTmRas.su XE CONCRETSNE.UNLT.DEBRISPLin E9 S.8. EM6fAW BTENAN 9'ARE TO BE ® mei BY APROF17071LLMD511MET FITC SEIEDWTNESTATE AROl,..IT11-re.CO5M2ACORAND RPROPERLY m, OP IN • �[F,PICTNa THEALT14LfIFlDLCCATICN OFALLCOBifP10E0 MVROVEAENRIT+ATM£ 2 �R TPEKAEM�'SLgNANAG¢EHT6TEMENImE£BAS DICTATEDOgr TIESLYPPP EOHTPo.Cf m501ERmEARTO IEERIEA1tNFD CW ThCSsE�iC WTNE w�ERK: 0.n5 I, POREWIRED BC AN3�RO.W.9GNCYEs iWTECERIVIGTIOI9 PROCESS ALL9UXVEY CWT" HRuCWOf ATM PESFONSBWRIONSNINESREPFIDOEIEIAtRE EATFM �F� •KORONA/ TOTE OvtE.RTHR000LprtRLLRia5E50FCOaTWIcl1W RNECONTA• R�rrets OMMEwOVESTOEMECOMPACTW SINLLCR11M1NE. •• • �\ g HECONTFACTONSx4LBE 136PON5WE FOR OCCNENONO AND EuwrAwnGASZUILT INFOAATON (9NPs)AVO •WNTROSSwLLCOKO4YroimE0.4LSTATE Oil • TOPG9VK - 3gn RECORDED Cnvs.NCTION PROGRESSES OK,AT TIECM/RUON Or APPROPRIATE ....E.A9AP0.1GB,E YCONTRACTORSXNLDPL6Rn CONTWCTORSNALL NEFEF1T01115 AND ALL ANIANDOT CAPELYSNOR . . . . . • . . �� L CONSTRUCTION wnlmERM:05E OF CINTERVALS MDERTEwNALLyAR14105 6s01cTIOALAGMIE 1550 11' CON�`TosGPCRwL FOR L' - . �*+ER ws DSEDIENr� MUSTCT.t Y o¢aEaeAUSTATEWATERs:FEaur? APxTRACTOR • SE,mIU9 G TIf mOFBssO mmvEYW NT4xTuTaDCGSTWICIION ,OL9m1WNSTAE LVNER9ERTEGIMEDWETNm5w5reE. roNEReuS On1ERw95E xOTEO.0 - E - 16 COTRT TTE •VROosm WPROVEL.PlIe SNOVN • LL RECO ANT TREE TOBEPEwMeEGwGmeYT1ECANTRAttOR,rtmre QA,g s` WQTOR sw.¢HOTm PR10RNN10305E S 1FENOPACmRSMPLLNPnwZEC1£M•xOTOTHEMAI(LAmMEItTENTPMcliGL 011/.9 P2gIwmBY cE SPEFlAc¢EM TO �D s T.GENNALPWTT Eo i AFFECT.,rALW EroNO E DW ERO L 5501.1,5 rN BENWEONRANTNE,E.....,PRR w55.5ET.AAGEAREAW6m1E ' PAVING,GRADING AND DRAINAGE NOTES' ,$ LTI,WSTALUnOxRmEVE9OMEROFAM_AY • IPMEiK41IN ENAYC0 MD CIEANNGNEA ELPLOVFE PAPKwOARG4IO' - - - ' ' . .DER OTFOETIUYERS.M'OTOflET FACWTES •1 VW0.CGIs,RWR01LwTERwAAVO wONPUTaV1P WITHIN PUBLIC PGTOF.WAYSHALLBE w' - 3 t c0.TONTOPArigGSO�rRE5P0 r�vm mNGNLOwXirtIESTAKEOR APFAFOLlOGTWiPOtT ALL COUNT.011 STATE SPEORGlON9ANDeTANGROS MESTED.Ov)m .1 LEASUFEAEMPHYSICAL T.wE ET DAM. CTEPANOESOCCUR THE RLLTA�� (GIXLYASC CIEAHWa ERF wa.., •FOOT SPECIFIGRG (WEST EDRION)6 NOT COVERED BY LOALORCOUNTI - W PT9OIECTNRNRDEI.AREN IEIEID EN CNN EEA1055.6110CEDENCE.THE C ENR O'�6[RFPANECE9 SKi POTIONS SIVE BOOA95NNLBE O�lIINCENSIOEVER NOR 00RENTCINE. T MP.. R wTEmAL MD A ON, •x PLL PvmARFA9 TUP9m 0Yt0 4TRVCIIbI5NA118e lEGPADEOPA05W0E0.Lw1Ess. SIZE OR RfAOL ARAMETOCOM FUO.OLCZE,AGLSPILSMNILEN6 IEAIms£11OF¢ • 6 '4 O �T THE CONamuTORSNV1LMur coNsTRucnBN oauRarmsEoWIrxwEEUSN9oc COL31WCTW 6 )010815 N:GcmaB�AG orrs, . rnmiwcPR[ED �..... $ d 2-• THE CONTACTOR.SOLELY RESPONSIBLE FORANTOMAGES OUTSIDE THE tIARBoc CONSTRUCT., OFNCW 1STC L L L OFTTIC CONTROL LOG.AND COUNTYR10NASSOFWATTO)TRCEETTNERECUWEAENT9 d TAR LYATFA DSO,MOE WIO DRAWA.O, ORwAIEReOMEMAR OF THE MANUALGUNVORNTMEIC CUTTPtt DEVICES NSOOT0TCNAYOTE REWRtENENTSOF '1B COMFACT0116A0NEED TATTHE U.SflMRONAEErmpacrrEC.0.Y AGENCY REW0E9TwTALL - - - - - MESTAE 4AAMLOGL ACENCf NAVINGAROSOOT ONwMEEVFNT IEUTMECONTRACT Bp . OPEMTOR9 FLEANOTOEOE INEMANOI FOR STMANAT PERMIT A950OATOWRX 1L•A119• 1oMIWniERWLLUlONW1EVEtR,,,,„7UtESPPESeMmCNThEPVN 5XNL0EW,Aim S�IPCLUYf¢MSWULGWE mOTIXUTAGENCYRWUwfNEN15ARE NOT PAOREEMENTT@HOST . .�. .LJ • - • CONSTRUCTION ACTMTYUNDER THE NEVES GENERAL PERMIT RumRro9261N1121D WOW.rtOTE A9SOONA9PRAD1CA91E. IM CONTRALTO.SOLE RESW.SEACY,000TAWTE SANE A COW 5x4116£SENT TO THE ROES RR WTCONIAACTOR T6 cRIDEixEdETO rNE¢EVATW OE GTm MO9NLLREGRPDE TmRRTam a RECORDAIOTHFG NW A.m= 1W PNmID W TmASSDW,�PRFDTIG�BMw GSEMDRE:,NART a o A FlO9GUW(F.SMaS511 R901EGMINGLWDEROROUYDPVELWE8 M9NGE.iNAT'NOIXGVAIOX •DAM WHERE CONSIrNCTIONHASIDAPOMNLV CRFEAMANE11EY CEASED OCOIRMWi EVFRYPLwFAL.Uxllt RASSSTAnO. ESLRBUW.O •• C h m x.x SNAILCOVMEnCEORPEPPOml PNYEAGVNONNtTO.FR5T00TNxNE NFOMATONPORTIONS ` OlAWOGEBTABKOATRNL OCCWS • . L ERY NEPOSS.LELOGTONOF CAS PIMP.INTHE VICAR OFZEYOEA1R0 •2'SNALLBEPERNAxEMLY TE9AR��E�TESEARFAS6WUOBE9TA9 OUTWtNTTN4f151 ST,G,SAPTER _fl ALL OPEN MEASWIIX _60.55500 noN� . TVE EMAVATORAN9T NOTE,THE GSUi6rtvAMM DAYS ANDA WINETYIOEOAAOSCALL PLANS.m UNLESS Nf \ . wX1MOMOSLVOWMOOAE TFIORroF;GvnrbN TIE UST 1PIXTON ACTMTYOCCNDED, oTxETMI5E0N THE eNGAVEFIiwG ORW+OSGPE BANS .. \ IC T.COnRACTOR6CII RMSPOL.185ET2000RDMure WON1NE IDG.ERORWGSPROVIDER ON 1�IFTLEA000N...,rICL...TARVEUNooaERTMEOMVELWNSm11C'TWN2xTMNCE99WT e. 45544(SwOIGTmA4PAVE,AEMSHAM BECOn5ORUCTDW 000RCO.ANFEWRHTIEIYPIW.' o ^m • WORKW IHEYOWItt CPOVERNFADWUNDEROROUEO POWERIwES SUR EM WJ6 ECT CRC ttOFORTW RA6.........ISIS 9Tee WASXm BEFOREME PAVExEMSECTOYREL MOGE00T TORAWRIGS • T VA4IWATERPNAPUBIICROm.LE'W� ............TBEMMETOW!ERCSPTTIE 'WHERE EA9TN'OPAVElEM191IDGED NBEPEMWEO NN REPLACED,me CONNMIW9IVL. T. CONIPAGTOP SHALL 6E6E3PON91BU FOR Pf:VRVAN0e1LMx9REUTN TO6REWOIKINCLWDA TOCC TSEbm R IBCAPPEDTCRPSIUE- l• 9MEW Art '5U5MS�FEEPSEESEOSSSSu9STRAIGHT SANT SNOGAREOPUCE TMPAVEAIEMWTI' . - 'FaN'/[nUJsuoK JO0WOg1,a'rfLAMix¢BCwTAwla'M'MinT:FYm1meK..lA£ 105 spFLEp.pNrygm.WASHER.di IRAGEOFPOM VEHicIxRONTDROAONAYSOR 4tt0. N • r1.4 MGEitP O IOABLERANSFORCONFIICZItrOY ll''AmA1EM OwTLE1+5 ST v RENOVE a95O0NASR.,.... .. CONFLICT FOR REmU11ION . . RE AV¢ENf111.15,•14 El9TwDPAVEAENT.THE COI,FACTOR 5xA1154WOR TiE . . A� • Z cOM14LTORSNALL �Y OGIOYOFALL WRCATION STREET U0NTN0.Pm ELECTRICAL CO •NDUIT fl tNEGWTRACI TO CUSBE RESPONSIBLE FOR PENON000A IDEM TFe DETILTIDNP.ONDAY0AN4 L EOSTWOP PAVEMENT AMMMIm,SDEEPFWA6LftOTNPFO STRAICa1TJOtMAmwiMMEE.ENLO _ F, 5511166 04 PROPOSED CONSTRUCTION STREET YSxNLRESD EECAMLFT TIWRAWTNWEC,,,,.7DNME 510RM 5EWERMUwACE S'STENSIN COFWNCTOY LTH THE RmPOsm PAVOEM UNLESS ORME..OmLGTm. 1-" THAT ,ALY.LTm TnaaSLrtiwsuuTTuxswuCEmIAwulmTEuw. mTnF rLE VE.• • • • THEGAWP,LTOPsw rnaau.uraRFFFwmwERAuCRATTAce 9lmcnamsa.linacnanw- . 0 r .m.ANY DERFUS W10FF.54LOSTTRVRPING AN COMMON vNOORPERARn�NSNAIIBOTuunkm RREMOVEDmdTTEE• T ^LL saFslEmns,OCIw1EAT...,,VAIECT50SETCE PRDTEcOCFROOTE000NAIm R.GCOIIIRES AND AxOUNn Accevlu.YEOFTHE PRMCTBr1xE.OvmERw.OF OEMS. . . SORROW ATnvNmwcx awLENEMAT1WocAREALCCAT1ONS 5151111.BE NOT1M ON TM sEPOTON NOSED ENTROC rS VIN WTE. wa..Arn.°HE.AUT.....xroP.rnm Posr"FwlxweSDmsAs ..Z �,REESSHRUBS O1tAmre3NA80RNOINO,NOP00TORGTENTHAYTNFEINg1E5 PFmdrtTEDNACCIXm04EWRx GENERa.PEIufT AR•U nE.00FEp,TLE CWTRncroRSHNLWTAMAM MR¢as1f RE0uwm ERIN S _ UNDERPAVED �iREMAIN WRENF FEET OF AN UNOEROROND eTTK1UFE ER UMW ONE CR LOPE65WUT.0E,ETTWAR000,ENmtONOi1 PNFSEIOREm1CMMGF.• a DIE CONTRACTOR OTO COOPORAEWDN IHE Wm010.01NEExOwEER PRORTOANY EXCAVATION F • V9.00TESANOFRW O. TO SOUP TOPmENm O9aENIO MATTER FROM ALL A EASSNLH£9ITCTSPEOUIREOT . • w 6•. ffiTHECGZTRACTORSHALL,ESTOREALLDsrvRemVEGETATONINKmO.0NLESS51EDWx OOMAY655. DuE OUNCESDUPXUME,76,,MEM ,,,,c7. ONTRACIOR&1UlLBE SOME GSOlOP501LTMY ER6TOWBE0 ON WE KR PLACEMENT tNTmNVtIOSGPEDARF/S BUT '• . 1fl RESPO431SLE ORADKMWGIHEERWKWCOMROLLEASIMESAS'ECESSARYASWNSTRW110N 45061E W' . rs TENCELET09,ORETExTENOSOA 12 mnDET.mIE WI4Lee TAN. 4s ABDImw�wml ws • • z . PRECONSTRUCTION RESPONSIBILITIES - , SIM,LSESTA9PEEDATDIEENOOFEAa155010l DE5 .........,OFroT� 11141•111E��T Sre TE WCi10NN - •UPONRECEIPTOFIOfAEOF ECEE THE CONTUDTORSNALLANWGEAPiELGSTRUCOON NLRINRORUTNTYCOX511POTONAIORAOLLmY, . . , GONE Nce TO namEPC.WV0.Vm Ltiom mEMALAczwes.AUAFFFOf£OURPYwVMTm. FON WORON _ .. • oRBGUNWW9 A• . W41 . . • • •• . . . .: RLTHEEr9cLN2ERAFmrtsELF. - . • co:YTRncTORnRESPwsImEFORPREPULWOTHErEAL -• TWCCRE wmCUSC WE nx SHAM THEN BEEA'DDEODASSPEcmm w R O9.KR16S 0. AS PkliP1THE ARCH THE COWRAC,OR6x4L COMACrs1w5HNE STATE ONE CNLOF FLORA:KN.(BtpAT LEAST: NMLB..,...Lvrrmr,,,EONNERA,,,,,o�RwWCELDE,,,,,,AE9,xE 000 - STAN°OF CAMS GROW,.ESTABLIEEDW AIEASMED wow ' ' 5 'WORNDIO DAYS PRIM TO 6EGwxNO ANY EAGVATOY DINNGARFAOURRNOCONSTImT CT1U1OlT�HEOPI�A SHALL SE CON55,EM4IMHF ERAL NATKMN.' A"Y ..R.........TANCE6T......W21 _• FCARECRC RN.THECONTMCTOSNW VERVTTTESO'E LOCGTIOPLEIEVATIOI4 SURROUNDING PLAVSTEPWIRATION 6EWLNm1OU�,,,,,,OES Ar1EOATSEISRRPERTAONOSC.r. • N ONALWRroTHEOIA,ER • • • 5 EBMNOTBELRBTm ro.ME mcnTKW50F smT U O A} .MxWROTae1Lo`.v" x CMsm'k"u'L' BUWERLI.teOmSCREENS Oi10.1PO wrBHEETmO.EMERGENCY PE9WNSE PRAc110Es.MO ALL CUFCRArL51N£s bYNLIDE1FmH¢ONUt2.T(vFAT•YJa)wFUTER UNLESS YSE. • M1OUIN,YIDGTWN551WNxcxlEE4ERMSAREF➢GFOOMWIE ,I'ERMETTIWSIOPREVEMPoLLUION.PENEUNG WLMOHAGEOF VE10IXE9OlEWPNFNTRNT• N 'ra w Z LL T EIUSL ASSUMEBNO UIL.�PETROFUMEFSE,,,,e, CTe SMNLBEPRIIEREONMNNE,EWGxINmFEETGAWATER9 . • T R B..T'FOiTNEACCUACYOFFXEi....IIIF....gLFOR ,....SNOTEDGE ORROCERRNSMALLTRTR BE STE?TINCOME OM•ERAFlFAMO EOFAWMORND PROM TO NOTICE fl WC ACTED AND 00NOTCORNXRAAO MURALS THE CON0T1.1,TRACTOR 5444LALWPNGVA�- . - • ?I Ca2Tu.ETntTlWYbi'ILOW TOPROCEE0.AFTERNTRACTOY REFER 1xEPUNSHALLBEFYmwRHNLDOCIASSENTS. cu1ATWr' REMOVE ALL UNDESroA01EwlERNL ON THE SAE MME PUNTED AND PROPERLY. ..-L.I.U'�Z _ __ _ EOENCEBBTTNECONIMCiOLRFSFA iOFMT1ERN016 WV101THESE 00CULEHIS AND . SEWLL V MEULOIReNExr FROnITNATeNaTOxMERRNSME T.SLTFENCE.RE AS WAR APPLICABLE AREAS.Lm,ITsaF COxeTFUU�LTONm51NMN u - • .'C'W''Z_ . cOMMLi('N NRRIMTNEnwt¢MTFY ENGINEER. 05143116.1CPC.I.SC FENCE 55 NOT NEOUGRAWITG xTTActORro RlWOERAN FOR61/OPDRAREVIEW. • • ' ' =N'W} • UTILITY CONTACT INFORMATION 22.TLEmNTCODTCNNSTTLBERESCOASELEFORTEECONTROLaWln Ta5'SAND• ZO m SCETIERMONOHERWPmwaLOXMRUCTOxArm 51141 PROVIDE AERESA,ET.ISOROREN • • s AWEL1ETHu090F CONTROL THE USE OF F4SiOl 0e.sAm OBER PEIRMENI BAS®OR TO. . w CONPN91' 'CONTACT PFRSO9 lF1EMONE NLM1BfiT' DUST 51011.665510/1 OPEMTIONBET •PRONIBIIED.TLE CONTRACTOR SHALLCDA®L1 111 • 0 C LL SIORIERROSCHEK.TEL .ALLOOaWW0.9PEO.ATIMPERTAWWO TO.ENWWONENTAL PROTECTION.. .Z W a m . • r O . 1.. arrnasEraBuNoN • cam lam. TELT.3i4m'8 • T2L 551426= • U: m 1' TTOPC CPWUTONs • - - • ' 'SHEET NUMBER - FATERM.PCO TEL C2 DITCH 9071011 INLET l`" ' + a NORTH 1 TYPE C. Il 1 ' I 'FEP XOIE _ I-_ .. .. MV EL.16.00 I' 5,.:i--y 'GRAPHIC SCALE M FEET. BOT 1 ..14.00 I,I ( Tat a I .. _ - . srao+s3.4B 1 . OIF:30.861T TItA1pN 1RNOPE 1208 Niy 1757 St - - I�OR 15•IIDPE ASPHALT PAVEMENT - . S... I-7.4'NFDETRFNCH MANHOLE 1 (SEE RETAIL) a' 4' SIDEWAUC { TOP Fl.18.90' F9M EL 2092 V .. q .. I N1TN DETECTABLE E WV EL 18.07 INV EL 18 00'' I .P212744 ElE1}ENT�0.1 SCHOR - .. . ... WMMNC.(SEE(DETARS) I. BOT EL�.14.00' STA0+9148�. I I •I ,. ,. rr r'' off 293517, IL • W . ± it w_ Ya�u000 AS SHORN $gp 1 FDDT 7YFE D CONCRETE..: r •.:� q A .LULL AND RESURFACE I - .ae I \ OIPB FLUME(SEE.DETAR) - - v Y 2 ,I. ��////////// V •5' '1 BOLLARD ( ' 9p j 11.n (sEE 4ErAIL) 5' z R%W uNE 99 yE - _B. 3.0.'.CURB TIt"u.A- �* ,�:... qurax-OD^,..✓ :..enwuaf..ilNYfert...>FN4.8•. •3_- m>resmr� y- • oDo:wwF. WZ • • • . 1, `166 0 x NW17TH AVEA� - 0 . Si'.• s ,. .. Eg l iiiiiiiiiiiiiiiiiiiiir� •Q • ggs 1 1- I.j -- i" F I .. m. . _ n � a� I , 1. j� { -y l., - '., i + `` ,-: �aed-Dcx ,iWra-mt ��t's =mem -wiP--oa - 1 is I / MANHOLE �_- R/W LME _ ...,,, • <H • i E%F1LIlUTON TRENCH_�- MANNCIE. ADJU57 MANHOLE RN 1 J s ~ 1 I 18•HOPE RIYIEL 21.0.1' I i 10 FINI91 GRADE RH EL 21.10' 7 -n F • __,�'// i :� '].5'WIDE TRENCH- MVIEL.16.00' I' I I IN STA:2 69.7/ I 1 O1 w J I ..` ABIE NARNINC'I e' �, e TDP DL-19.'50'---'BOT 1a.*-.1550' BOT EL 16.00' _ _ • i' DITCH BOTTOM INLET" FL..16.00' SIM-4021B + O 5. .. .._-^� TYPE C ,1 BDT-D.•1400' •.LFF:1.x2RT I - .. OFF:9.7YRT DITCH BOTfON INLET . . 'f ..FEEP HOLE ' I I I F101L1RATOH TRENCH I...TYPED I• Wa . '1 t• WY EL 2045 1 • . ' IB'HDPE I LEEP HOLE .I 1' . MV EL 16:Oo I 1200 441121 ST I , - 7.5'NIDE WENCH .I'.RIM EL 2120 , ,h TCP DL^20.00' - .MV EL 16.50' - - qM STA.0+58.2S NVtat.'16.50' BOT EL 1A50' • 3 n , .. •\ ,BOT EL.U.50' � STA:3+317T I 99 6 k 2Y E • •�: • _oaBBug � ¢ 1'MILL AND RESURFACE(M COINTY R/Y� e• .\ .b £ ege • • T§ „ 1,24.. P[ANOAXA.01.0 1.TAPY SOIG0. ' v,aDu awE ..I. . 1J I AI D ❑ ASPHALT PAVEYEM MILL AND RESURFACE "� IC} i r Q J. . c (SEE DETM) OVERBl6lDA5 SHOWN W (rx. is) >' - R(W 1,• �,•j/+ •,�� ' EX�SIING StDFMMALY 11 •TO FiMSH GRADE '•\ .. '•R'-D ` / o. ', W sA p, 9'B m 22 R .1- 4- - V a • 0` r' f.• II ?': 7'" • _ _ .:iiiiiiiiii ii r • - = - - a£, _.8 rr,.4%i',r,,/iiiiir Mfr:- .F ��� \' • j o• T- �`. I\. ;•y U ` - -- �-.war - 1 -FEW_9E T�,�re-i_ 4r _oee-a-�=nm7w,r�-wne �.� ...-�o i ' - .0 • ,\` I �z F-�z O I- �(, R/W INE' - 4''CO4CRE1E 0100W000 6TH au 1 0I1CH 0011012 P) ,� 111 1. - >.7 0' , ADJUST MANHOLE RIM -I' I.-. � j/ I I Iyyj :.0) .I, TD FINISH GRADE .1. ,- J' I RI O DELECTABLE I INV EL 1530' I 'NEEP HOLE I p, (.. Z i I Z, i e • LC 10 1.11LITY_ .WARNING SEE DETARS), . -.BOT El.. 13.07' Vol EL.17.71 `I ., 9Ip I . - W y'; 0*1000NT. •srA:7+06.36 MV EL-1154 1 I( _ (n' } 1OFF:8.4451 BOT EL. 11 50 I ,gyp} F: t ASPHALT PAHOIIENT(M COUNTY R1*) 1 Z a I. .:I I I STA:7+64.35 1 • 2 II I 1• _ S - Q .. I' I. 'I 'I • I•-. •" I• •• OF..9.50M: , • 1-I -125(1RDAPTIC LM-C)NMI TAO(COAT . - K LL .I' .'.I I I. .I. _ I E10,iL7RAT0N TRENCH: I-cceNor IE CURB 1''OP BASE 13 WITH PRIME COAT W D.0" m . • - �B HDPE, .ANO GUTTER 'OBTAM A NININIIN'OFN9TY OF 06%OF YmIFlED PROCTOR Z . - 7.5''YIIDE TRENCH I FDOTII TTPE F •'-MAXIMUM DENSITY AS.DEIERYMED BY FM 1-1100.METHOD D• }} . 1. W/M FTA END COMPACTED SUBGRADE 3 : . . •.I. .. .I I .. .. NV EE 13. 1' 1 OBTAIN CMAA M,CIC DQl9-AS MTY F 1001MED BY M 1-1098. - 0: o I -1" I I. I . BOT EL.11.5. .I a i P METHOD _ I.. I'.'. 'SHEET NUMBER m , . • •• C8 • • • e "ox+wwe Y.NEi WE MET I tr.--. •l fr R -x I - 040 `•_ t298MY 1ST 5 • .2� • _ 1 NDE MECHANICAL THRUST 11 -B'11.75 BEND I SEWER BOP 1864. • 111 Cr iA.ELEMENTARY TEL EL .—. _— '�..' • • i ROVIDE M5 PER DETAIL. II.,.I,' STA:1+1f 781 WATER TOP-16.{51 _ u _._-.--- W. • • 011:11.1617±1 STA 7+{9 Ti -- - 8'GATE VANE .. r a OFF SBiui - - W •. STAO+50011 . I _ ) SEWER BOP-1479'± - S NdER BOP-17.45'2. • '011113 IT! �.'lam - WATEA.TOP-18{5 WATER TOP.18.45' • i ..- - I�E{( I STA2+12431 STA J4J]'A+ .� ///////// t4 1 ^� 01117.5417± I li. 1.4T1T± R/1V LINE �. �'z° • viii%-iJiiI an w �-- _ T. . . i (TYPICAL) � 'G- EEVE AND VALVE .- - o W M " • • TAPPWG SLFEVO VALVE "Lt' YF c:. Z C. H0 S 8 'B'N6'kk.32k :3 umma...G,u-J II RI'' _ ST1125 BEND - __. -- S - •e_ _s k SIXOV4f.3EY 2 1 {' STA 1461.613' OFF:11.291T. o•4ao I I ':� - •OF 1.541r .. NW 11TH AVE .,,�. J ski- -.r-r—� 7- _ b� w+m , co uce = 1223 2 ori vz.- 4.1 -.� c iii €I III' i � "/ I k_ _ -- Ii '� ,7_7,.....,........-.......-___13......_.�__� - -__ — _ — .,,,r—e E LyI .,1 I ./ t V 818'TEE.VALVE EF 0900 OR'18 WATER I r I. I "i R/W LME i n 6 f ,_ .+', '% +,' •i •AND WIRRART' MAN WITH TRACER WRE 1 .I' SERVI E I o E {i STA0+50--- .20.0,DUCTILE IRON" I. .1 SINGLE WATER SERVICE I WATER SERVICE' I. f0 GTWT'fJ .. . I 0iF 11.311T±__an PRESSURE CLASS (TYPICAL) --_= '-_ -'"^ 350 Al EVERY SEWER 2..8'1s'BENDS F/5EME71T. - . CROSSING STA:1+39.1± (BOTTOM BEND• 8'0800 SCR 18' 2.•B'45'BENDS - g' -_ - OFF:4B61T.(BOTTOM BEND) •TASTE WATER BASERVICEFEW •I .. ..'STA:3+47.28±(BOTTOM BETfD) • . • t I:I--� ISEE DETAIL G-BA FOR. • BERNIE WYE CFR1.531T.(BOTTOM BEND • n I• TEENER RESTORATION • I AND gEAlt-ows I �I y N L} •1200 N'fi'IS 5 i 1, I REQUIREMENTS. 1•. '(1TPICAL7 .I•. I n I 1 " p • " 4 Gy I I I Q F( - . • ''4' - - .I. e Eat m Al I F c E P(kNCIANA 3551.TN.Y SCHOOL -.- _• �I - 1411 'I • WATER BOP 1708' o I T Try ' I • NATER BOP-1463'• OFF 15117: _ I -• I I If . SEWER TOP-17.29'± —' �. \ _ ._.- -A �. SAYPUNC PONT �b IV ' STAN57.T0! • d W ^OFF 15217±___ R/+�InO: i ,/ \ \ I'.r---,-.--.+4,/!`_'- ,�_ v '1. • - .13 . W — - - - E'GS11N' OEWAIK ] 14 48'STNNIE55 STFFL _— U . . J 's '- - '— / TAPPING SLEEVE AND VALVE 341\ ._ - - _ __ _____ -. ,- i 4 v.r ._,s 9- a --... —_ _ - _9_ -- SE1iER 8pp.14.56'± - STA 8+01.00.! I --• . A L')^6 - "` -- _7_7_._.="... ,"_-:.7-,=.--7-7r.. WATER BOP 77.08' S .OFF:1.SOlTi r -• A =. :' .. • .. NW 11TH AVE .s •SEWER TOPTWR+lsi9�i e •... STA]+60.67± 1 { • { (n • WATER TDP-13.58' J. • 1 5+00 6+00 '011:1.5117. Typo- OFF:1EOiT± ,! - • I 00 BF22 p 1� > a s Z.,A' 1� . ' .' .I/ It • • U o ? _ IT Iti: I Z O W¢.• LL 'C900 OR 18 NATER 2-lY 15 SENS5 - >'D p' T.Y wlc I w+c NATER SERVICE •I .R/W LINE I ( l 1 B'.CANE VALVE:, �` W U O -* ¢ 1 .(TTPICAL) I I 1 I 'MAIN WITH TRACER WIRE I STA7+5967±(BOTTOM BEND) • I. 1 ' STA7+9400. Z III I I ,a.re LL Z . £ - C - 10'UTILITY. 20.0 DUC11LE IRON RPE OOIIBIE RIE 1SWLT±•(BOTTOM BEND). • 011:1.5011.. f I 2 1-W Z F • - EASDAENT -PRESSURE CLASS 350 AND CERN-als N'. CO 8'.0900ADR 18 AT DERV SEVER O�`IT LEAN(Ali C I ,. 1 . - 4 00• WASTE WATER SERYIcE I 6•m'TEE,VALVE; 2-8,45'FIENDS ' CROSSING _ (TiW074a 1 SIID. ' SEE DETAIL G-BA FOR AND-HYDRANT ST/e5+Q.75Y(BOTTOM BUM) .. .. I O la m t . - ' ' • I TRENCH RESTORATION.1' ' STA:5+42.82i 'I'OF1:1321tt(BOTRAI BEND), I 1 1 V a Q m . - ,1' REQUIREMENTS . I , 'O1RISOLT± I I .I 2..8'./s•BENDS I (TYPIOQ> - ' STA+79.87.(002508 BENI)) I ?.�-' �- a OFF 1.30'LT±'(BOTiOY'BIRO)' 1 • tie I L I: 1 • ' 1. 'I.• I. .1 - I' .1. - • - - I, I',- -SHEET NUMBER C9' -.l '...., • i i Is . . • • - C . MATCH LINE THIS SHEET g Ali • I I I I" • / • I' .• \\. ���' I z43- NW 1ST-ST• . • • • I . - • . 1` 1 D gam. ~i :I' ii i' � • • • • I. 'I O' . i . • I. - _ I •I . (.• gg I y 4 • g Sig" 5 �L I. - I ' ,'.�' �� - -II —. Sg 9. �B'n' ..o.—g i I.l' I +�. - • - 1 C I A I' • _ • m II I I Df'tE IVT Y' 4� • ..qi .i FI ' , i1.- . . ,I t• k\ 1'4d I o' � -. • .gi •d• I ' .I 1 . i:'- ExSMC 10EWAL=�� l' 4vi T3 _ • I `\ 8.. I e 3 Lb �a • • 1 y7JI • N SEACREST BLVD �—< ? a .I U I I _ I _ N aH amH 9 1-`11lIill. m _ }}II I H .. . . • •• � • • • MATCH LINE THIS SHEET • • - • .. .. - .. NHA PROJECT Y@5m PBoi'F.8M4 .. .. • . NW 11TH AVENUE oaaneoza Pi UNDERGROUNDWG RAE Klmlep))1-I®rn - RECONSTRUCTION 0,/24/2018. enEn A"Ns,P.E -. -PREPAREDFORTHE " AND STREET. c.-s As seo.s� - _ um Asoo..�e.AE .. ' • . o m CITY OF BOYNTON.BEACH 9�BY .Ra woAB�w a B _ `as gra;' r LIGHTING PLAN �.�8 .NOR 7a00s ... �, . '- "�MVIDISBN zBOYNTON BEACH FLORIDA - - . - . . . r.NUS[mil: -- - .- . - Na. - ' REURUNS - . .BAIE BY APPENDIX B • • FEEDERS: QUANTUM 07936 • [ .] INACCESSIBLE [X] 13KV [ ] FUTURE23KV I ''[ ],23KV • [ ] SALT SPRAY [ ].ROCK'' • 7 2. —_ --. N 1 -IM1 M1v , Ave, TODAY.► • [ { I . 1 LYI p NF/ail A e i • • I _ .�. II _III :NVJ i-ill Hvr;. I.. NW vn... .-N fh'Avn N tTlh Ave . I. 40/4 J 1916 ' . ' . . LLI� ii: . . . - i (' •d• I 0th J - -151978.( Prsv Bt - s 1 z 1639 1 4 F3� . • . - B T _i Google ' 'n ,a Nin oom ezOie Cowls C. 49/5 J �i I •• 'PLEASE,BE ADVISED THAT RECEIPT OF THIS DRAWING I. I I ' AND/OR SURVEY;WHICH IS AN APPROXIMATION,DOES NOT, . . . RELIEVE YOU OF ANY STATUTORY OBLIGATIONS; ' A Radial-2• _ (( . . . . . . . . . \ INCLUDING THE PROVISIONS CONTAINED IN SECTION 556,. B • Radial-2 A Radial-3 NO i. - ® P FLORIDA STATUTES. - C Radial-2 •BRadial-3 N0.' 3-0D KS Ra••I I ' - • • • - 1.9116"' CALL'811(Sunshine811),PRIOR•TO ANY EXCAVATION. 0337' _ 1/0 3PNDC T'�1___ CRadial-3 N0 _ 1.7/16" Z, .ACTIVITIES, T. i 0637 { 10"•15 LD �� • Wi COPYRIGHT 2014 FPL ALL RIGHTS RESERVED • e c C50 K INST C p 750 - • • - - S 01240 RM- • ��rC50 ly{tadi -1 INS >< 64 0-0337-1-2 e --,, .' — —.— - ..411lr:-z _ _ . 0-1.. -0-5- . -THE MATERIAL CONTAINED HEREIN MAY CONTAIN s mak_ • INACCURACIES.THERE ARE NO EXPRESSED OR IMPLIED In k` 9 �•aL S�G� 4015-t 5-19653RM- - - - t_e • - WARRANTIES.THE USER IS WARNED TO UTILIZE AT HIS/HER•„. . 'F �2'-c'--'f l C)' Ivvv-I t l rniJ J. .. .(3/O A.TPX RM I • 40151965.)RM. 4015/498JS RM I '�' d, .Ci/ V XLPE I,^ f � 401519 M9116" OWN RISK:USER ASSUMES RISK OF.ANY AND ALL LOSS,• 6 ,. `I • I A 25KV XLPE INST 16771 2 1-711 V' 1 .•.®@-+--•.L ITT 1PN1C 1PN1C- 1---II•1PN1C --•+L-4 -1,) S 1PN10 -i---+L-1PN1C I I SIC -+. *' •• � CONSTRUCTION NOTES:'. v c Radia-0 - s':., w [i. .ai. us� ` • • �,%; 1I + 1'I . C Radial-3•:'11. Radial 1-2"PVC INS ''1.7 I. 1 •'LOC 1:INSTALLFUSE BRACKET AND 50 K FUSE' I- G. •C75.( 20 240V1-INST-• tit • `I ..,. 1 "' m . ,_ _ . • ` '? 1 . , INSTALL POTHEAD BRACKET. BREAK 6-8191'0636-1-1 I 1 75,1201240V INST. '8 INSTALL 2'PLASTIC U-GUARD AND 1/OALPRIC • - 4r„k ">.� - ( 1 d'• I 1. 1451 1979 J I ' PH.CABLE DOWN POLE . 6-8110-1136-1-g. • 40(5 J •• LOC 1-0:BLOW BIRDIE PULL 285'OF 1/0 AL C-PH PRI - . LOG 4:55F PAD CONDUIT ELBOWS,ANDINSTALL AND • - m - I . ( i j - — I ENERGIZE C75(120/240)PMTX• - - - ! • - I _ - (. - a : ' LOC 4-7:BLOW BIRDIE AND PULL 250'1/0•ALC-PH PRI . zIR ttt THROUGH 2'CONDUIT • • LOG 7:.SET PAD,MAKE ELBOWS,AND INSTALL AND • a _ I I• - •I • S ENERGIZE C75(120/240)PMTX • • 1 �: I. • .i. '.•1633 : LOC 7-8:BLOW BIRDIE AND PULL 140'OF 1/0 AL C-PH PRI ' -®-46/5 J_ - _ i _ _ I '' - . THROUGH 2'CONDUIT LOC 8:INSTALL FUSE BRACKET AND 50 K FUSE. • . I •• •INSTALL•POTHEAD BRACKET.• • t 1 - INSTALL 2'PLASTIC U-GUARD AND 1!0 AL PRI C • - . 1 • !' I V I� j . .PH CABLE DOWN POLE m t-7-T7-71 • - I • • SAFETY MESSAGE 12,21:PRIOR TO WORKING ON PRIMARY . - • 770. '�. . • . . • . �., j.. .� CABLE OR TERMINATIONS,EMPLOYEES SHALL PROTECT ' . . .153 NW 10TH ST. _ • • r Vl//) • . . THEMSELVES.FROM THE POSSIBILITY OF HAZARDOUS• OD AS-BUILT CREW PRINT 'AS.etnv COPY. • { •. . /4. 1/ I _ - -. DIFFERENCES OF POTENTIAL BY USING ON OF THE FOLLOWING:' • • 5 1% 6 7965•N k ,• , //� �1 4512 1965 J ' I EQUIPOTENTIAL MAT,ISOLATION METHOD,OR 20 KV RUBBER c' •Foremen's Signalvre mm ,Initial. - CeM1Dele . - _ GLOVES • o - Job CERTIFIEOCCMPLETEDes,Seceon Ml,AS.OUILT,print- . Easamenn l] Tree Work?'[I , ' Tree Access?.[] Tree staking Rege1[] " - . Job Owner. •. Rachel Newmark MIA:BR' I' •Township:45 Range:43 Section'21 • McRnel changes shovm on ROS. W Dnelscon/5take7(] CTISpedal eS?[] WebWith SMD?I I SarveyiSlakq?[I • Designer.. - •Michael Foley NW 11TH AVE-OH.REMOVAL-REMOVE OH FACILITIES • ' ..Supervisor's Signature Date POLE LINE FF: IPOLE LINE FT.ONTRANSMPOLES: TRENCH FT: QUCTBANKFT:' Date: 03/16/2018 -ALONG NW-11TH'AVE Wiregmred sreand rode here been ernenarera bew;mm PPL CITY I-I COUNTYRD[I' COUNTY AIR.1 I' STATE RD II • ' FAA[I ' . - Seala:i'=61' • UG' CONY NW IITH AVE;BOYNTONBEACH,FL,33435' 0 IendaNe VeloeseleshowneloAlofalons PERMRREAD , ' .O: woo I l RRDINo I I :DR DIST.[I .i TRANSM,f 1•. _ •,- 5' • •61' •12Y,Dwg No.7742994_11x17-UG.xml : Map No,.N0404 , El'. ..FOreman'sSgnature .Dale Requested TeL Co.Set Pules?11' I Requested Tel.Co.Transfer?1] - . Request CATV Transfer71 I. .. • .. '��'Ma ' WR:7742994- .. - .Page 1-of1 • SECTION 01025 -MEASUREMENT AND PAYMENT PROCEDURES PART 1 GENERAL of work has not been established by the.. Bid Form. or Payment Items, he shall 1:01;. GENERAL include the cost for that work insome other applicable bid item; so that his A. The Contractor shall receive proposal for the project does reflect his and accept the compensation total price for completing the work in its provided in the Bid:"and the entirety. Contract as full payment for furnishingall materials, labor,: 1:02 . MEASUREMENT tools and equipment for , performing . all operations A. The quantities for payment under this necessary to complete the Contract shall be determined by actual work under the Contract,. and_ measurement of the completed items, in also in full payment for all loss place,ready for service and accepted by or damages arising from the the CITY,:. in .accordance . with the nature of the work, or from any applicable method of measurement discrepancy between the therefore contained herein: actual quantities of work and quantities herein.estimated by 1.03 AUTHORITY the CONSULTANT,or from the . action of the elements or from. A. Measurement methods delineated in the any unforeseen difficulties - FDOT Standard Specifications for.Road ._ which may be :encountered and Bridge Construction 2000 Edition, or during the prosecution of the: the individual specification sections work until the final acceptance complement the criteria of this section. In by the CITY. the event of conflict;the Contractor shall notify,the CITY in writing. In determining B. _ . The prices stated in the Bid the resolution; the CITY shall consider include all costs and expenses the :requirement of the: individual for taxes, labor, equipment specification section,FDOT requirements materials, commissions,: and this Section: transportation ;.charges " and expenses; ' patent fees and B. Any, requirements of the Contract royalties, labor for handling Documents; i.e., technical specifications materials. during .inspection,: or project construction drawings for which together with any and all other the method of payment is not explicitly costsand expenses for defined are consideredto be incidental performing and completing the. costs and should be included in other pay work as • shown • on the items as appropriate: Drawings and specified herein. The basis ofpayment for an 1:04 RELATED SECTIONS: item at the unit price shown in the proposal. shall be :in A. Testing Allowance accordance with the description o_f:that item" in this B. 'Applications for 'Payments: :Section Section. SC1027 C. The Contractor's attention .is- ' C. Shop Drawings,Working Drawings, and again called to the fact that the: Samples—Section SC01340 quotations for the various items of work are - intended ' to D. Schedule of Values Section SC01370 establish a :total price for completing the work in its E. Change Order Order : Procedures: Section entirety. Should the Contractor SC01153 feel that the cost for any item F. Field Engineering:Section SC01050 Boynton Beach Utilities-NW 11t Avenue Reconstruction SC01025-1 MEASUREMENT AND PAYMENT PROCEDURES G. Record Drawing Requirements — Reports with..next Application Section SC01705 for Payment to the CITY: H. Testing Specific Utility Systems b. Reimbursement to the Contractor upon proof of 1. Refer. . to . .Section 02513. payment (to the testing and/or POTABLE WATER AND. inspecting firm)on approval by RECLAIMED WATER the CONSULTANT.:. DISTRIBUTION SYSTEMS for applicable and .. :specific B. When other allowances, such as requirements: Contractor. is . NPDES permit and/or: SFWMD , res onsiible for all testingcosts dewateringpermit application p 9PPication fees, or associated With these systems. . coordination with FP&L/AT&T/ Comcast orother,utility are 'identified; on the . . 1:05 ALLOWANCES- :.- Schedule:of Bid Items, the following applies: .. A. :When a Testing Allowance • is identified on the Schedule of Bid 1.' Only those items qualified for CITY Items,the following applies: reimbursement shall be.considered.. All items shallhave written, 1 Costs in Testing .Allowance advance approval of the CITY.. includes engaging a certified, testing agency; .execution .of 2, :Payment Procedures: tests;:and.reporting results as approved by the `CITY; and a:; Submit two (2) copies of the CONSULTANT. agreed invoicing format with proof of payment (as 2, Costs : not included in, the: applicable) with next Testing.Allowance: Application for Payment. a Costs of testing services. 1.06 :SCHEDULE OF VALUES used by Contractor . ._ separate from .Contract. . A. Submit Schedule of Values at the Pre Document requirements Construction Meeting. b. - Testing agency's stand-by B. The Schedule of Values shall be a time:: computer generated original. When the Contractor's proposed Schedule of. c. Costs of. retesting upon Values is accepted by the CITY, it shall, failure of previous tests as. become the basis for the Application for determined : by the Payment.. ,.. CONSULTANT. r C. Contractor shall only revise the 3,' Only:those items qualified for - accepted Schedule of Values to identify; CITY's reimbursementshall be as separate line:.items approved on a considered. Such items may Field Order or Change Order: The CITY include waterquality testing of may issue a Field Order substituting or dewatering activities, modifying.Schedule of Value items. geotechnical, concrete strength cylinders, special compaction 1.07 APPLICATIONS FOR PAYMENT and proctor testing, etc. All predetermined items shall have A. :Submit five (5) copies of :each written, advance approval of Application for Payment (AFP). After.. the CITY, certification by the :CONSULTANT; the CONSULTANT will retain one (1) copy; 4, Payment Procedures: one (1) copy will,be returned to the Contractor and three (3) copies will be a.; Submit two (2) copies of: - forwarded to .the CITY for r .review; the testing and/or authorization and processing. • inspecting,.firm's..invoice and. copies of the Test Boynton Beach Utilities-NW 11th Avenue Reconstruction SC01025-2 MEASUREMENT AND PAYMENT PROCEDURES B. Content and Format: .. Utilize capping. The replacement:of existing Schedule of Values for listing items irrigation in the Public Right-Of-Way as in Application for Payment outlining; the result of pipeline installation or swale the following: . development is NOT a. .pay . item. Replacement of existing ROW irrigation • 1. Provide a column for each of. shall be incidental:to the Unit Price:of. . the following: the pipeline or swale development. a.: Item.Number. 1.08. MEASUREMENT OF.AND PAYMENT FOR b. :Item Description . A. Monthly Payments to the Contractor. c:: Quantity . The Contractor shall plan its work for construction on the basis of twelve (12) . d Unit of measurement monthly pay periods per year. So long e. Scheduled Value: as the work is prosecuted in compliance with'the provisions of the Contract the . . f. Change Orders Contractor will, on or aboutthe last day of the pay period, make an approximate g: Work Completed: estimate, in writing on a form approved 1. _Previous Period . by.the CITY of the proportionate value (Quantity and Value) of the work done,items,and locations of 2. This Period(Quantity the work performed up,to and including and Value) . the last day of the period then ending:, The CONSULTANT will then review : " h. To Date (Quantity and suchestimate and make the necessary Value) recommendations to the Contractor for revision The Contractorshall revise the i. Percentage of Completion . Application.for.Payment,and resubmit to . . the: CONSULTANT 'for review and j. Balance.to Finish Certification.:Redlined Applications for Payment will not be accepted by the k.: Retainage CITY. If the Contractor and the CONSULTANT do not agree on the. NOTE: There is no column for approximate estimate of the'. "Materials Stored the.CITY proportionate value of the work done for does not pay for items ordered any pay period,the determination of the and/or stored on site. As CONSULTANT shall be binding.: The defined later in ;this Section, amount of such estimate after deducting. payment for pay items are paid.. ten percent (10%) and all previous for once the item is installed, payments, shall be due and payable to measured in place, completed: the Contractor in accordance:with the..and accepted, Florida.Prompt Payment Act, §218.70 Florida Statutes; as may be amended C. Application for.Final Payment must from time to time:. be marked:FINAL. Contractormust include in the FINAL AFP"package,: B. Substantiating Data: When the proof of payment and final CONSULTANT requires substantiating settlement with the CITY with information, Contractor shall submit data regards to any temporary and/or justifying quantities and dollar amounts construction watermeters used_ in question. " Contractor shall provide during the course of the project. three (3)copies of data with cover letter for each copy of submittalshowinglcation nuber and date D. When existing Right-Of-Way temiby numberand de cription and line (ROW) irrigation must be disturbed. due to pipeline installation or Swale development, any existing.irrigation_' - 1.09 MEASUREMENT AND PAYMENT UNIT lines shall be marked on :the PRICES Contractors drawings prior to or at the time of temporary. cutting-&- A. Measurement methods' delineated in individual specification sections Boynton Beach Utilities-NW 11th Avenue Reconstruction SC01025-3 MEASUREMENT AND PAYMENT PROCEDURES OM complement criteria of this section. 1.10 Measurement of Quantities:. In event of conflict', requirements of individual specification section A: Weigh Scales: Inspected, tested and govern: certified by the applicable State of ' Florida _ Weights and Measures B. Contractor .shall take daily and. • department within the past year. weekly measurements : and. compute quantities. The Contractor B:" Platform Scales:'Of sufficient size and • shall review and sign'. these daily capacity.to accommodate the conveying and weeklymeasurements with the. vehicle. CONSULTANT. The CONSULTANT shall..also sign-off C. Metering P.Devices: Inspected,tested and . on the weekly measurement sheets. certified by the applicable .State: of indicating the CONSULTANT's Florida Weights and Measures progressive concurrence with the :' Department within the past year • quantities The Contractor shall transmit the signed-off :weekly D. Measurement by .Weight: Concrete measurement sheets to the reinforcing steelrolled o_r formed steel,or CONSULTANT: These other metal shapes will be measured by measurement sheets shall be used handbook weights.. Welded assemblies to form the basis of the quantities will be measured,by handbook or scale claimedon the Application For weight. Payment. E. Measurement by Volume: Measured by.. • C. Unit Quantities cubic dimension using mean length, width and;height or thickness 1. Quantities -indicated in the Schedule of Bid Items are for F. Measurement by Area: Measured by bidding and contractpurposes square dimension using mean length only. - Quantities and and:width or radius. measurements supplied or placed in the Workand verified G. Linear Measurement Measured by by the Consultant and CITY linear dimension, at the item centerline. determine payment: Minor offsets(less than a total of five (5) feet) will not be measuredfor payment , 2: If the:.actual Work requires . Measurement, shall be along the more or fewer quantities than horizontal axis at finished grade: those quantities .indicated in the bid items, Contractor shall H. Stipulated Sum/Price Measurement,. provide the required quantities: : Items measured :by weight volume, at the ..'unit ` sum/prices area,or linear means or combination,as contracted: . appropriate; asa completed and accepted item or unit of the Work. D. Payment • includes, Full compensation for required labor, I. Payment for Work does not indicate products, : tools, equipment, acceptance. Work items previously.paid facilities, transportation, services: for may require additional work effort to and incidentals;. erection; bring them into compliance with the application or installation of an item requirements of the specific :technical'. of the Work; and overhead and specifications and/or project drawings. profit 1.11 UNIT OF MEASURE—SCHEDULE OF.BID E. Final payment for Work governed PRICES by unit prices will be made on the " • basis'of the actual.measurements A.: Payment for furnishing and installing and quantities accepted ,by the those items cited in the.Schedule of Bid • CONSULTANT and. CITY, Items and subsequent Schedule of multiplied by the unit sum/price for - Values is noted herein. If"remove and Work, which is incorporated in or replace •is indicated on the project made necessary by the Work. construction drawings (by either annotation or line weight),then the item Boynton Beach Utilities-NW 11t1 Avenue Reconstruction SC01025-4 MEASUREMENT AND • PAYMENT PROCEDURES descriptions below include the pay item may be disqualified and the • removal and proper disposal of the CITY and Consultant may not existing items: evaluate their bid proposal.; This cost shall be shown on the Schedule. of B. Mobilization/Demobilization, Bonds, -• Values: Insurance.& General Requirements— Bid Items No..1 3. " Partial payments for the NPDES compliance shall be made in 1. Payment _. for the General accordance withthe following .• Conditions shall be made per • schedule:: item and shall be full;. compensation for preparatory Percent of Original Allowable percent of work and operations in mobilizing Contract Amount NPDES Compliance and demobilizing for the project Earned including but not limited to,.those,- 10 10 Operations. necessary. for the movement of personnel;. . 50 50. :.. equipment, sup lies and. 75 Final Payment- additional100 incidentals to: and .;from:. thea : No payment project site,• Maintenance of Traffic, for establishment of D. Drawings-Bid Record. Item No 3 temporary offices buildings,:safety equipment sanitary andPaymeDrawings shall 1. nt for Record: other facilities andcompliance be made at. the Contract lump sum with permit conditions for permits price and shall be full compensation • secured by either the Owner or for preparation" and .:maintenance of • Contractor::.• • the Record Drawings as specified. in technical specification 01340 SHOP 2. MOT plans shall be.required for DRAWING REQUIREMENTS and the work within City of. Boynton : requirements of this Special Beach R-0-W. Condition 3 Audio Video Documentation shall 2• Partial. .payments for the Record be performed pre and, post Drawings shall be made in construction as specified in accordance : with the following Special Conditions. SC01390 schedule: VIDEO AND PHOTOGRAPHIC Percent of"Original Contract Allowable percent of Lump SITE SURVEY.::. Amount Earned Sum Price For Record Drawings. 4. ..The _cost of bonds, permits, 10 10 required insurance and any other 25 25 pre-construction expense 50 50 necessary _for: the start of the 75 75 work shall alsobe included in the Final Payment 100. General Conditions. 3 Contractor shall..submit updated As= C.. NPDES Compliance—Bid Item No.2 withPay Built : Drawings :. each Application Request. . 1. Payment for NPDES compliance shall includethe .preparation.of E. Indemnification-Bid Item No 4 the NPDES Plan, development and:compilation of the BMPs,.site 1. Payment under this item is in implementation and .. accordance with of the Front-End. documentation of inspections: Contract 2. Contractor shall refer• to the F. .Demolition-Bid Item No..5 Schedule of Bid Items for instructions on the method of 1. Method of Measurement The calculation for this Pay Item.-Any: . quantity to be paid for under this bidder who enters an amount . section shall be on a lump sum basis. greater than the 1.5%limit for this Boynton Beach Utilities-NW 11th Avenue Reconstruction SC01025-5 MEASUREMENT AND PAYMENT PROCEDURES 2. Basis of: Payment Payment shall be at the Contract Lumpa T. $ubgrade:Preparation—Bid Item No:8 Sum Price and shall :include, but not be limited to, furnishing 1: Method of Measurement: The all materials, labor; . and quantity to be paid for under this equipment required to:remove - signs,. section shall be per square yard concrete sidewalk, fence, guardrail, asphalt 2.. Basis of Payment• Payment shall pavement, base, curb & gutter, be at the Contract Unit Price and on-site debris, abandoned shall utilities, utilities to be. removed furnishing include, matert ials,bet limited and except those with.separate bid . s all Is, equipment required to prepare items, including disposal, and. sub rade, including . stabilizing, any other work described on: 9 9 g` grading, •:compaction, testing, and theplans :or required for a ' - qany other work described onthe complete and: functional plans or required for system: and functional system.. a complete G. Site Restoration—Bid Item No:.6 Item J. Base—Bid No.9 1. . Method of Measurement: . .The; 1: Method of: Measurement The quantity to be paid for under this ', quantity to be paid for under this sectionshall be on a lump sum basis: sect ion shall be per square yard 2. Basis of Payment: Payment shall 2. Basis of Payment Payment be at the Contract Unit Price and shall beat the Contract.Lump • shall include, but not be limited to, Sum Priceandshall include furnishing all materials, labor, and.. but not be limited to, furnishing equipment required to_install base all materials labor,. andmaterial includin grading, 9 9 9. . equipment required to restorecompaction, testing, and any other the site to a condition equal to work described on the plans or or better than the existingand anyother work described on required fora a complete and functional system the plans .or required for a complete and. functional system. Milling Bid Item No. 10 1. MethodofMeasurement The H.' Earthwork. -Bid.Item'No.7 : � quantity to be paid for under this 1. Method of Measurement The : section shall be per square yard.: quantity to be paid for under this 2. Basis of Payment Payment shall section`shall be ona lump sum be at the Contract Unit Price and shall include, butnot be limited to furnishingl materials, labor, and 2 Basis of'Payment Payment equipment all to mill :the shall be at the Contract Lump existing asphalt as halt pavement (1 Sum Price and shall"include, . . ' • but not be limited to, furnishingminimum), including millings : .: disposal, and any. other work allmaterials, labor, and equipmentpre required tothe required described on the. plans or req q bring' for •a complete and functional site to proposedgrader including • excavation, : . system. embankment,grading, disposal. of. excess material, L. 1"Asphalt Bid Item No. 11 compaction, testing, and any other work described on the 1. .Method of Measurement:. The plans or required for a quantity to be paid for under this complete and; functional section shall be per square.yard. system: . . Boynton Beach Utilities-NW 11th Avenue Reconstruction SC01025-6 MEASUREMENT AND PAYMENT PROCEDURES • .. HES' 2:: Basis. of: Payment Payment 2: Basis of Payment Payment shall shall beat the.Contract.Unit be at the Contract Unit Price and Price and shall include,;but not shall include, but not be limited to; be limited to,;"furnishing all furnishing all materials,.labor, and materials, labor :- and equipment.required to install base . equipment required to install 1". material, including . .grading; thick " :as halt (compacted. compaction, testing, and' any. other" " thickness),including tack coat, - work described on the pans or: compaction; testing, overbuild, required for a complete and and any other work described functional system. on the plans or.required for a complete and. functional P. Milling-County RAN-Bid Item No.15 system. . 1. Method' of " Measuremenf.' ' The . . M. .1-1/2"Asphalt-Bid Item.No 12 ;" quantity to be paid for under this section shall be persquare yard: 1 Method of Measurement: The ;- quantity to be paid for,under this 2.. Basis of Payment Payment ;shall section shall be per squareyard: be at the Contract Unit Price and " shall include; but not be limited to; 2 Basis. of Payment Payment" furnishing all" materials," labor; and h 'sall be at the•Contract Unit equipment required to mill the Price'.and shall include; but'not. " existing asphalt pavement (1" be' limited to,. furnishing. all • minimum)' including millings materials,: :. labor :. and disposal, and any other work equipment required to install 1- • described on the plans or,required 1/2" thickphalt (compacted as thickness),. including" prime , for a .complete and functional system. coat compaction,"testing, arid " - any other work 'described on. - Q. 1" Asphalt- County RNV Bid Item No. the plans or; required for "a_ : " -- complete complete : and functional system. • 1. Method of Measurement The quantity to be paid for under this section shall be per square yard. N. Suborade:Preparation — County R/W Bid Item No.13 2. Basis of Payment Payment shall be at the' Contract Unit Price and 1. Method of Measurement The. shall include, but not be limited to, quantity:to be paid for under this furnishing all materials, labor;"and section shall be per square yard, . equipment .required to install 1". thick asphalt . (compacted 2. Basis of Payment Payment thickness), including tack coat, • shall be.at the Contract.Unit • compaction, testing, overbuild; and Price"and"shall"include; but not - be limited to," furnishin all any other r work described on the 9 plans or required for a complete. • materials, labor, and and functional system. equipment required to prepare subgrade, " including `"grading,. R." "1-1/2'`.-Asphalt - County RNV:— Bid Item compaction, testing, and any other work. described" on the plans or required ;for a: - 1. Method" "of Measurement The complete and functional quantity to be paid for under this system: section shall be per square.yard: 0. Base .County R/W-•Bid Item No. 14 2. "Basis of Payment Payment shall.. be at the Contract Unit Price and 1. Method of Measurement: .The .: shall include;:but notbe limitedto, quantity to bepaid for under this ' " furnishing all materials, labor, and section shall be per square yard: equipment required to install 1-1/2 thick " " asphalt: (compacted Boynton Beach Utilities-NW"11th Avenue Reconstruction SC01025=7 MEASUREMENT AND PAYMENT PROCEDURES thickness);: including prime equipment °.'required : to adjust.. coatcompaction; testing .and existing manhole rims to' proposed , any,other work described on grade and any other work described the plans .or required for a on the plansor required for a complete and functional complete and functional system: system. V. Exfiltration — No.Bid.Item o.21 S. Ditch Bottom Inlet—Bid Item No. 18 1. Method of Measurement The 1. Method..of Measurement The quantity to 'be paid for under this quantity to be paid for under this section shall be per linear foot. section shall be per each. 2: Basis of Payment Payment shall ' 2. Basis of Payment Payment be at the Contract Unit Price and. shall be at the Contract Unitshall include; but not be limite. d to, Price and shall include; but not furnishing all materials, labor, and be, limited to, furnishing all: equipment - required to install materials, labor, and exfiltration 'trench;:-including filter equipmentrequiredfabric;washed •rock, pipe (including to install: ditch bottom .inlets including' solid sections'at- inlets/manholes), filter fabric, .washedrock, pipe: backfill, compaction, testing, and connections, frame & grate, any other work described on the backfill, compaction, testing, plans or required for'a complete and any other work described and functional system.. on the plans or required for a complete and functional, system. W Flume Bid Item No.22 1... Method. of: Measurement The T.' Manhole-Bid'Item No: 19 . quantity •.to be 'paid' for .under this section shall be per each 1. Method of Measurement: The. quantity to be paid for under this2Basis:- section shall be per each: be at the Contract Unit Price and 2 Basis of. Payment :Payment shall not be and shall be at the Contract. Unit e •uipmlen ng all requmaired •to install Price and shall include, but not. be. limited .to,- furnishing- all flumes; � including. excavation materials,: : labor, and- concrete placement formwork, cr pla a nt; saw cutting, . and . any:. other work equipment required to install described. on the plans or required manholes, including. filter. for •a complete and functional fabric, ;rock support pipe p p system. connections, bricks, frame & cover, backfill, compaction, testing, and any other work, • X ..Bollard Bid Item.No 23 described on the plans or required for a complete 'and 1. Method of Measurement The functional system.. quantity to be paid for under this.. . section shall be per each. U. Adiust Rim-Bid Item No.20 2. Basis of Payment Payment shall be at the Contract Unit Price and - 1. . Method of Measurement The shall include, but not belimited to, quantity to be paid for under this furnishing all :materials, labor, and section shallbe per each. ' equipment required to install bollards, including excavation; 2 Basis of: Payment: Payment formwork, concrete placement, shall be at the Contract Unit h testing, Price and shall nclude, but not i any backfilling,. compaction, work be limited to, furnishing . all described on andain g,a the ans�orerequired. materials, labor, and for a complete and functional Boynton Beach Utilities-NW 1111'Avenue Reconstruction SC01025-8 MEASUREMENT AND PAYMENT PROCEDURES system. system. Y. Curb&Gutter-Bid Item No.24 BB.;.Detectable.Warning—Bid Item No.27 1. Method`of:Measurement: The 1. Method of Measurement The quantity to be paid for under this quantity to. .be paid for under this, section shall be per linear foot: section shall be persquare foot. 2. Basis of Payment Payment 2. Basis of Payment: Payment shall shall be at the Contract Unit be at the Contract Unit Price and _ Priceand shall include; but not shall include, but not be limited to,: be limited to, furnishing all furnishing all :materials; labor; and materials, labor,: and equipment required to install equipment required to install detectable warning surfaces and curb & gutter, . including any other work described on the compaction, formwork; plans or required for a complete placement saw cutting,testing, and functional system.. and any other work described on the plans or required for a- CC Sign—Bid Item No.28 complete and ' functional Y. 1. • Method of: 'Measurement: Thequan to nder this Z. Curb'-Bid Item No.25 section y'shall epaid be on for an Uassembly basis. 1. Method of.Measurement The quantity to be paid for under this 2• Basis of Payment Payment shall section shall be per linear foot. be at the Contract Lump Sum Price and shall include but not be ftmited, 2. Basis of Payment. Payment to, furnishing all materials, labor, shall be at the Contract Unit and equipment required to.install Price and shall include, but not signs, including anchor, post be limited to;- furnishing all fasteners, placard; and.any other materials, labor,. and work described on the plans. or equipment required to install required for a complete ; and curb, including compaction; functional system formwork, 'placement, saw -• cutting; testing; and any other DD Pavement Marking—Bid Item.No.29 work described on the plans or required for a complete and 1. Method of Measurement The functional system: quantity to be paid for under this section shall be on a lump sum basis. AA. Sidewalk .Bid Item No.26 2, Basis of Payment Payment shall 1. Method of.'Measurement: The be the Contract Lump Sum Price quantity to be paid for under this and shall include; but not be limited section shall be per square yard: to furnishing all materials, labor, and equipment required to.install 2. Basis of Payment: Payment thermoplastic pavement markings, shall be at the Contract Unit including temporary . markings, Price and shallinclude, but not: retroreflectivepavement markers, all and anywork described on be limited to,: :furnishing other' materials, labor, and the plans or required for a complete equipment required to install. and functional system., concrete sidewalk; including grading,compaction,formwork,: EE. 7. Line Stop and Restrained Cap — Bid placement, expansion joints, Item No:30 saw cutting, testing, and any other work described on the. • plans. or . required for .a complete and : functional Boynton Beach Utilities—NW 11'.h Avenue Reconstruction SC01025-9 MEASUREMENT AND PAYMENT PROCEDURES 1: Method of Measurement The:. backfilling;compaction,:testing, and:, quantity to be paid for under this any.other work described on:the sectionshall be per each: plans or;required for a;complete and functional system. 2. .Basis of Payment' Payment shall be.at the.Contract.Lump e _ HH.6"x8"R ducer Bid Item No:33 Sum Price'and. shall include, but not be limited to, furnishing 1.. Method . of .Measurement The all materials, labor, and ll 2 quantity to be paid for' under this equipment required to instasection shall be per each linestop and restrained cap; • including uding excavation,concrete 2 Basis of Payment. Payment shall backfilling; compaction;testing, be at the Contract Unit Price and temporary°patching, and: .any shall include, but not be limited to, other work described on the _' . ; ;. furnishing all materials, labor, and plans or required for a equipment required to install 6"x8" complete and functional reducers, including restraint, and system. any other work described on the plans or.required for a complete FF..Water Main. Removal Bid Item No: functional system. 31 .. and II. 14"x8"Stainless Steel Tat:vino Sleeve and 1. Method of Measurement TheValve—Bid'Item No:34 quantity to be paid for under this section shall be perlinear foot. 1: Method of Measurement:' The quantity to be paid.for under this _. 2 Basis of Payment Payment ' section shall be per each.. shall be at the Contract Unit " • Price and shall include;but not 2,. Basis of Payment :Paymentshall be limited to, furnishing: all ' be at the Contract Unit Price and'. materials, labor,' and. shallinc butnot be limited include, to; I. equipment required to remove furnishing all materials,;labor; and potable water systems including equipment required to install T4."x8" excavation, draining;. . pipe,. stainless steel tapping sleeve and services, meter boxes, valve, . ' including excavation appurtenances, disposal, restraint box, EMS marker, backfilling; compaction;testing, indicator . plate backfilling temporary restoration,'.and any compaction; testing,'and any other other work described on the work:described on the plans or plans or required for a required for a complete and complete and .' functional functional system:.: system. JJ. 6".Gate Valve—Bid Item No:35 .' GG.6"x6" Stainless Steel Tapping Sleeve and Valve—Bid Item No.32 1. Method of' Measurement: . " " 'The 1. Method of Measurement The . quantity to be paid for under this quantity to be.paid for under this sectiorishall be per each. section shall be per each.; 2..' Basis of Payment: Payment. shall 2. Basis of Payment. Payment be at the Contract Unit Price and shall include, but not be limited to, shall be at the Contract Unit. •furnishing all materials, labor; and Price and shall include, but not equipment required to install 6"gate be limited to;' furnishing: all ' _ . valves, including restraint, box, materials, labor, and ' . . EMS marker indicator la ad equipment required toinstall any other .work described on the 6'x6" stainless steel tapping 9plans; or required for,a complete sleeve and valve; including functional system. ,excavation, restraint box,.EMS marker, indicator plate, KK 8"Gate Valve—Bid Item No:36 Boynton Beach Utilities-NW 11 'Avenue Reconstruction SC01025-10 MEASUREMENT AND PAYMENT PROCEDURES 1. Method of." Measurement::'. The 3. • Method of-Measurement:: :The quantity to be "paid for under. this quantity to bp paid for under this section shall be per each.. section shall be per each. 2 ' .Basis of Payment- :Payment shall 4.' Basis of Payment Payment. beat the Contract Unit Price and shall be at.the Contract Unit shall include, but not be limited to Price and:shall include;butnot furnishing all materials, labor; and be limited to, furnishing .all equipment required to install fire materials; labor, and Hydrants,: including excavation; equipment required to install 8 fittings,valves, pipe;restraint.thrust gate valves including restraint blocks` EMS marker backfill, box; EMS marker, indicatorcompaction, testing, and any other plate, and any other work work. described on the plans or "described 'on the plans or required for a complete- and required'for a complete and • functional system: . - functional system. OO 8"Water Main with Tracer Wire Bid'Item LL: Sampling Point-Bid Item No;37 No.40 1. Method of Measurement The 1 Method : of Measurement . The quantity to be paid for under this quantity'to be. paid for under this:: section shall be per each.' section shall be per linear foot: • 2 Basis :of Payment: Payment 2. Basis of Payment Payment shall shall.be at the Contract Unit:. be at he Contract Unit. Price :and Price and shall include;but'not' • be' limited to, furnishing all. hall-include,'but not be limited to, • materials,, labor,, and furnishing all. materials, labor; and equipment- re required to 'install equipment required• . to install 8 q water main with: tracer wire, sampling points,` including. includingexcavation, additional • chlorinating the main; • . • piping: required to account for' bacteriologicalg�testing, and any change in vertical ' elevation, other work' described on the" disinfection; * filing, backfilling; plans or - required for a • compaction, pressure testing. ; and complete and functional : system. . any other work described on the plans 'or_requiredfor a complete and functional system. MM.8"x6"Tee-Bid.Item No.38'. 3. Method of Measurement: The — . PP 8711.25-Degree. Bend Bid Item No 41 quantity',to be paid for under this 1: Method of Measurement The section shall beper each: quantity to be paid for under this section shall be per each 4. .Basis of Payment Payment • shall be" at the Contract Unit _ - 2. Basis of Payment Payment shall Price and shall'include;.but not be. limited to, furnishing all: be at the-Contract Unit Price and and .. shall:include, but not be limited to; materials, labor furnishing all materials, labor, and equipment required to install equip• me• nt required to: install 8 -8°x6' tees,.including restraint degree bends; including and any other work described; restraint thrust blocks, and any on the.plans or required for : other work'described on the plans complete and functional pe or. required for a complete and system: functional system: NN.Fire Hydrant—Bid Item-No.39 ' Q "'45 — . , . -Degree Bend. Q. 8 Bid Item No 42 Boynton Beach Utilities—NW 1 lth Avenue Reconstruction SC01025-11 MEASUREMENT AND PAYMENT PROCEDURES 1: ` Method of Measurement The quantity to.be paid for under this 3.: Method of .Measurement The section shall be per each:: quantity:. to be paidfor under this section shall be per each 2. Basis of Payment Payment shall be at the Contract•Unit. 4.: Basis of.Payment: :Payment shall Price and shall include but not be at the Contract Unit Price and • be limited`•to, furnishing: all shall include, but not. be limited to, materials, labor, and furnishing all :materials, labor, and equipment required to install 8" equipment required, to install 6" , 45-degree bends, .including sanitary services including restraint;thrust blocks, any excavation, cutin, .EMS marker, other work described on the cleanouts, mini manholes, concrete plans or required for. a: collars, wing nut plugs, trench complete ::- and functional restoration,:testing, and any other system: work;described on the plans or required for a complete and RR.Water Service—Bid Item No:43 functional system. 1. Method. of Measurement: The _ UU.Power Underoroundinq—Bid Item No.46 quantity to be paid for under this: section shall be per each. 1. Method . of Measurement:. . Thequantity to be for under 2 : .Basis of Payment...Payment section shall be on paid this lump um basis. • shall..be at. the Contract Unit Price and shall include, but not 2.: Basis of Payment Payment shall be limited to, furnishing all be at the Contract Lump Sum Price materials,. labor, and and shall include; but not be limited equipment required to :install to,:installingall materials (provided water. services; including by FPL), labor and equipment excavation, . .:casing, copper" `required. to relocate existing tubings EMS marker, meter overhead power utilities to an boxes, backfilling;_compaction, underground location, including testing;. and any other. work • risers,;excavation;'conduit and wire described on ..the plans or - installation, equipment. ,installation; required for a complete and tracer wire, EMS markers, backfill, functional system: : • trench . . restoration, sidewalk restoration compaction testing; • SS. Lateral Removal—Bid Item No:44 . terminations, and any other work described on the plans or required;. 1..:Method of Measuremen The: for a :complete ' and functional_: quantity to be paid for under this;. system section shall be per each: W. Telephone Undergroundinq—Bid Item No.' 2. Basis of. Payment Payment 47. = shall':be at the Contract Unit Priceand shall include, but not • 1. Method of Measurement The be limited to,. .furnishing all quantity .to be paid for under this materials,:: labor,' and section shall be ona lump sum basis. • equipment required to remove sanitary sewer laterals,: • 2. Basis of Payment: Payment shall including excavation, disposal; be at.the Contract Lump Sum Price wing nut plugs, trench and shall include, but not be limited restoration, testing; and any to, furnishing all materials; labor, other. work described onthe and equipment required to relocate plans or: required for: : a existing overhead telephone utilities complete and functional to an underground location, system: including excavation, conduit pull boxes, ground wires, ' backfill, • TT. 6"Sanitary Service—Bid Item No.45 compaction;.testing, and any.other Boynton.Beach Utilities-NW 11t Avenue Reconstruction SC01025-12 MEASUREMENT AND PAYMENT PROCEDURES • work described on the.plans or testing; and any other .work required for a complete and described on the plans or required functional system, for. a complete and functional system: WW. Television Undergroundinq Bid Item_No.48 YY Landscape and Irrigation Bid Item No.50 1: . Method of Measurement The 1.. Method . of Measurement The quantity to be paid for underthis quantity to be paid for under this section shall be on a lump sum section shall be on a lump sum basis. basis. 2. Basis. of Payment Payment 2.: Basis of..Payment Payment shall be at the Contract Lump Sum Price shall be at the Contract Lump and' shall include but not be limited Sum Price and shall 'include, but not be.limited`to, furnishing to labor to, furnishing, all materialsr all. materials, labor, and and equipment required install landscaping and irrigation, including equipment required to relocate frees, shrubs, ground cover,. existing overhead television . planting soil, staking, mulch, utilitiestoan undergroundmaintenance, fence; water service, location; including, excavation, controller; rain sensor, excavation; conduit,duit, conduit terminations, valves; boxes, sleeves, mainline, backfill, compaction, :.testing, thrust blocks,' utility marking tape : . . and any other work described wiring; lateral lines, backfill, on the plans or required for a compaction:;. testing, ;.sprinklers,. complete : and functional bubblers, and: any other work system described on the plans or required for a complete and functional • XX Street Lighting-Bid Item No.49' system: 1. Method of Measurement:. The 2 PART 2 PRODUCTS Not Used. quantity tobe paid for under this section shall be on a lump sum . 3 PART 3 EXECUTION Not Used; basis; *SP ECIAL NOTE: 2. Basis of Payment: Payment shall be at the Contract.Lump. The CITY retains the option to utilize up to 20% of Sum Price and shall include,_ the excess material.from excavation and trenching but not be.limited to, installing operations.. If the CITY. exercises: this opfion,:. all materials(provided by FPL); Contractor shall stockpile the excess material and. labor, and equipment required: deliver to the CITY's facility:as directed:by the toinstall street lighting, CITY`s Representative. including .excavation, conduit installation; pull box installation, tracer wire, .EMS' END OF SECTION markers; 'backfill; compaction, Boynton Beach Utilities-NW 11t Avenue Reconstruction SC01025-13 MEASUREMENT AND PAYMENT PROCEDURES.