Loading...
04/13/2010 WORK SESSION AGENDA Council Chambers - City Hall 4/13/2010 - 9:00 AM 1. Presentations 1.1 Service Awards Attachments 1.2 Presentation of GFOA Certificate of Achievement for Excellence in Financial Reporting - 2008 Annual Financial Report Attachments 1.3 Presentation of the City's Annual Financial Report Attachments 2. Financial Services 2.1 Declare the list of vehicles and equipment surplus to the needs of the City and authorize disposal through sale to the highest bidder at the Tampa Machinery Auction, Tampa, Florida, and authorize appropriate officials to execute same. (consent) Attachments 3. Gas System 3.1 Award a contract (Blanket Purchase Order) for gas meters and regulators to M. T. Deason, Incorporated in the amount of $255,000 for the period April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) Attachments 3.2 Award contracts (Blanket Purchase Orders) for Gas Material Steel Pipe and Fittings to Consolidated Pipe and Supply in the amount of $53,000; to M.T. Deason in the amount of $70,000; and to General Utilities Pipe in the amount of $125,000 for the period of April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) Attachments 3.3 Award a contract (blanket purchase order) for Gas Material Polyethylene Pipe and Fittings to Consolidated Pipe and Supply in the amount of $200,000; to M.T. Deason in the amount of $70,000; to General Utilities Pipe in the amount of $125,000; and to Elster Perfection in the amount of $87,000 for the period of April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) Attachments 4. Marine and Aviation 4.1 Approve an update to the City's monthly recreational dockage permit providing recreational boaters a license to moor their vessels and use the facilities at the Downtown Boat Slips, the Clearwater Municipal Marina, and Island Estates and adopt Resolution 10-05. Attachments 4.2 Approve a $175,000 settlement to reimburse David King, Fixed Base Operator (FBO) at Clearwater Airpark, for overcharges of storm water fees, authorize transfer of $175,000 from Central Insurance Fund reserves to the Airpark Fund to fund the payment, and authorize the appropriate officials to execute same. (consent) Attachments 5. Solid Waste/General Support Services 5.1 Award a contract (Blanket Purchase Order) to Jet Age Fuel of Clearwater, FL for an amount not to exceed $5,900,000 for the purchase of unleaded and diesel fuel for City Motorized equipment as per the award of City of Clearwater RFP 19-10 during the contract period May 1, 2010 through April 30, 2011 and authorize the appropriate officials to execute same. (consent) Attachments 6. Engineering 6.1 Approve the applicant's request to vacate the 10-foot drainage and utility easement lying along the west side of the east property line of Lot 18, Countryside Tract 56, Unit 1 (a.k.a. 3245 Hyde Park Drive), and approve Ordinance 8170-10 on first reading, (VAC2010-02 Walker). Attachments 6.2 Approve a design work order to Engineer of Record, King Engineering Associates, Inc. in the amount of $136,621.00 for the Advanced Pollution Control Facilities Clarifier Evaluation and Rehabilitation Project (09-0045-UT) and authorize the appropriate officials to execute same.(consent) Attachments 6.3 Approve contracts to Williams Testing LLC of Sarasota, FL in the amount of $406,000 for Sanitary Sewer Rehabilitation; to Reynolds Inliner of Clearwater, FL in the amount of $800,000 for Sanitary Sewer Cleaning and Televising Inspection; to Rowland Inc. of Pinellas Park, FL in the amount of $600,000 for Sanitary Sewer and Force Main Emergency Repair; to Concrete Conservation, Inc. of Jacksonville, FL in the amount of $210,000 for Sanitary Manhole Rehabilitation; and to SAK Construction of Jacksonville, FL in the amount of $209,000 for Cleanouts Installation, which are the lowest responsible bids received in accordance with the plans and specifications of the 2009-2010 Sanitary Sewer and Manhole Rehabilitation Project (#09-0047-UT)and that all appropriate officials be authorized to execute same. (consent) Attachments 6.4 Accept a 25-foot Drainage and Utilities Easement over, under, across and through a portion of the Northeast 1/4 of Section 18, Township 29 South, Range 16 East as conveyed by Faith United Church of Christ, Inc., a Florida not-for-profit corporation, in consideration of receipt of $10.00 and the benefits to be derived therefrom. (consent) Attachments 6.5 Approve a contract to TLC Diversified, Incorporated of Palmetto, Florida, in the amount of $316,445.10 for Lift Station 41 Rehabilitation (07-0009-UT) in accordance with City Code Sec. 2.564(d), other governmental bid,and authorize the appropriate officials to execute same. (consent) Attachments 6.6 Approve Change Order 1 for the 2009 Bridge Rehabilitation Project to Castco Construction Inc., of Largo, Fl in the amount of $26,474.99 for a new total contract amount of $181,982.75 and authorize the appropriate officials to execute same.(consent) Attachments 6.7 Approve Change Order 1 for the 2009 Sidewalk Project to Kilgore Construction, LLC of Largo, Fl, in the amount of $119,715.75 for a new total contract value of $413,219.68 and authorize the appropriate officials to execute same. (consent) Attachments 6.8 Accept a 330.73 square foot Right of Way and Utilities Easement over, across, under and through a portion of Lot 200 of the plat of MORNINGSIDE ESTATES UNIT 1 conveyed by Congregation Beth Shalom, Inc., a Florida not-for-profit corporation, given in consideration of receipt of $3,310.00 and the benefits to be derived therefrom. (consent) Attachments 7. Planning 7.1 Approve the Annexation, Initial Land Use Plan Designation of Residential Low (RL) and Initial Zoning Atlas Designation of Low Medium Density Residential (LMDR) District for 1404 Seabreeze Street (Lot 20, Block B, Sunny Park Groves in Section 23, Township 29 South, Range 15 East); and pass Ordinances 8160-10, 8161-10 and 8162-10 on first reading. (ANX2010-0200 1) Attachments 8. Official Records and Legislative Services 8.1 Appoint a member as the Alternate member to the Community Development Board with term to expire April 30, 2014. Attachments 8.2 Appoint Kip Corriveau, in the Not For Profit Provider of Affordable Housing category, to the Neighborhood and Affordable Housing Advisory Board (NAHAB)with the term to expire April 30, 2014. (consent) Attachments 8.3 Appoint Sultana Sophie Volaitis, in the artist category, to the Public Art and Design Board (Artist rep.) with term to expire April 30, 2014. (consent) Attachments 9. Legal 9.1 Approve amendments to the Community Development Code to address judicial findings regarding provisions of the sign code, and pass Ordinance 8158-10 on first reading. (TA2010-01001) Attachments 9.2 Amend Clearwater Code of Ordinances Section 28.041, Soliciting, collecting, etc., upon streets, to enhance its constitutional defensibility and pass Ordinance 8159-10 on first reading. Attachments 10. City Manager Verbal Reports 10.1 City Manager Verbal Reports Attachments 11. Council Discussion Items 11.1 Hotel Accessory Use - Cretekos Attachments 11.2 Budget Work Session Follow up - Jonson Attachments 11.3 City Organization Chart - Jonson Attachments 12. Closing Comments by Mayor 13. Adjourn 14. Presentation(s) for Council Meeting 14.1 Clearwater Poetry Day Proclamation Attachments 14.2 Pinellas Public Library Cooperative Appreciation Month Proclamation Attachments 14.3 National Public Works Week Proclamation B Attnchmentc Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Service Awards SUMMARY: 5 Years of Service Charles Jeffries, Jr. Public Utilities Charlie Sims Public Services Judith Kolmer Engineering Sebastian Dembek Public Utilities Clifford Patterson Parks & Recreation James Ream Public Utilities Jason Kutch Parks & Recreation Rosanne Lacey Fire Steven Strong Fire 10 Years of Service Michael Head Solid Waste/General Services Kevin Boaden Fire Robert DeVore Customer Service 15 Years of Service Lyle Adams Solid Waste/General Services Thelma Catio Parks & Recreation 20 Years of Service Paul Hull Legal 25 Years of Service William Tedder Finance Randy Cline Marine & Aviation 30 Years of Service Clifford Norris Parks & Recreation Robert Van Duyne Engineering Thomas King Solid Waste/General Services Review Approval: 1) Clerk Cover Memo Item # 1 Thank youfortaking this time to recogni. e any 25 years of service. It has been a privifege to worku4th and (eanc from so many ta.fentediudividuafs. I know there are otherempfoyees tftat feel as I do; that is, what we do has purpose andnteaniztg in the fives o f the citizetzs of Cfearwater u)e serve. As a representative of the citizens I work foryou audl cau promise you that I uriffcontinue to give you my very best efforts. As a Vietnam era veteran honorable discftargedfrom the mazy alt.dnowa 25 yea.rveterau ofser( ce to the City of Cfearwaterl hope that in some smaffwayI have hetpedthm country that.( am so proudof. I believe that efectedofficiafs attdentpfoyees •u?itftingo'vernmertt shoufd always bearin nzind that what we represent was best reffectedin QWsident Lincohr.'s sta.tenzent, "...that government of tfte peopfe, by the peopfe, for thepeopfe, shaffnot perish f rout the earth ". Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Presentation of GFOA Certificate of Achievement for Excellence in Financial Reporting - 2008 Annual Financial Report SUMMARY: The Government Finance Officers Association of the United States and Canada (GFOA) has a certificate program (established in 1945), which is designed to recognize and encourage excellence in financial reporting by state and local governments. The City of Clearwater has earned the Certificate of Achievement for Excellence in Financial Reporting for its 2008 annual Financial Report. This is the 30th year that the City has received this prestigious award. In order to earn the Certificate of Achievement, the City of Clearwater's Comprehensive Annual Financial Report had to meet the high standards of the certificate program. By meeting the standards of the program, the Financial Report is a more useful and understandable tool for Clearwater's citizens, the media, and others who have a vital interest in the government. The governing body and taxpayers of Clearwater should take special pride in the fact that their annual financial reporting document has been judged to be one of the best in its class. The award gives bond insurers and rating agency comfort and thus ensures that the City receives low interest rates on its borrowing. This award reflects the commitment by many individuals to the highest standards of financial reporting. It reflects the endorsement and support of elected and appointed officials, and is a tribute to their foresight and leadership. This award also reflects the expertise, high degree of professionalism, and many hours of hard work by the staff involved in preparing this annual financial report. Achievement of this award is a tribute to all of them. The City's "CAFR" team works diligently each year to complete the financial report. This team is composed of members of the City's Finance and Budget departments as well as financial staff from other City departments. The City takes financial responsibility and accountability very seriously, and therefore, individuals with financial expertise have been placed in various departments around the City. Many of these individuals are licensed CPAs. Jay Ravins, Assistant Finance Director for the City of Clearwater has the overall responsibility for financial reporting for the City. Our external auditors, Cherry Bekeart and Holland provided assistance in obtaining this award. Review 1) Financial Services 2) Office of Management and Budget 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Approval: Manager 7) Clerk Cover Memo Item # 2 Attachment number 1 Page 1 of 1 Certificate of Achievement for Excellence in Financial Reporting Presented to City of Clearwater Florida For its Comprehensive Annual Financial Report for the Fiscal Year Ended September 30, 2008 A Certificate of Achievement for Excellence in Financial Reporting is presented by the Government Finance Officers Association of the United States and Canada to government units and public employee retirement systems whose comprehensive annual financial reports (CAFRs) achieve the highest standards in government accounting and financial reporting. OF i. ?? r /4100000-- twaP AAO l7fM1 n CUCA° President */f?w -, ?-0 Executive Director Item # 2 Attachment number 2 Page 1 of 1 fD 0 n Cr N O Q N 4 K 0 • C? s ? A ro z 3 n m Z7 w ro. R m ? y A A ,y m `may ? x " w ? as m ? s ? ro A ro ?-- r7 tp to 6q o n A n A ?' ?. t0 d ti A 5 l"f Mr1 ¦ M.?r ? t7 o y Q O z z n b 0 x y z n c z H F'f7 G CD I ? o rA ro n , Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Presentation of the City's Annual Financial Report SUMMARY: The City's External Auditors, Cherry, Bekaert & Holland, L.L.P., will present the results of the audit of the City's 2009 Annual Financial Report to the Council. Type: Current Year Budget?: Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Other None Budget Adjustment: Annual Operating Cost: Total Cost: to None Review 1) Financial Services 2) Office of Management and Budget 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Approval: Manager 7) Clerk Cover Memo Item # 3 Attachment number 1 Page 1 of 4 March 24, 2010 Honorable Mayor, City Councilmembers, City Manager and City Management City of Clearwater, Florida We have audited the financial statements of the governmental activities, the business-type activities, each major fund, and the aggregate remaining fund information of the City of Clearwater, Florida (the "City") for the year ended September 30, 2009, and have issued our report thereon dated March 24, 2010. We have also audited the financial statements of each of the City's non-major governmental, non-major enterprise, internal service and fiduciary funds presented as supplementary information in the accompanying combining and individual fund financial statements as of and for the year ended September 30, 2009. Professional standards require that we provide you with the following information related to our audit. Auditor's Responsibilities under U.S. Generally Accepted Auditing Standards, OMB Circular A-133 and Chapter 10.550 Rules of the Auditor General Our responsibility, as described by professional standards, is to express opinions about whether the financial statements prepared by management with your oversight are fairly presented, in all material respects, in conformity with U.S. generally accepted accounting principles. Our audit of the financial statements does not relieve you or management of your responsibilities. In planning and performing our audit, we considered the City's internal control over financial reporting in order to determine our auditing procedures for the purpose of expressing our opinions on the financial statements and not to provide assurance on the internal control over financial reporting. We also considered internal control over compliance with requirements that could have a direct and material effect on a major federal program and state financial assistance project in order to determine our auditing procedures for the purpose of expressing our opinion on compliance and to test and report on internal control over compliance in accordance with OMB Circular A-133 and Chapter 10.550, Rules of the Auditor General. As part of obtaining reasonable assurance about whether the City's financial statements are free of material misstatement, we performed tests of its compliance with certain provisions of laws, regulations, contracts, and grants, noncompliance with which could have a direct and material effect on the determination of financial statement amounts. However, providing an opinion on compliance with those provisions was not an objective of our audit. Also in accordance with OMB Circular A-133 and Chapter 10.550, Rules of the Auditor General, we examined, on a test basis, evidence about the City's compliance with the types of compliance requirements described in the OMB Circular A-133 Compliance Supplement and the State Projects Compliance Supplement applicable to each of its major federal programs and state financial assistance projects for the purpose of expressing an opinion on the City's compliance with those requirements. While our audit provides a reasonable basis for our opinion, it does not provide a legal determination on the City's compliance with those requirements. Item # 3 Attachment number 1 Page 2 of 4 Other Information in Documents Containing Audited Financial Statements Our responsibility for information prepared by management that accompanies the basic financial statements is to review for consistency. The introductory section, the Management's Discussion and Analysis and the statistical section are not required parts of the basic financial statements. We have applied certain limited procedures however; we did not audit the information and express no opinion on it. Planned Scope and Timing of the Audit We performed the audit according to the planned scope and timing previously communicated in our engagement letter dated July 22, 2009. Significant Audit Findings Qualitative Aspects of AccowtmgPractices AccowtingPolicies Management is responsible for the selection and use of appropriate accounting policies. In accordance with the terms of our engagement letter, we will advise management about the appropriateness of accounting policies and their application. The significant accounting policies used by the City are described in Note 1 to the financial statements. The City implemented GASB Statement 49, Accounting and Financial Reporting for Pollution Remediation Obligations, for the year ended September 30, 2009; there was no related effect on the financial statements. There was no additional change in application of other policies for the year ended September 30, 2009. It should be noted that the City will be required to implement GASB Statement No. 51, Accounting and Financial Reporting for Intangible Assets, which is effective in fiscal 2010 and addresses accounting for easements, rights of way, software development and other intangible assets. Another standard to be aware of is GASB Statement No. 54, Fund Balance Reporting and Governmental Fund Type Definitions, which is effective in fiscal 2011 and redefines elements of fund balance, clarifies existing governmental fund type definitions and specifies certain accounting requirements for proceeds of special revenue funds. We noted no transactions entered into by the City during the year for which there is a lack of authoritative guidance or consensus. All significant transactions have been recognized in the financial statements in the proper period. AccountingEstlmates Accounting estimates are an integral part of the financial statements prepared by management and are based on management's knowledge and experience about past and current events and assumptions about future events. Certain accounting estimates are particularly sensitive because of their significance to the financial statements and because of the possibility that future events affecting them may differ significantly from those expected. The liabilities for unpaid claims and other post employment benefits which were based on actuarial calculations were deemed sensitive estimates affecting the financial statements. We evaluated the key factors and assumptions used to develop the estimates in determining that they are reasonable in relation to the financial statements taken as a whole. The fair value determinations for investments for which market quotations are not readily available are determined by the custodian with assistance from the broker/dealers were considered sensitive estimates. We reviewed the methods used to determine fair values and obtained independent values on a sample of investments. Item # 3 2 Attachment number 1 Page 3 of 4 Financi, IStatementDisclosures The disclosures in the financial statements are neutral, consistent, and clear. Certain financial statement disclosures are particularly sensitive because of their significance to financial statement users. The most sensitive disclosures affecting the financial statements were the disclosures of investments in Note A to the financial statements. Note A discloses the various risks associated with the investments held by the City and its retirement and pension plans. Difficulties Encountered in Performing the Audit We encountered no significant difficulties in dealing with management in performing and completing our audit. Corrected and Uncorrected Misstatements Professional standards require us to accumulate all known and likely misstatements identified during the audit, other than those that are trivial, and communicate them to the appropriate level of management. We had one uncorrected misstatement of the financial statements related to an overaccrual of infrastructure tax revenue in the prior year which resulted in a reduction of current year income of $240,441. Management has determined that the effect is immaterial to the financial statements taken as a whole. Disagreements with Management For purposes of this letter, professional standards define a disagreement with management as a financial accounting, reporting, or auditing matter, whether or not resolved to our satisfaction, that could be significant to the financial statements or the auditor's report. We are pleased to report that no such disagreements arose during the course of our audit. Ma n a gem en t R e pr e s en to ti o n s We have requested certain representations from management that are included in the management representation letter dated March 24, 2010. Management Consultations with 0therlndependentAccouutants In some cases, management may decide to consult with other accountants about auditing and accounting matters, similar to obtaining a "second opinion" on certain situations. If a consultation involves application of an accounting principle to the City's financial statements or a determination of the type of auditor's opinion that may be expressed on those statements, our professional standards require the consulting accountant to check with us to determine that the consultant has all the relevant facts. To our knowledge, there were no such consultations with other accountants. Other Audit Findings or Issues We generally discuss a variety of matters, including the application of accounting principles and auditing standards, with management each year prior to retention as the City's auditors. However, these discussions occurred in the normal course of our professional relationship and our responses were not a condition to our retention. Item # 3 3 Attachment number 1 Page 4 of 4 This information is intended solely for the use of Mayor, City Councilmembers, City Manager and City Management and is not intended to be and should not be used by anyone other than these specified parties. Very truly yours, Cherry, Bekaert & Holland, L.L.P. Vol, "0, Item # 3 4 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Declare the list of vehicles and equipment surplus to the needs of the City and authorize disposal through sale to the highest bidder at the Tampa Machinery Auction, Tampa, Florida, and authorize appropriate officials to execute same. (consent) SUMMARY: All vehicles and equipment have been replaced as necessary and are no longer required. Tampa Machinery Auction is the Pinellas Couny Purchasing Cooperative Auctioneer of Record. Type: Other Current Year Budget?: None Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Revenue to Appropriation Code 0566-00000-364413-000- 000-0000 Amount To be determined Budget Adjustment: Annual Operating Cost: Total Cost: Appropriation Comment Sale proceeds None N/A N/A Bid Required?: No Bid Number: Other Bid / Contract: Bid Exceptions: None Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 4 Attachment number 1 Page 1 of 1 Surplus for April 12/15, 2010 Meetings REASON FOR ITEM # Asset# YEAR DESCRIPTION SERIAL NUMBER MILEAGE SURPLUS 1 DISPOSAL 1 G0319 1987 General Hand Held Post Hole Auger 216766 N/A Age/Condition/Replaced 2 G0956 1992 Ford F600 Container Handler 1 FDWF60J2NVA30546 34453 Age/Condition/Not Replaced 3 G1191 1990 Custom Recycler Trailer 1YB2618691-1 B1 T749 N/A Age/Condition/Not Replaced 4 G1502 1995 Ford Crown Victoria Police 2FALP71 W6SX152279 86577 Age/Condition/Replaced 5 G2075 1999 Ford Crown Victoria Police 2FAFP71W2XX172551 83812 Age/Condition/Replaced 6 G2307 2001 Peterbilt Side Loader Refuse 1 NPZLZOX21 D712853 68550 Bad Engine/to be replaced 7 G2348 2001 Lely Fertilizer Spreader 10507-2527 N/A Age/Condition/Replaced 8 G2382 2001 Ford Taurus 4 dr. Sedan 1 FAFP52U41A209794 79033 Age/Condition/Replaced 9 G2385 2001 Ford Taurus 4 dr. Sedan 1 FAFP52U91A209791 79055 Age/Condition/Replaced 10 G2432 2001 Freightliner FL60 Fire Rescue 1 FVABPBW61 HH57438 99661 Age/Condition/Not Replaced 11 G2619 2003 Ford Crown Victoria Police 2FAFP71 W13X125182 83942 Age/Condition/Replaced 12 G2622 2003 Ford Crown Victoria Police 2FAFP71 W43X125175 89054 Age/Condition/Replaced 13 G2834 2004 Toro 328D Groundsmaster Mower 230000750 N/A Age/Condition/Replaced 14 G2843 2004 Ford Crown Victoria Police 2FAFP71 W54X139152 91137 Age/Condition/Replaced 15 G2849 2004 Ford Crown Victoria Police 2FAFP71 W34X139151 104889 Age/Condition/Replaced 16 Pallet- 2 Truck Plastic Water Tanks Obsolete 17 Pallet - 2 Aluminum Truck Tool Boxes Obsolete 18 Spartan 758 Skid Mount Sewer Jetter with Water Tank Obsolete 19 3 Homelite Leaf Blowers Age/Condition/Replaced Item # 4 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract (Blanket Purchase Order) for gas meters and regulators to M. T. Deason, Incorporated in the amount of $255,000 for the period April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) SUMMARY: M. T. Deason, Incorporated was the low bidder, who met the specifications on Bid 0901-001. This is the first rollover of Bid 0901-001. Funding is available in Gas Meter Changeout Pinellas, 315-96367, and Gas Meter Changeout Pasco, 315-96379, in the Clearwater Gas System Budget. Material is code approved and the meters and regulators will be used on the Clearwater Gas System Distribution System. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: 255,000 255,000 04/01/10 to 03/31/11 Budget Adjustment: None Annual Operating Cost: 255,000 Total Cost: 255,000 Appropriation Code Amount Appropriation Comment 315-96367 127,500 Gas Meter Changeout Pinellas 315-96379 127,500 Gas Meter Changout Pasco Bid Required?: Yes Bid Number: 0901- 001 Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager ED 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 5 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award contracts (Blanket Purchase Orders) for Gas Material Steel Pipe and Fittings to Consolidated Pipe and Supply in the amount of $53,000; to M.T. Deason in the amount of $70,000; and to General Utilities Pipe in the amount of $125,000 for the period of April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) SUMMARY: Consolidated Pipe & Supply was the low bidder who met the specification on Bid 0811-002, and this is the first rollover for lines 5-40, 44-81, 94-95, and 105-109. M. T. Deason Company, Incorporated was the low bidder who met the specifications on Bid 0811-002, and this is the first rollover for lines 96-104, 110-118, and 129-143. General Utilities Pipe and Supply was the low bidder who met the specifications on Bid 0811-002, and this is the first rollover for lines 1-4, 41-43, 82-93, 119-128, and 144-160. This steel piping will be used in the Clearwater Gas System distribution system for casings, protection of facilities, and maintenance of existing steel mains. Funding is available in Pinellas New Mains and Service Lines, 315-96377, and Pasco New Mains and Service Lines, 315-96378, in the Clearwater Gas System Budget. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 315-96377 315-96378 Amount Appropriation Comment 124,000 Pinellas New Mains and Service Lines 124,000 Pasco New Mains and Service Lines Bid Required?: Yes Bid Number: 0810021- Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager ED 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Budget Adjustment: None 248,000 Annual Operating Cost: 248,000 248,000 Total Cost: 248,000 04/01/10 to 03/31/11 Item # 6 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract (blanket purchase order) for Gas Material Polyethylene Pipe and Fittings to Consolidated Pipe and Supply in the amount of $200,000; to M.T. Deason in the amount of $70,000; to General Utilities Pipe in the amount of $125,000; and to Elster Perfection in the amount of $87,000 for the period of April 1, 2010 to March 31, 2011, and authorize the appropriate officials to execute same. (consent) SUMMARY: Consolidated Pipe & Supply was the low bidder who met specifications of Bid 0812-002, and this is the first rollover for lines 1-7. M. T. Deason Company, Incorporated was the low bidder who met the specifications on Bid 0812-002, and this is the first rollover for lines 8-10 and 130-138. General Utilities Pipe and Supply was the low bidder who met the specifications on Bid 0812-002, and this is the first rollover for lines 11-72, 79-83, 101-129, and 139-148. Elster Perfection was the low bidder who met the specifications on Bid 0812-002, and this is the first rollover for lines 73-78 and 87- 100. This polyethylene piping will be used in the Clearwater Gas System distribution system for mains and service lines. Funding is available in Pinellas New Mains and Service Lines, 315-96377, and Pasco New Mains and Service Lines, 315-96378, in the Clearwater Gas System Budget. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 315-96377 315-96378 Amount Appropriation Comment 241,000 Pinellas New Mains and Service Lines 241,000 Pasco New Mains and Service Lines Bid Required?: Yes Bid Number: 0812- 002 Other Bid / Contract: Bid Exceptions: None Cover Memo Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Man e ?) Clerk 7) City Approval: Manager 8) Clerk Budget Adjustment: None 482,000 Annual Operating Cost: 482,000 482,000 Total Cost: 482,000 04/01/10 to 03/31/11 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an update to the City's monthly recreational dockage permit providing recreational boaters a license to moor their vessels and use the facilities at the Downtown Boat Slips, the Clearwater Municipal Marina, and Island Estates and adopt Resolution 10-05. SUMMARY: The update of the recreational dockage permit is intended to bring the format and common rulings into conformity with the commercial license agreement, prior to the opening of the Downtown Boat Slips. Additionally, the update makes it clear that the dockage permit only provides permittees a right to use city facilities for vessel dockage, in other words, the recreational dockage permit is a license. The permittee will now be required to remit payment for the first and last months' fees prior to receiving the dockage permit. The final month's fee will be applied when the permittee give a month's notice of the intent not to renew. If the permittee vacates the slip without the month's notice the last month's fee is forfeited and not refundable. Currently, there is a monthly average of thirty (30) open slips between the Clearwater Municipal Marina and Island Estates. Of the possible 126 Downtown Boat Slips, deposits have been placed on 30 slips. It is hoped the changes will make slip rental more attractive to tenants without adding additional regulation/restriction and at the same time protecting the City's interest. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager ED 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 8 Attachment number 1 Page 1 of 1 RESOLUTION NO. 10-05 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, APPROVING AN UPDATE TO THE CITY'S RECREATIONAL DOCKAGE PERMIT AGREEMENT BETWEEN THE CITY OF CLEARWATER AND RECREATIONAL BOAT OWNERS PROVIDING RECREATIONAL BOAT OWNERS A LICENSE TO MOOR THEIR VESSELS AND USE THE FACILITIES AT THE DOWNTOWN BOAT SLIPS, THE CLEARWATER MUNICIPAL MARINA, AND ISLAND ESTATES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater wishes to update the current recreational dockage permit for recreational boat owners with the proposed recreational dockage permit, to bring the document into conformity in format and common rulings with the commercial license agreement, and to make it clear that the recreational dockage permit is a license; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council hereby approves the update recreational dockage permit that provides a month-to-month license for recreational boat owners to moor at and use the facilities at the Downtown Boat Slips, the Clearwater Municipal Marina, and Island Estates. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of , 2010. Frank V. Hibbard Mayor Approved as to form: Camilo Soto Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Item # 8 Resolution No. 10-05 Attachment number 2 Page 1 of 14 City of Clearwater Marine and Aviation Department Clearwater Municipal Marina 25 Causeway Blvd., Clearwater, Florida 33767 Phone (727) 462-6954 Fax (727) 462-6957 Recreational Dockage Permit Date: Commencing: Slin #: Facilitv: Beach Marina Island Estates Downtown Current Monthly Dockage Fee $ Dock Box: (if applicable) Owners Name: Owners Address: City: Owners Phone: Home: Work: Cell: Owner's Email: U.S. Coast Guard Lic. #: Name: Phone_ Email: ion Date: Vessel Name: Vessel Registration: Vessel Documentation: Vessel Description: Maximum Length: Maximum Width: Maximum Draft: Power: Amperage: 30_ 50 100 more: Make: Model: Year: H I N#: Fuel: Gas : Diesel: Other Tanks Total Capacity: aallons Hull Material: Wood: Steel: Fiberglass: Aluminum: Other: Propulsion: HP: Inboard: Outboard: Engine Make: Boat Type: Example: Aft Cabin Cruiser Cuddy Cab Deck Fishing General House Pontoon PWC Runabout Sail Speedboat Sportfish Trawler Yacht 1/O: JSail: _ The undersigned hereby makes appfcation for a Recreationaf Dockage Termit (hereinafter Termit)for the mooring/dockage accommodations for the vessefnamedherein. (By signature befow, the appficant acknowledges having read, understood, and agrees to abide by aff conditions of this Termit as printed hereon and by the Ruies and Regufations, which are availabCe upon request, governing occupancy of the space and use of facility. (By signature of its authorized officiaf,, the City of Cfearwater approves the issuance of this Termit subject to the terms and conditions referred to befow. Appficant (hereinafterTermittee) agrees to keep current aff info rma t ion. Recreational Dockage Permit Update 04-15-10 Page 1 of 14 Item # 8 encv Contact Info: /Cell: Attachment number 2 Page 2 of 14 1. Conditions & Authority: A. The City of Clearwater's Marine and Aviation Director or designee shall be authorized to execute, administer and provide for notification of this Permit. B. The term of this Permit shall not exceed thirty-one (31) days or a month, whichever is shorter. The City reserves the right to automatically renew this Permit on a month- to-month basis, unless sooner terminated in accordance with, and pursuant to, the terms and conditions of this Permit, the Code of Ordinances of the City of Clearwater, or the duly adopted rules and regulations for the Municipal Marina. C. This Permit is non-transferable and applies only to the above-named vessel, owner and/or operator, facility and slip. D. The City reserves the right to change the dockage fee for the space licensed to the Permittee by hand-delivering or 1St class mailing written notice to the owner at the above addresses (Code of Ordinances Sec. 33.027 and Sec 33.028) thirty (30) days prior to the dockage fee change. 2. Use and Termination: A. In return for Permittee's proper performance of all obligations, City shall provide Permittee lawful use of the facility and slip in reasonably good condition, and without unreasonable disturbance. B. This Permit shall not confer upon the Permittee ownership interest in the boat slip, the submerged lands under the slip, or the Marina facilities. C. Permittee shall use the slip for dockage or mooring for the above named vessel only. Any other use of the slip by Permittee is not authorized without written consent of the City; consent for other use may be withheld at City's sole and exclusive discretion. All auxiliary vessels (dinghies, personal watercraft, tenders, etc.) associated with named vessel shall be properly secured on named vessel and not left in the water of the assigned slip or adjoining areas. D. Permittee shall not deposit or allow refuse or waste to be deposited into the slip or on the dock. All waste must be properly deposited and contained within the appropriate containers supplied by City. Permittee must comply with all laws relative to proper storage, removal and disposal of refuse including waste oil, fuel and batteries. E. Permittee shall not create or cause a nuisance to others to occur or continue at the slip. The determination of what constitutes a nuisance shall be at the sole discretion of the Marine and Aviation Director or designee. F. Permittee and invitees making use of the slip understand that living aboard vessels is prohibited. Individuals making legal use of the slip may avail themselves of overnight accommodation in the slip no more than eight (8) evenings per month. G. Permittee shall not conduct or engage in any illegal activity at the slip, on Municipal Recreational Dockage Permit Update 04-15-10 Page 2 of 14 Item # 8 Attachment number 2 Page 3 of 14 Marina property, or upon Permittee's vessel. H. Permittee, in the use and occupancy of the slip, shall promptly comply with all statutes, ordinances, rules, orders, regulations, and requirements of any governmental agency with authority over the Municipal Marina. 1. Permittee shall not act in a manner, or permit any act, that will conflict with provisions of any insurance policies covering the Municipal Marina. J. The mooring and operating of vessels at the Municipal Marina is subject to the ordinances, rules, and regulations of the City of Clearwater, and the terms of this Permit. K. The City is the owner/operator of the facility providing dockage to Permittee's vessel. Permittee understands that in allowing the Permittee dockage and use rights in the City's facilities, the City, via this Permit, is only providing the Permittee a license to do so. This Permit is terminable by either party at will by giving actual written notice to the other party; however, the Permittee understands that terminating this Permit without providing notice thirty-one (31) days or a month, whichever is shorter, prior to the anticipated final month will result in a forfeiture of any remaining funds that could have been applied toward dockage fees. 3. Assignments and New Permit Submittals: A. Except as provided in paragraph 13, Permittee shall not assign or encumber this Permit, nor assign or transfer in any way, an interest in Permittee's vessel, nor use or permit the use of the Slip for any purpose other than provided for by the terms of this Permit. Permittee shall not sublet the Slip, or any part thereof. B. Any new Permittee, including any assignee, prior to execution of any assignment or new Permit, must submit a recreational dockage application to the City for review. C. The City, in its sole discretion, reserves the right to reject any application based on false or misleading information, prior or current criminal conviction, incomplete or inaccurate application information, or any other similarly related cause. 4. Required Documents: Copies of the following documents are required to be on file in the marina office: i. the current Florida vessel registration and all applicable renewal documents shall be provided to the Marine and Aviation Director or the Director's designee within 30 days of vessel registration expiration; ii. proof of valid and current vessel insurance shall be provided to the Marine and Aviation Director or the designee thirty (30) days prior to expiration of such insurance; and iii. if applicable, current United States Coast Guard vessel documentation shall be provided to the Marine and Aviation Director or the Director's Recreational Dockage Permit Update 04-15-10 Page 3 of 14 Item # 8 Attachment number 2 Page 4 of 14 designee; 5. Payment of Dockage Fees: A. Prior to the issuance of this Permit, Permittee must remit to the City the equivalent of the first and final months' dockage fee. Permittee understands that these funds will be applied to the first month's dockage fee, and the final month's dockage fee is non- refundable. Only if the Permittee notifies the Marine and Aviation Director, in writing, of Permittee's intent to not renew this Permit thirty-one (31) days or a month, whichever is shorter, prior to the anticipated final month, the City will apply the remaining funds toward the final month's dockage fee. Permittee understands that the City will not refund any interest generated by any funds collected. B. Dockage fees and other applicable fees will be invoiced to the Permittee's mailing address, as provided in this application. The invoice may be e-mailed upon Permittee's request. C. All payments shall be made without demand to the City of Clearwater, Marine and Aviation Department, 25 Causeway Blvd., Clearwater, Florida 33767, or at such other place and to such other persons as the City may occasionally designate in writing and upon receipt of invoice, shall be received by City on or before the first of each month, and no later than the fifth (5th) business day of each month. D. If the permit is issued on a date other than the first day of the month, the first month's slip dockage fee shall be prorated to reflect a deduction of the dockage fee equal to the difference of calendar days between date of Permit issuance and the first of the month. E. After the fifth (5th) business day of each month, late fees will be assessed in the amount of Thirty Dollars ($30.00) per billing cycle. In addition, City may place a lien against Permittee's vessel(s), or any vessel(s) hereafter moored by Permittee at the slip, including the appurtenances and contents thereof, in the event any unpaid sums for the use of dockage facilities or other services become more than thirty (30) days past due, or in the event the Permittee or Permittee's property causes or contributes to any injuries or damage to any docks or property of the City or to any other property or persons at the Municipal Marina [F.S. 328]. Moreover, failure to pay dockage fees for more than thirty (30) days may result in the non-renewal of the Permit and removal of the vessel(s) at the Permittee's expense [Code of Ordinances Sections 33.028 & 33.029]. F. Permittee may request credit card processing each month upon submission of a completed authorization form containing the Permittee's signature. A five-dollar ($5.00) administrative fee will be added each month for the expense of processing the credit card payment. 6. Utilities: A. Permittee shall be responsible for the payment of electric utility usage for the slip. Electric meters will be read monthly and the billing of such will be reflected on the monthly slip invoice. Recreational Dockage Permit Update 04-15-10 Page 4 of 14 Item # 8 Attachment number 2 Page 5 of 14 B. Utilities fees shall be incorporated into the Dockage Fees due each month. C. Utilities shall be paid for by the Permittee in the same manner as indicated in paragraph 5, and in the event of non-payment, shall be subject to the same penalties as indicated in the same paragraph. 7. Insurance: A. The vessel must at all times during the term of this Permit, maintain with an insurance company, acceptable to the City, a Public Liability and Property Damage policy with at minimum $10,000.00 in coverage for any damage done by Permittee's vessel to City docks or other property within the marina. B. Permittee agrees to have Permittee's vessel insured by liability insurance and to be held responsible for damage caused to other vessels in Clearwater Municipal Marina or to the structures thereof. C. The Permittee shall provide the City with a copy of the insurance policy evidencing coverage of the vessel upon execution of this Permit and provide the City evidence of policy renewal no later than thirty (30) days prior to expiration of a policy. D. Failing to provide proof of insurance upon acceptance of this Permit, to maintain valid insurance during the span of this Permit, or to provide evidence of subsequent insurance renewal will result in this Permit being null and void and the Permittee immediately forfeiting the use of the slip. E. Any contractors employed by vessel owner and/or Permittee shall register at the Municipal Marina office prior to beginning work, providing a valid business tax receipt and proof of insurance that is in compliance with the terms set forth herein and as designated by the office of risk management of the City with limits of not less than $500,000.00 annual aggregate and comply with all laws. 8. Indemnification: A. It is expressly agreed by the parties that the City shall not be liable for any damage, injury or death, which may be sustained by the Permittee, Permittee's agents, servants, employees, guests, invitees, or other persons, resulting from the intentional acts, carelessness, negligence or improper conduct on the part of any other Marina Permittees (or such Permittee's agents, servants, employees, agents, or invitees), or by reason of the breakages, leakage, or obstruction of the water, sewer or other leakage or condition, or action of whatever nature or cause, in or about the Marina. B. The indemnification provided herein shall include, but not be limited to, all costs, expenses, and reasonable attorney's fees incurred by the City of Clearwater in any action based on the foregoing, including, but not limited to any action brought by Permittee, or Permittee's invitees, guests, employees, agents, heirs, or approved assignees. C. The Permittee, hereby releases and agrees to indemnify and hold harmless the City of Clearwater for any and all liability for personal injury, loss of life and property damage: Recreational Dockage Permit Update 04-15-10 Page 5 of 14 Item # 8 Attachment number 2 Page 6 of 14 i. Arising out of the ordinary negligence of or any acts or omissions on the part of the Permittee or Permittee's agents, servants, employees, guests, invitees, or other persons in connection with the use of the City of Clearwater's premises or use of the slip; ii. In connection with the Permittee's vessel, motor and accessories while it is on the City's premises; or iii. For the loss or damage to the Permittee's vessel, motor and accessories or contents thereof due to fire, theft, collision, marina equipment failure, windstorm, rain, hurricane, or other unforeseen events causing casualty loss. D. Assumption of Risk and Disclaimer of Liability i. This Marina facility is to be used at the sole risk of the Permittee, Permittee's agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip, and the City of Clearwater shall not be liable or responsible for the care or protection of the vessel, including gear, equipment and contents, or for any loss of damage or whatever kind of nature to said vessel, howsoever occasioned. There is no guarantee or warranty of any kind as to the condition of the piers, catwalks, ramps, or mooring gear, nor shall the City be responsible for injuries to persons or property occurring thereon for any reason whether herein specifically stated or not. ii. Permittee acknowledges that Permittee has been advised that the City Marina makes no representation or warranty offers to Owner a safe slip for Owner's vessel, or that City Marina offers the safest available refuge. Permittee is fully responsible for all of the consequences of the vessel and the vessel's continuing presence in the City Marina as set forth in the Permit. Permittee agrees to hold the City harmless in the event claims for damage to other persons or property arise from the presence of Permittee's vessel in Marina. iii. Nothing within this Permit shall constitute a waiver of the City's sovereign immunity under section 768.28, Florida Statutes. iv. Permittee, Permittee's agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip shall assume the duty to report all accidents to the Marine and Aviation Director or the Director's designee. 9. Conduct: A. Disorderly conduct, which includes but is not limited to, public intoxication, directing profanity or abusive language at other permittees, marina employees or members of the public shall not be tolerated, and such conduct shall subject the disorderly party to immediate removal from the Marina, possible criminal prosecution, and/or a permanent Recreational Dockage Permit Update 04-15-10 Page 6 of 14 Item # 8 Attachment number 2 Page 7 of 14 trespass from the Marina. The Marine and Aviation Director or the Director's designee shall have final discretion in determining what constitutes disorderly conduct, and the Marine and Aviation Director or the Director's designee shall have the right to limit any activities that are deemed to constitute disorderly conduct. B. Since this permit does not bestow upon the Permittee an ownership interest in the Slip, submerged lands, and/or appurtenant Marina facilities, the Permittee shall not list or otherwise offer the slip for sale. The slip, submerged lands, and appurtenant Marina are property of the City of Clearwater. 10. Right of Entry: A. Vessel owner(s) hereby authorize City of Clearwater employees to board their vessel to make adjustments to mooring lines or to move the above named vessel, as may be required in an emergency situation, or to avoid any loss or damage. B. The City has the right to enter the Slip to inspect, maintain, repair, or to make reasonable alterations to said slip, such as but not limited to, dredging, dock or seawall repairs or other necessary improvements. 11. Maintenance: A. The City agrees to operate and maintain dockage and mooring facilities at the Municipal Marina in a reasonably clean, sanitary, and safe condition during normal hours of operation and to comply with federal, state, and local laws and regulations and the terms and conditions of federal, state and local permits regarding the operation and maintenance of the Municipal Marina. B. The City shall be responsible for the repair, maintenance and reconstruction, if and when the need arises, of the slip and the Municipal Marina, unless needed repairs are caused by the negligence or the wrongful acts of the Permittee, Permittee's agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip under the control of the Permittee. C. Permittee shall keep the slip in a reasonably clean, sanitary, and safe condition in accordance with any rules, codes or regulations of any governmental agencies having proper jurisdiction. D. Permittee shall not make any improvements or alterations to the slip without the prior written approval of the City, which approval may be withheld at City's sole and exclusive discretion. Moreover, Permittee shall not add, under any circumstances, accessory structures to or otherwise modify the structure of the Downtown Slips. E. If the Slip is destroyed or so damaged by fire or other casualty during the term of the Permit so as to become not tenantable, City shall have the unfettered opportunity to render said Slip tenantable by repairs within 120 days therefrom, and Permittee shall not be obligated to pay any dockage fee during the period of time that the Slip is not tenantable. In no event shall the dockage fee abate. City shall not be required to make any repairs or replacement of slip improvements other than those improvements provided by the City in accordance with the terms of this Permit, nor shall the City be Recreational Dockage Permit Update 04-15-10 Page 7 of 14 Item # 8 Attachment number 2 Page 8 of 14 responsible for the replacement of the Permittee's vessel or personal property. If the slip is not rendered tenantable within such 120-day period, either party then has the option to terminate the Permit, and if the Permit is so terminated, the dockage fee shall be paid only to the date of such casualty. The termination shall be conducted by directing written notice to the other party. 12. Vessel Owner's Responsibility: A. Vessels shall be kept in seaworthy and operational condition and shall not create fire hazards, sinking hazards, or eyesores. If a vessel is observed in nonconformity to any of the previously mentioned conditions or any other unsafe condition, the Permittee shall be directed by the Marine and Aviation Director or the Director's designee to remove the vessel from the Marina. Permittee agrees to remove the vessel upon notification by the City of nonconforming or unsafe condition(s) and may not return until the condition is remedied. If a nonconforming or unsafe condition is not remedied or the vessel is not removed, the Permittee is to be held responsible for all and any damage caused by the vessel to Marina docks, pilings and structures. The Permittee shall keep the vessel properly moored and dry within at all times. Large-scale repairs to vessels may not be performed in the Marina; however, routine maintenance and minor repair necessary for the preservation and seaworthiness of the vessel such as mechanical adjustment, minor painting, leak seals and rot prevention may be performed within the Marina. Repairs that may be made in the Marina are generally considered to be those which: Do not disturb the public peace and tranquility of any person aboard any vessel within the jurisdiction of the Marina. ii. Do not contribute to a disorderly or unsightly appearance during the process of repair or maintenance. iii. Are capable of accomplishment with hand tools or certain portable power tools normally carried aboard the vessel. iv. Are confined to the vessel. V. Do not pollute or put wastes in Marina waters. B. Permittee, Permittee's agents, servants, employees, guests, invitees, or other persons making legal and proper use of the slip under the control of the Permittee shall abide by the posted Marina rules and policies, which are incorporated into this permit herein. 13. Sale of Vessel Named in Permit: A. If Permittee's vessel is given, bequeathed, sold or otherwise assigned to an immediate family member, which is defined to include a person related within the first degree of affinity (marriage) or consanguinity (blood) to the existing Permittee, the Marine and Aviation Director or the Director's designee must authorize such assignment. B. Authorization to assign the rights to this Permit shall not be construed as granting any ownership interest in the slip or facility. The terms of this Permit with all rights and Recreational Dockage Permit Update 04-15-10 Page 8 of 14 Item # 8 Attachment number 2 Page 9 of 14 obligations shall only be granted and assumed contingent upon the assignee meeting the application requirements. C. Should the Permittee sell the vessel named in this Permit, the Permittee shall notify, in writing, the Marine & Aviation Director or designee of Permittee's intent to sell the vessel prior to the consummation of sale of such vessel. In this notice, the Permittee shall convey whether Permittee will be filing a new application for a new vessel to be berthed in the slip, or whether Permittee will not be berthing any vessel at the slip after the sale is consummated. In the event that the Permittee elects not to berth a new vessel after a sale, the slip shall be available for the City to permit to the next potential permittee on the waiting list, if such list exists, or the next available potential permittee. D. If the Permittee elects to retain the slip to berth another vessel, Permittee will have sixty- (60) days from the date of the sale to acquire the replacement vessel titled in Permittee's name and place it in the slip. A request for an extension of one sixty (60) day period shall be made in writing and may be approved at the Marine and Aviation Director's discretion. Failure to notify the Marine and Aviation Director of the need for a sixty (60) day extension will result in termination of this Permit on the sixty-first (61) day. E. The slip shall not be vacant for more than 120 days. On the 121St day, the Slip will become available for a new permittee, unless the Marine and Aviation Director or the Director's designee, due to extenuating circumstances, specifically authorizes an extension. F. Extenuating circumstances shall be determined on a case-by-case basis, and will be at the discretion of the Marine and Aviation Director or designee. G. During the period that the slip is vacant the City shall have the right to use the slip for transient dockage with no compensation to Permittee, and the Permittee shall not allow any other vessel to be placed in the Slip. H. When the Permittee elects to retain the slip, the purchaser of the vessel will have no more than thirty (30) days following the sale to remove the vessel from the Slip. The purchaser will be charged the daily transient rate for any period the vessel is docked in the slip after the thirty (30) day period following the sale of the vessel. 14. Lien against Permittee's Vessel: The City of Clearwater may impose a lien against the vessel named herein and the vessel's appurtenances for unpaid sums due for dockage fees or other services, or from damages caused to docks or other City owned property by the Permittee's vessel. 15. Breach of Conditions: Should breach of the conditions of this Permit occur, the rights herein conferred shall terminate immediately and the City of Clearwater may remove or require that the vessel be removed from the mooring space. The Permittee shall pay any cost incident thereto, and any unexpired dockage fee paid shall be forfeited. Recreational Dockage Permit Update 04-15-10 Page 9 of 14 Item # 8 Attachment number 2 Page 10 of 14 16. Force Maieure and Hurricane Plan Requirement: A. If the Permittee or the City fails to perform all or part of its obligations under this Permit due to an event of force majeure (meaning an event beyond the reasonable control of the affected party that is unforeseeable, or unavoidable and beyond remedy if foreseen, and which happens after the execution of this Permit and renders the full or partial performance of this Permit impossible or impracticable). Events of force majeure include, but are not limited to floods, fires, draughts, hurricanes, tornados, and other acts of God, accidents, strikes, insurrections, turmoil and war (whether declared or not) and any action or inaction of any governmental authority). The performance of such obligations shall be suspended during the period during which such performance is affected by the event of force majeure. B. The Party claiming to be affected by an event of force majeure shall notify the other Party in writing of the occurrence of such event as soon as possible, and shall, within fifteen (15) days after the occurrence of such event, provide the other Party by personal delivery or certified mail with appropriate evidence in support of the occurrence of the event of force majeure. The Party claiming that its performance under this Permit has become impossible or impracticable due to an event of force majeure shall make all reasonable efforts to mitigate the effects of such event of force majeure. C. If an event of force majeure occurs, both Parties shall immediately consult with each other regarding the performance of responsibilities per this Permit, and, in the event of cessation of the event of force majeure, shall immediately resume their respective obligations under this Permit. D. The Permittee shall provide a Hurricane Plan to the Marine and Aviation Director or the Director's designee. The Hurricane Plan shall be a detailed list of actions on what the Permittee will do with the vessel in the event of a hurricane. It is strongly recommended that the Permittee move the vessel from the marina and anchor it in a hurricane hole or other safe location. E. If the Permittee elects to leave the vessel at the Marina dock, Permittee must attach to the Hurricane Plan a diagram that depicts the method to be employed in securing the vessel during a hurricane/tropical storm. In the event of a major storm, the Marina requires all mooring lines to be at least doubled and that the owners secure all loose items and that multiple fenders be placed on the vessel to protect the vessel and the City dock(s) within twenty-four (24) hours after having received storm warning from City staff. F. Prior to the arrival of a major storm, the City will document and record the condition of the docks and vessels. In the event the "contact persons" named in the Hurricane Plan cannot be contacted, Marina personnel may secure the vessel(s) as best they can to protect City property. This does not guarantee in any way that the Permittee's property will be secured by City personnel, nor does it release Permittee from liability from damage Permittee's vessel creates during a hurricane. Actions on behalf of the City will be taken as weather, resources and operational commitments allow. G. The Hurricane Plan must be included as Exhibit 1 of the Permit. Under current law, a Perm ittee has the right to leave their vessel at the Marina during a hurricane. Recreational Dockage Permit Update 04-15-10 Page 10 of 14 Item # 8 Attachment number 2 Page 11 of 14 H. The Permittee has a general obligation to keep their vessel in a secure condition at the dock and do no harm to the dock or other boats. The standards of care are those of a reasonably prudent vessel owner. 1. Permittee will be notified if high tide reaches the top of the lowest docks and the power needs to be shut off to the lowest docks, including the fuel dock pumps until it is safe to be turned back on. J. In keeping with F.S. 327.59, The City of Clearwater hereby informs you that in the event you fail to remove your vessel from the marina promptly (timeframe to be determined between the marina operator and the vessel owner) after the issuance of a tropical storm or hurricane watch for Clearwater, Florida, under Florida law, the undersigned or his or her employees or agents are authorized to remove your vessel, if reasonable, from its slip or take any and all other reasonable actions deemed appropriate by the undersigned or his or her employees or agents in order to better secure your vessel and to protect marina property, private property, and the environment. You are further notified that you may be charged a reasonable fee for any such action. A reasonable fee will be at least twenty-five dollars ($25.00) for labor, plus cost of materials and administration. (lines, billing, etc.) A marina owner, operator, employee, or agent shall not be held liable for any damage incurred to a vessel from storms or hurricanes and is held harmless as a result of such actions. Nothing in this section may be construed to provide immunity to a marina operator, employee, or agent for any damage caused by intentional acts or negligence when removing or securing a vessel as permitted under this section. 17. Marina Rules & Regulations: A. The City of Clearwater Municipal Marina Rules shall be provided. B. The Permittee must adhere to the Marina rules and all local, state and federal laws. Failure to do so will make this Permit null and void, and the Permittee will be required to vacate the Slip. C. Marina Rules may be amended from time to time to provide for safety concerns and what is in the best interest of the City. In the event of a rule change, the modified Rules will be posted at the Marina and a copy will be sent to those holding Slip Permits. 18. Entire Agreement: This Permit, together with any additional Addendums and/or Exhibits attached hereto, shall constitute the entire Agreement between the City and Permittee. No other Agreements unless incorporated and made a part herein, shall be binding on either party. No amendment or modification of this Permit shall be effective unless agreed to in writing by Permittee and the City. This Permit, when fully executed will replace any dockage permit previously issued to the Permittee. 19. Applicable Law & Venue: Recreational Dockage Permit Update 04-15-10 Page 11 of 14 Item # 8 Attachment number 2 Page 12 of 14 Parties agrees to hereby agree that Florida Statutes shall apply in enforcing provisions of this contract and waive trial by jury in any action or proceeding brought to enforce the terms of this Permit. The venue for any proceedings brought to enforce this Permit is in Pinellas County, Florida. 20. Miscellaneous: A. Should any provision of this Permit or any of the Exhibits attached hereto be deemed by a Court of competent jurisdiction to be unenforceable, such determination shall not affect the enforceability of the remaining provisions. B. Use of one gender shall include all other genders; use of the singular shall include the plural; and use of the plural shall include the singular, all as may be appropriate. 21. Waiver of any conditions by the City of Clearwater shall not be deemed to be a continuing waiver. This Permit consists of paragraphs 1 through 21 above and any additional Exhibits attached hereto and entered into between Permittee and the City. Additional Exhibits attached to this Permit are the following: Exhibit 1 - Hurricane Plan and Exhibit 2 - Marina Rules. This is intended to be a legally binding Agreement and will be effective upon the date last signed by both the Permittee and the Marine and Aviation Director or the Director's Designee. Applicant Date Marine & Aviation Director Date Applicant Date Recreational Dockage Permit Update 04-15-10 Page 12 of 14 Item # 8 Attachment number 2 Page 13 of 14 Hurricane Plan for Vessel: EXHIBIT 1 Date Name of Responsible Person/Party: Home Phone: Other Phone: Address: City: Alternate Responsible Person/Party: Home Phone: Other Phone: Address: City : Cell Phone: E-mail: State: Zip: Cell Phone: E-mail: -State: Zip:_ The Marina office will contact the person responsible for the Hurricane Plan or their alternate when a Hurricane Watch is declared for the Clearwater Area. The responsible person or party or their alternate are required to make arrangements to either secure the vessel in the slip for the storm or to move it as indicated below. It is the responsibility of the owner to keep contact information and the hurricane plan current. Do you intend to leave your vessel in the slip at Clearwater Marina during a hurricane? Yes No If you answered no, please indicate where you will take the vessel or anchor it. If the answer is Yes, please indicate in the space below exactly how you will secure the vessel in the slip, showing size and amounts of mooring lines, amount and size of fenders and any other information you feel is necessary. (A drawing of the vessel and slip will satisfy this requirement). Applicant Date Marine & Aviation Director or designee Recreational Dockage Permit Update 04-15-10 Page 13 of 14 Item # 8 Attachment number 2 Page 14 of 14 EXHIBIT 2 Marina Rules & Regulations Recreational Dockage Permit Update 04-15-10 Page 14 of 14 Item # 8 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a $175,000 settlement to reimburse David King, Fixed Base Operator (FBO) at Clearwater Airpark, for overcharges of storm water fees, authorize transfer of $175,000 from Central Insurance Fund reserves to the Airpark Fund to fund the payment, and authorize the appropriate officials to execute same. (consent) SUMMARY: In accordance with the Airpark lease, the Airpark is responsible for all utility payments for the facilities leased. FBO David King paid all Clearwater Airpark stormwater fees from December 2004 to March 2009. In March 2009, it was determined the City owned 50% of the "new" impervious surface based on the airpark property description coordinates in the lease agreement, and the City started paying about 50% of the Clearwater Airpark stormwater fees. Mr. King's attorney contacted the City for reimbursement of the overcharge he paid for the storm water fees. A tentative agreement has been reached settling all claims for a cash payment to Mr. King in the amount of $175,000 to be taken from the Central Insurance Fund Reserves. The Legal Department requests authority to settle the claim for this amount and execute a release and other documents necessary to resolve the case. The cash for the proposed settlement in the amount of $175,000 is available in unrestricted reserves in the Central Insurance Fund and would be transferred to the Airpark Fund as part of the mid -year budget amendments to make the payment. Type: Other Current Year Budget?: Yes Budget Adjustment Comments: Budget Adjustment: Yes $175,000 is available in unrestricted reserves in the Central Insurance Fund and would be transferred to the Airpark Fund as part of the mid -year budget amendments to make the payment. Current Year Cost: $175,000 Annual Operating Cost: Not to Exceed: $175,000 Total Cost: $175,000 For Fiscal Year: 2009 to 2010 Appropriation Code Amount 0590-07000-590200-581- $175,000 000-000 0402-00000-381790-000- ($175,000) 000-0000 0402-01325-534000-0542- $175,0000 000-0000 Appropriation Comment Transfer to Airpark Fund Transfer from Central Insurance Fund Payment of Settlement by Airpark Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager ED 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 9 Attachment number 1 Page 1 of 5 SETTLEMENT AGREEMENT AND RELEASE This Settlement Agreement and Mutual Release ("Agreement") is entered into this day of , 2010 by and among Clearwater Airpark, Inc., a Florida Corporation (the "Airpark"), and the City of Clearwater, a municipal corporation of the state of Florida ("the City") (collectively referred to as "the parties"). RECITALS WHEREAS, Clearwater Aircraft, Inc. and the City entered into a Lease and Operating Agreement dated November 26, 1997, and subsequently amended (collectively, the "Lease") for the operation and maintenance of the City's municipal airport. WHEREAS, Clearwater Aircraft, Inc. subsequently assigned the Lease to Daytripper Aviation, Inc., pursuant to the Assignment of Lease dated February 1, 2000; WHEREAS, on August 10, 2000, Daytripper Aviation, Inc. and the City amended the Lease to change the corporate name of the Daytripper Aviation, Inc. to Airpark; WHEREAS, the Lease continues to presently be in effect since Airpark exercised an option to renew in 2007; WHEREAS, pursuant to the Lease, Article VI, Utilities, Airpark is responsible for all utility payments for the "facilities leased," as defined in the Lease; WHEREAS, the Airpark contends the City incorrectly calculated the facilities leased as defined in the Lease for the purpose of calculating stormwater utility fee assessments; WHEREAS, Airpark paid the stormwater utility fees as charged by the City; WHEREAS, the City adjusted the stormwater utility fee in March 2009 and again in April 2009 thereby reducing the amount of stormwater utility fees charge to the Airpark; WHEREAS, the parties wish to resolve this dispute as set forth below. NOW THEREFORE, in consideration of these promises, the recitals, the agreements contained herein and other good and valuable consideration, the receipt, adequacy and sufficiency of which are hereby acknowledged, the parties do hereby agree, promise and covenant as follows: Item # 9 Attachment number 1 Page 2 of 5 1. Incorporation of Recitals. Each and every recital above is hereby incorporated by reference. 2. Warranties and Representations. All parties to this Agreement represent, warrant and covenant that they have the authority to execute and deliver this Agreement, and this Agreement is binding upon and enforceable against all parties in accordance with its terms. 3. Consideration. In order to resolve all possible claims between the Airpark and the City, the parties hereby agree to the following: A. Payment to Airpark: The City will pay One Hundred Seventy Five Thousand Dollars ($175,000) to Clearwater Airpark, Inc. within 10 days of full execution of this Agreement. B. No further claims between the parties to this Agreement: By virtue of this Agreement, the Airpark and the City agree that they will not hereafter assert any claims against one another that could have been brought against one another from the beginning of time through the date hereof related to the assessment, by the City, of stormwater utility fees. C. No Admission: This Agreement has been entered into to avoid the substantial costs, inconvenience and uncertainties of litigation. The execution of this Agreement shall not constitute an admission by any party that such party has violated any federal, state or local statute, ordinance, rule, regulation or common law. 4. Release by Airpark. In consideration of the entry into this Agreement and the consideration set forth above as well as the mutual promises and releases contained herein, and other good and valuable consideration as set forth herein, the receipt, adequacy and sufficiency of which are hereby acknowledged, Airpark, for itself corporately, and its respective agents, partners, employees, assigns, attorneys, heirs, affiliated companies, subsidiaries, parent corporations, officers, directors, shareholders, servants, predecessors and successors in interest, trustees in bankruptcy, and any other representative or entity acting on behalf of her, pursuant to, or by virtue of the rights of any of it, does hereby now and forever, unconditionally, release, discharge and hold harmless the City, and its respective 2 Item # 9 Attachment number 1 Page 3 of 5 agents, legal representatives, employees, from any and all claims, rights, demands, actions, suits, damages, losses, expenses, liabilities, indebtedness, and causes of action regarding the miscalculation or overpayment of stormwater utility fees from December 2004 to March 2009, now existing at law and in equity, whether known or unknown, restitution, recoupment of defense costs, breach of contract, breach of extra-contractual duties, negligence or otherwise. 5. Release by the City. In consideration of the entry into this Agreement and the consideration set forth above as well as the mutual promises and releases contained herein, and other good and valuable consideration as set forth herein, the receipt, adequacy and sufficiency of which are hereby acknowledged, the City, does hereby now and forever, unconditionally, release, discharge and hold harmless Airpark, its respective agents, partners, attorneys, shareholders, officers, directors, legal representatives, employees, assigns, servants, attorneys, predecessors and successors in interest, regardless of form, and any other representative or entity acting on behalf of, pursuant to, or by virtue of the rights of any of it, from any and all claims, rights, demands, actions, suits, damages, losses, expenses, liabilities, indebtedness, and causes of action regarding stormwater utility fees assessed to Airpark from December 2004 to March 2009, now existing at law and in equity, whether known or unknown, restitution, recoupment of defense costs, breach of contract, breach of extra-contractual duties, negligence or otherwise. 6. Indemnification. Airpark shall indemnify and hold the City harmless against any request by a tenant of Airpark property ("Tenant") for the refund of stormwater utility fees that may have been paid by Tenant from December 2004 through the present. 7. Attorneys' fees and costs. Except as provided herein, each party shall bear his, its or her, own costs, attorneys' fees and other expenses incurred in connection with this Agreement. 8. Advice of Attorneys. The parties acknowledge that they have fully read, understood and unconditionally accepted this Agreement after consulting with their attorneys and acknowledge that this Agreement is binding upon all parties hereto, regardless of the extent of damages allegedly suffered by any of the parties hereto. The parties further agree that the drafting of this Agreement was a collaborative 3 Item # 9 Attachment number 1 Page 4 of 5 effort by all parties and that all parties were represented by their counsel of choice during all stages of these negotiations. 9. Counterparts. This Release may be signed in counterpart originals with the same force and effect as if signed in a single original document. 10. Cooperation of the Parties. The parties agree to cooperate fully and to execute any and all supplementary documents and to take all additional actions that may be necessary or appropriate to give full force and effect to the basic terms and intent of this Agreement embodied herein. 11. Entire Agreement. This Agreement contains the entire agreement of the parties on the subjects expressed herein. This Agreement shall be binding upon and inure to the benefit of the parties hereto, jointly and severally, and the past, present and future executors, administrators, agents, employees, servants, attorneys, officers, directors, shareholders, subsidiaries, affiliated companies, parent corporations, partners, predecessors and successors in interest and assigns, regardless of form, trustees in bankruptcy or otherwise, and any other representative or entity acting on behalf of, pursuant to, or by virtue of the rights of each. 12. Governing law and venue. This Agreement shall be construed and governed in accordance with the laws of the State of Florida. The parties agree that any action brought to enforce this Agreement shall be brought in the Circuit Court of Pinellas County, Florida. 13. Non-Waiver. The waiver by any party of a breach of any provision of this Agreement by any other party shall not operate or be construed as a waiver of any subsequent breach of that or any other provision by said parry. 14. Alteration by Writing Only. This Agreement may not be altered, amended, modified, or terminated except by an instrument in writing executed by the parties and/or their authorized representatives. 15. Validity. The parties hereto agree that if any provision in this Agreement is held to be invalid, illegal or unenforceable, either legislatively or judicially, such provision will be severed here from, and the remainder of this Agreement will continue to be valid and enforceable. 4 Item # 9 Attachment number 1 Page 5 of 5 16. Full Understanding. Each party hereto represents and agrees that it has carefully read and fully understands all of the provisions of this Agreement. IN WITNESS WHEREOF, the undersigned have executed this Settlement Agreement and Release. Witnesses: Clearwater Airpark, Inc. By: Printed Name: Printed Name: Countersigned: Frank V. Hibbard, Mayor Attest: Cynthia E. Goudeau, City Clerk 520410 Its: City of Clearwater, Florida William B. Horne II, City Manager Approved as to Form: Camilo A. Soto Assistant City Attorney 5 Item # 9 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract (Blanket Purchase Order) to Jet Age Fuel of Clearwater, FL for an amount not to exceed $5,900,000 for the purchase of unleaded and diesel fuel for City Motorized equipment as per the award of City of Clearwater RFP 19-10 during the contract period May 1, 2010 through April 30, 2011 and authorize the appropriate officials to execute same. (consent) SUMMARY: This blanket purchase order covers the purchase of unleaded and diesel fuel delivered to the City fuel facility located at the Solid Waste compound on Hercules Ave. This fuel is used for all City equipment. This is the first year of a two year contract. Current price for unleaded is $2.59 and diesel is $2.56 per gallon. Research indicates that the cost of fuel will continue to rise to a level above $3.25 per gallon in the next 12 months. The not to exceed amount was determined by using the averaging method for two month segments. Type: Purchase Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: $1,955,566 Not to Exceed: $5,900,000 For Fiscal Year: 5/1/09 to 4/30/10 Budget Adjustment: None Annual Operating Cost: Total Cost: $1,955,566 Appropriation Code Amount Appropriation Comment 566-06611-550500-519-000 $5,900,000 BPO City of Bid Required?: Yes Bid Number: Clearwater RFP #19- 10 Other Bid / Contract: Bid Exceptions: None Review 1) Office of Management and Budget 2) Legal 3) Clerk 4) Purchasing 5) Clerk 6) Assistant City Manager 7) Clerk 8) City Approval: Manager 9) Clerk Cover Memo Item # 10 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the applicant's request to vacate the 10-foot drainage and utility easement lying along the west side of the east property line of Lot 18, Countryside Tract 56, Unit 1 (a.k.a. 3245 Hyde Park Drive), and approve Ordinance 8170-10 on first reading, (VAC2010-02 Walker). SUMMARY: The applicant is seeking to vacate the easement due to the existence of a swimming pool and enclosure presently encroaching 5.9 feet into the subject easement. The swimming pool and enclosure were permitted in 1982, prior to review procedures currently used to prevent construction in easements. Verizon, Progress Energy, Knology and Bright House Networks have no utilities in the easement and no objections to the vacation requested. The City of Clearwater has no utilities in the subject easement and no future need for this easement is anticipated. The Engineering Department has no objections to the vacation request. Review Approval: 1) Planning 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 11 Attachment number 1 Page 1 of 1 ORDINANCE NO. 8170-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE 10-FOOT DRAINAGE AND UTILITY EASEMENT LYING ALONG THE WEST SIDE OF THE EAST PROPERTY LINE OF LOT 18, COUNTRYSIDE TRACT 56, UNIT 1; PROVIDING AN EFFECTIVE DATE. WHEREAS, Jeffrey E. Walker, owner of real property located in the City of Clearwater, has requested that the City vacate the drainage and utility easement depicted in Exhibit A attached hereto; and WHEREAS, the City Council finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The 10-foot drainage and utility easement lying along the west side of the east property line of Lot 18, Countryside Tract 56, Unit 1, as recorded in Plat Book 80, Pages 33-35, Public Records of Pinellas County, Florida is hereby vacated, and the City of Clearwater releases all of its rights in the servitude as described above to the owner of the servient estate thereto. Section 2. The City Clerk shall record this ordinance in the public records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Camilo A. Soto Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Item # 11 Ordinance No. 8170-10 Attachment number 2 Page 1 of 1 - ? e ,r 65 `" -,/ , _ T 11 330.7 ._ .,., 135 X30, r ? 8 R 3308 57 - .. co ll _ HYDE PARK CT 13299 9r 3312 1 . 6B 60 F. "c,. c7 m P .136. n, 60 c -?.v A? 9 60 y ,w?ry s 67 50, 8 1@ -.. 3284 -- 1 §..,.54•-. .,.. w 55 o g . r 3? 93 ?• @ i 7 ?- `,328" o - 68 .- - "ioI s L < a279 , - r ' 11 g 32(8 8 `O CO 10 52` t W 8 .f 87- ,r < 51 d.f e3 g 3261 T38 p 3272 ?32 MONTRO5E LANE 3275 ..1.395 $` g 5 ,327• 3 8 =8 .:.. r 50 -. e._. -- 326 _ 8 ....,.,. 3i66 3267 :e 32761 -. 1 40 14 ! 8 H_ • ... w z CL' 36? r86 4 - 33,. ya , P 3269 63 8 r 8 "49 3261 -.. N = . 32 '= = e :. 141 II ? 60 3 15 ' r 3 Eo Y r =3258 37 - .. Vacate the 10' drainage and L7 3264, $5 .. i2 4,8 utility easement lying along the ` - " _ -w 16 west side of the east property 142 I P a 3254 - 3252 38 18 2¢7 y ine of Lot 18 Countryside 36'54 3255 , 2 3249 A, Tr. 56, Unit 1. 47 3243, 17 II 143 € ,.,3248 3,251 II 39, ,324E L 46 323 it ,144 40 5 - - v, 3230 45 o 19 1 45 ?f .. C p ?r 3 FA 44 y ?C °' ?' m° 3p3 20 ?I 46 1 3225 u v 41 3 z 56 28 '` e - _ 327£7 • ?3•2S 42: 21 147 1?i '72r? li ;f 55 ii , ?- - II 27 d h 43 22" " _ f P g 2 ? a 26 148 II 54 1 ? f S ? CY 59 71 23 0> 9 - ?aQ -- $ c`Q 72 ? 1149 53 ., II - - s ,9 24 ._ ., ?.3 . ... it 420,1 € 60 ,, ? n 52 w„ .? d y 20 I ._ . t p 61 , $7 Q ? 19 21 - 0 22 33, O k, Ord #: 8170-10 Vac #: 2010-02 Legend L- Easement to be Vacated N ClearWater Name: Walker :.l Bldg Footprint Parcel Boundary W E U Vacate the 10' drainage and utility easement Prepared by: lying along the west side of the east property Outside CLWTR City limits Engineering Department Geographic Technology Division line of Lot 18, Countryside Tr. 56, Unit 1. L r Clearwater Service Area Ite m # 11s 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)5624750, Fax: (727)526-4755 Map Gen By: JHH Reviewed By: SD Date: 3/19/2010 Grid #: 1896 S-T-R: 20-28s-16e 7 Scale: N.T.S. www. MyC learwater. corn Attachment number 3 Page 1 of 1 O NT NT BREWTON SEED Dr! fJ ? L g o SRATTLE Oz (5' Y ?? ?,? ?TASHA DR K ?T''`\\Vm o_\j DR 9x CREEK DRN y r, h F ENO tort pP? ..L lu a WESTVIEW t_E z I.'IIFI I: IF MONTAGBE A G< MERLIN WAY c F IF - LA ELL LA I. N MEADOW WOOD DR MEADOW p aq o / III __ p W PoD Wi OOD DR Retlf rtl pZ CI o o FAIR GREE/y D Q ASHLAND TERR LLJJ - = g Z CLOUDW Ew W OR o ° 2 0 LLJJ? SAXONV J IJ III Hare CT E T eke ?04, c g OHAMPTON z (1\11?III _ ?*J O ?O 2 z __ _._ DR ?O MITRAY DR SEDGEFIELD %k0 C? PP DOXBERRV WATER _ Velvenios ark e ELDERBERRY DR O? Ge get "'P H MONTROSE Exeler f¦ ¦w ??-? ?? I'i 20 20 K DR p o o DOE O _ RTHSIDE - z o K Retl 3 LL BLVD K ?! > as OO?ak/// c m O Buxton _ = ¢ V '` Og j 'd MEASE DR Fa GEIGER CT < a 2 QW 90 NORTH RIDGE Oe dlye FARNHAM WAY u w -:?r MULBERRY DR S OJ O Location of easement QP? ppN DR OF to be vacated. s ?a?`??? ?p Sp?F? p ?q, BRTLE BRppKE _ -- cIEN Fnr,1 Fs D E 6 ,? ?q \.? rFf FU / SPVG LASS OR ? HYde pr o O%r `o,! J c PI ak DR /fix ;. o FIRES TONE AJGUS1 I.1111u Ir .%i % ills h/ a - I. : I'.F:I I I, oPe88?eyh g;! lg\ i'a,? o AUGUSTA oRS - , 1 1._., 3 _. E l,. -- - . n _ CLUBHOUSE D R N HYYYO R EAGLE J STATES CIR N ST ANDREWS ??POO? I I 1' _ _ - ? ? ? R pR IIIII^^IIII`I`IIII I, COUNTRVCLUB m 2x ?N OpUE uF ?r0 r' pFy Green U Eagle ~ Eslaiesw C'r S F _ j WESTCHESTER p d OP ?eod l+? En ?- IY Burning ,I, aA Ol Q.THER TRAIL I.I .V 9? CLUBHOUSE OR 5 PN??? O F ad.w N Oak N, ??? f-E]?I :?, dP gT y? 3 STOC-OOD ?? !)1 JP O HOC COW Bay RD M atlow P ???? 'I p \? Pm t w ?? s FI }1 limber. ??N CED K nre en A? e AR RUN ? Meatlow Oak r !p ? O \\ tic 3 o kF SAeAL SPRINGS !D? ?iFw U W? N ? DR -? ;?\ /• /. t F ?f __ ?\ O FN IC WICK DRN ?I DR v a ? 10 MaFFA IR CT \::LLLIJ ? ALLEN AVE LUCE DR N z CASCADE 8 DR 0 K I ; > COUNTRYS m (U`y/ "(\f O LU D 5 Havertord K ! M mF\ 7 Or PINE HILL UR IL Clearwater Ord #: 8170-10 Vac #: 2010-02 Name: Walker Legend Outside CLWTR City limits N U Vacate the 10' drainage and utility easement is r Clearwater Service Area W E Prepared by: partinen Geog appc eTe hnnoo gy Division lying along the west side of the east property line of Lot 18, Countryside Tr. 56, Unit 1. Ite m # 1 1s 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)5624750, Fax: (727)526-4755 www.MyClearwatecco. Map Gen By: JHH Reviewed By: SD Date: 3/19/2010 Grid #: 1898 S-T-R: 20-28s-16e Scale: N.T.S. Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a design work order to Engineer of Record, King Engineering Associates, Inc. in the amount of $136,621.00 for the Advanced Pollution Control Facilities Clarifier Evaluation and Rehabilitation Project (09-0045-UT) and authorize the appropriate officials to execute same.(consent) SUMMARY: The City's Advanced Pollution Control Facilities (APCF), Marshall, Northeast and East, utilize clarifiers as part of their treatment process. The Northeast plant has eight clarifiers, the Marshall plant has four clarifiers, and the East plant has two clarifiers. The clarifiers' internal components have been repaired and randomly replaced over the years as part of routine maintenance and other improvements. The City has budgeted funds over the next four years to evaluate the performance of the clarifiers and make necessary improvements to optimize efficiency of the wastewater treatment process. These primary treatment clarifiers are a key part of the wastewater treatment processes. The effluent enters the clarifiers after the solids and grit have been removed. The organic suspended solids settle out in the form of sludge and are mechanically removed from the bottom of the clarifiers. Grease, oil and other floating substances are removed by surface skimming equipment. The City envisions that the evaluation of the existing clarifiers will result in recommended improvements. King Engineering will develop design documents for rehabilitation at each APCF to bid separately or as one construction project depending on the amount of work. Sufficient 09 Water and Sewer bond proceeds are available in 0376-96664, WPC R and R in the amount of $136,621 to fund the Work Order. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: $136,621.00 Not to Exceed: $136,621.00 For Fiscal Year: 2009 to 2010 Budget Adjustment: No Annual Operating Cost: Total Cost: $136,621.00 Appropriation Code Amount Appropriation Comment 0376-96664-561300-535- $136,621.00 See Summary 000-0000 Bid Required?: No Bid Number: Other Bid / Contract: Bid Exceptions: None Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) CitScMan ro7) Clerk Item # 12 Attachment number 1 Page 1 of 9 ENGINEERING ASSOCIATES, INC. King Engineering Associates, Inc. WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: March 24, 2010 Proj ect Number: 2110-202-000 City Project Number: 09-0045-UT 1. PROJECT TITLE: Advanced Pollution Control Facilities Clarifier Evaluation and Rehabilitation 2. SCOPE OF SERVICES: The City's Northeast, Marshall Street and East Advanced Pollution Control Facilities (APCF) utilize circular clarifiers as part of their treatment processes. The Northeast APCF has a total of eight clarifiers, four dedicated to each treatment train (north and south). The Marshall Street APCF has four clarifiers, and the East APCF has two clarifiers. Over the years, the clarifiers' internal components have been repaired and replaced randomly as part of routine maintenance and other improvements. At this time, much of the clarifiers' structural steel is corroded and in need of replacement. Other repairs that may be necessary, such as replacement of the drive mechanisms, are not known at this time. The City has budgeted funds over the next four (4) years to address rehabilitation of the clarifiers and has requested that King provide the following engineering services in support of this effort. Task 1: Project Coordination During Design • Prepare a project specific Project Management Plan (PMP) establishing team members and responsibilities, lines of communication, project delivery schedules and project budgets. • Coordinate the activities of King's staff and subconsultants with those of the City and administer communications among the project team Page 1 of 9 Item # 12 Attachment number 1 Page 2 of 9 members, with the clarifier equipment manufacturers and with the City's staff. • Prepare for and attend up to three meetings with the City during the project's design • Maintain and update monthly project schedules and status reports. It is assumed that field evaluations and design, and bidding services, can be completed in 7 months and 3 months, respectively, and that construction can be completed within 12 months. • Administer a quality assurance program covering the technical work of the prod ect team. Task 2: Existing Information Review King will review the existing information available for the clarifiers in order to become familiar with their construction, parts and operations. This information could include: • Record Drawings; • Original Specifications; • Existing Operation and Maintenance Instructions; • Fabrication Drawings; • Water Pollution Control Infrastructure Assessment and Capital Improvements Master Plan prepared by Jones Edmunds and Associates in 2004; • Available City maintenance records; • Information available from the clarifier equipment sales and service representative regarding work done on the clarifiers. It is our understanding that the clarifier equipment at the Marshall Street and East APCFs was provided by Envirex, four of the clarifiers at the Northeast APCF contain Envirex equipment (south train) and the other four clarifiers (north train) contain Dorr-Oliver equipment (now owned by Eimco). Task 3: Field Evaluation King will visit each APCF and perform the following: 3.1 Mechanical Review: The structural steel, drive units and associated ancillary equipment for each clarifier will be observed and evaluated. Specific items to be observed include: Page 2 of 9 Item # 12 Attachment number 1 Page 3 of 9 • Condition and structural integrity of visible steel and aluminum parts and hardware. This includes observation of internal structural and mechanical components if the clarifier is out of service and the bottom is dry. If the clarifier is in service, or has water in it, this observation will be from the bridge and exterior walkways and only components above the water line will be evaluated; • Return and waste activated sludge pumps, piping and valves; • Drive units and gear boxes; • Scum pumps, piping and valves. 3.2 Electrical Review: electrical power components will be visually evaluated to determine if repairs or replacements are warranted. A review and evaluation of the instrumentation associated with the clarifiers is assumed not to be required. Results of observation results for each clarifier will be documented on Field Evaluation Forms prepared specifically for this evaluation. The above will also include field coordination with a Dorr-Oliver (Eimco) and Envirex service representative. Task 4: Report King will develop a summary report summarizing the findings of Tasks 2 and 3 containing, in general, the following: • Introduction and clarifier background; • Field evaluation findings and photos; • Recommended improvements; • Estimated construction costs. Task 5: Contract Documents King will prepare Drawings and Specifications for the clarifier rehabilitation project. It is anticipated that the documents will be developed to allow the City to bid the work at each APCF separately or as one construction project. Development of the documents for each APCF will include the following: Task 5A: In order to maintain the plants in service during the clarifier rehabilitation, King will prepare a written sequence of construction describing the order in which demolition, inspection, replacements and testing is to be performed that will enable the City to inspect/evaluate the condition of the clarifier components and decide on extent of work to be performed in each clarifier. Page 3 of 9 Item # 12 Attachment number 1 Page 4 of 9 Task 513: Using the original design drawings and manufacturer's shop and/or operations and maintenance manual drawings and data, prepare base drawings of the existing clarifiers and applicable pumping systems. It is anticipated that a large portion of the clarifier rehabilitation work will be shown using reproductions of the original design drawings and the manufacturer's shop drawings for background purposes. Task 5C: King will prepare Drawings and technical specifications outlining the work to be performed. Documents will be submitted to the City at the 50% and 90% complete levels along with estimates of probable construction costs. Front end technical specifications will be developed using the City's standard documents. King will meet with the City after each submittal to review and respond to the City's comments. It is assumed that electrical upgrades will be limited to the possible replacement of circuit breakers, starters and other MCC related components and that a detailed review and design of existing or new loads is not required. The only new piece of equipment requiring power will be the flow meter on the NEAPCF WAS pump discharge. Drawings are estimated to consist of: Northeast APCF • Cover • Index and Notes • Existing Site Plan • Clarifier Plan and Proposed Repairs • Clarifier Sections • Clarifier Details • South Plant Existing RAS Pump Base Repair Plan and Sections • North Plant Existing WAS Pump Station Meter Installation Plan and Sections • Miscellaneous Improvements • Miscellaneous Details • Electrical Improvements Marshall Street APCF • Cover • Index and Notes • Existing Site Plan • Clarifier Plan and Proposed Repairs Page 4 of 9 Item # 12 Attachment number 1 Page 5 of 9 • Clarifier Sections • Clarifier Details • Influent Splitter Box Gate Replacement Plan and details • Miscellaneous Improvements • Miscellaneous Details • Electrical Improvements East APCF • Cover • Index and Notes • Existing Site Plan • Clarifier Plan and Proposed Repairs • Clarifier Sections • Clarifier Details • Influent Splitter Box Gate Replacement Plan and details • Miscellaneous Improvements • Miscellaneous Details • Electrical Improvements Task 5D: Verify with FDEP that permit is not required for work. It is assumed that, because this is maintenance work, permits are not required to perform this rehabilitation work except for possibly City Building Department permits to be obtained by the contractor. Task 6: Bid Documents and Bidding Assistance The Bid Documents will be developed to allow each project to be bid separately. However, for the purposes of this Work Order, it is assumed that all the work will be bid out as one construction contract inclusive of the work at one or more of the APCFs. Which APCFs will be constructed under this first contract will likely be determined once the designs are completed and Opinions of Probable Costs and available City construction funds can be evaluated. • Incorporate City comments from 90% Design Submittal. • Provide final opinion of probable construction cost. • Submit requisite copies of signed and sealed Bid Documents and cost estimate. • Assist the City in bidding the project, including: Page 5 of 9 Item # 12 Attachment number 1 Page 6 of 9 ? Attend pre-bid meeting and site visit ? Prepare addendum/answer questions ? Provide recommendation of contract award 3. 4. 5. 6. PROJECT GOALS: Project deliverables will include the following: • One electronic (PDF) and three 11"x 17" paper copies of the 50% drawings; • One electronic (Word) and three paper copies of the draft technical specifications; • One electronic (PDF) and three 11"x 17" paper copies of the 90% drawings; • One electronic (Word) and three paper copies of the 90% technical specifications and front end specifications; • Three signed and sealed copies of the final Bid Documents; • One PDF copy of the Bid Documents; and, • Minutes of all meetings BUDGET: See Attachment "B". This price includes all labor and expenses anticipated to be incurred by King Engineering Associates, Inc. for the completion of these tasks, on a lump sum basis, for a fee of $136,621. No permits or application fees are anticipated for the project. SC'.HFDULF Tasks 1 through 4 will be completed three (3) months from issuance of notice-to-proceed assuming a City review time often (10) calendar days. Task 5 will be completed within four (4) months of receiving the City's final comments on the evaluation report. STAFF ASSIGNMENT (Consultant): Pri ncipal/Project Manager: Christopher F. Kuzler, P.E. Assistant Project Manager Tom Traina, P.E. Sr. Project Engineer: Jeff Elick, P.E. Engineers: John Xie, P.E., Josh Logan, P.E., Tatyana Gordyenko Designers: Frank Paul, Chanta Sengaroun Clerical: Vernetta Edwards Page 6 of 9 Item # 12 Attachment number 1 Page 7 of 9 7. CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to Christopher F. Kuzler, P.E. All City project correspondence shall be directed to Tara Kivett with copies to others as may be appropriate. 8. INVOICING/FUNDING PROCEDURES: Invoices shall be submitted monthly to the City of Clearwater, Engineering Attn: Veronica Josef, Senior Staff Assistant, P. O. Box 4748, Clearwater, Florida 33758-4748, for work performed. Invoices will be prepared monthly based on a percent complete for each task. Invoices will identify the costs per plant. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 0376-96664-561300-535-000-0000 10. SPECIAL CONSIDERATIONS: Given that the required work on the clarifiers has yet to be completely determined, revisions to this Work Order may be required to adequately address the required work in the Contract Documents. PREPARED BY: Christopher F. Kuzler, P.E. Sr. Vice President King Engineering Associates, Inc. APPROVED BY: Michael D. Quillen, PE City Engineer City of Clearwater Date Date Page 7 of 9 Item # 12 Attachment number 1 Page 8 of 9 C rwter F UZI, ff`d ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM Attachment "A" CITY DELIVERABLES FORMAT The design plans shall be compiled utilizing one of the following two methods. 1. City of Clearwater CAD standards. 2. Pinellas County CAD standards 3. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. DELIVERABLES The design plans shall be produced on vellum or bond material, 24" x 36" at a scale of 1" = 20' unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Land Desktop 2000 or later including all associated dependent files. NOTE: If approved deviation from Clearwater or Pinellas County CAD standards are used the consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard AutoDesk, Inc. release. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or email address tom.mahony clearwater- fl.com ? All electronic files must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Page 8 of 9 Item # 12 Attachment number 1 Page 9 of 9 ATTACHMENT B CITY OF CLEARWATER Advanced Pollution Control Facilities Clarifier Evaluation and Rehabilitation PROJECT BUDGET King Engineering Associates, Inc. Task Description Subconsultant Services Labor Total 1.0 Project Coordination $ 25,779 $ 25,779 2.0 Existing Information Review $1,680 $1,680 3.0 Field Evaluation $2,000 $9,705 $11,705 4.0 Report $6,564 $6,564 5.0 Contract Documents $7,500 $76,117 $83,617 6.0 Bid Documents and Bidding Assistance $6,186 $6,186 Subtotal, Labor and Subcontractors $135,531 Permit Review Fees $0 Other Direct Costs (prints, photocopies, postage, etc) $1,090 Grand Total $136,621 Page 9 of 9 Item # 12 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve contracts to Williams Testing LLC of Sarasota, FL in the amount of $406,000 for Sanitary Sewer Rehabilitation; to Reynolds Inliner of Clearwater, FL in the amount of $800,000 for Sanitary Sewer Cleaning and Televising Inspection; to Rowland Inc. of Pinellas Park, FL in the amount of $600,000 for Sanitary Sewer and Force Main Emergency Repair; to Concrete Conservation, Inc. of Jacksonville, FL in the amount of $210,000 for Sanitary Manhole Rehabilitation; and to SAK Construction of Jacksonville, FL in the amount of $209,000 for Cleanouts Installation, which are the lowest responsible bids received in accordance with the plans and specifications of the 2009-2010 Sanitary Sewer and Manhole Rehabilitation Project (#09-0047-UT)and that all appropriate officials be authorized to execute same. (consent) SUMMARY: The City has initiated a comprehensive maintenance program to clean, inspect, rehab and repair existing sanitary sewer pipelines and manholes throughout the City of Clearwater. The goal is to maintain the integrity of the sanitary sewer system and minimize disruptions in service to our citizens. Bids for the 2009-2010 Sanitary Sewer and Manhole Rehabilitation Project were received February 25, 2010. Staff has reviewed bid unit prices, compared to last years' contracts and recommends award of these contracts to inspect, rehabilitate and/or replace elements of the City's sewer collection system that have been or will be identified as deficient, in need of repair, or at the end of their useful life. Williams Testing LLC will perform the Sanitary Sewer Rehabilitation Contract. Work includes lining of selected sewer pipeline to rebuild the pipes' structural integrity according to city standard specifications, limiting inflow and infiltration. Reynolds Inliner will perform the cleaning and TV inspection of selected sanitary sewer systems in the Sanitary Sewer Cleaning and Inspection contract. This process restores capacity by removing sediment and obstructions and also accurately identifies defects that require corrective actions. The work under the Sanitary Sewer and Force Main Emergency Repair Contract will be performed by Rowland, Inc., which includes any repairs in the City's waste collection system that are deemed an emergency or critical and not identified in other contracts. Concrete Conservation, Inc. will perform manhole lining in the Sanitary Manhole Rehabilitation section, and is responsible for all work, materials and equipment required for completion, repairing structural defects and applying coatings to reduce inflow and infiltration. SAK Construction will perform the installation of cleanouts to sanitary laterals to better maintain the sewer lateral and minimize costly replacement of sewer laterals in case of stoppage. The City of Clearwater will direct the contractor to those high priority areas as established in the Sanitary Sewer Evaluation Study. These efforts will continue until the entire budget of each contract is expended. The City of Clearwater's Public Utilities Department Wastewater Collection Division is responsible for owning, operating and maintaining the wastewater collection system including all gravity pipe lines and manholes that convey the raw sewage to the lift stations and or City's wastewater treatment facilities. Sufficient budget and revenue are available with 2009 Water and Sewer Revenue Bond proceeds in project 0376-96665, Sanitary Sewer R and R in the amount of $2,225,000 for all the above contracts. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Budget Adjustment: No Cover Memo Item # 13 Current Year Cost: $2,225,000.00 Annual Operating Cost: Not to Exceed: $2,225,000.00 Total Cost: $2,225,000.00 For Fiscal Year: 2009 to 2010 Appropriation Code Amount Appropriation Comment 0376-96665- 563800- 535- $406,000.00 See summary 000-0000 0376-96665- 563800- 535- $800,000.00 See summary 000-0000 0376-96665- 563800- 535- $600,000.00 See summary 000-0000 0376-96665- 563800- 535- $210,000.00 See summary 000-0000 0376-96665- 563800- 535- $209,000.00 See summary 000-0000 Bid Required?: Yes Bid Number: 09-0047-UT Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 13 cm) cm) cm) cm) cm) cm) cm) 0 O O O O O O O O L.?I.?..II J O ° O 0 O 0 O O M O r O O v F+I Q M 0 0 0 0 N - U O O LO I- N LO CO O O H N M /y 69, ER ER ER ER ER ER ELT o cm) CD 0 cm) 0 0 W r V 0 0 r 0 0 L) N N N ? Ln LO 00 M M ? ? ? 691 69 69 69 Att c m nt Page 1 of 2 J ? / 0 . z 00 H 0 U a W U ? a z M z 0 H J a 0 w ? z 0 U w W U _ U a z o M U o 0 0 0 0 0 0 0 J O O O O O O O 0 M O N 00 N N V- 00 LO 0 N M 69 69 69 69 69 69 69 69 O O O O O O O W Q V N (D N M M Ln (D r 000 U ? z 0 0 0 O O O 0 0 rn Cl) z W Q M C% ~ J z LU J LL LL J LL J LL J LL J LL J LL J LL J M W a N z ICI I? IMM 4. w r.I lumber 1 O O O O O O O O O O O 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 0 0 0 0 J Lo b O Lo b O Lo b O Lo b O O O O Lo b O Lo Lo O I...I h+•l Q M Co o) O M LO M Co o) O M LO M Co o) O M LO M Co o) O M LO LO N 00 V O N 0 M 0 O O r- LO LO Co U O V M V V M V V M V V M V Ln V M M N M V N M w 0 /y ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER o O O O O O O O O O O O O O O O O O O O O O W 0 0 0 O O O O O O O O O 0. 0. 0. 0. 0 0 0 0 0 V I- LO LO I- LO LO I- LO LO I- LO LO O O O LO O O LO LO O N o) V LO M N N o) V LO M N N o) V LO M N N o) V LO (D N M O (D O o) O M N LO M LO 0 M I- LO 0 Co 00 d N N N N N M N M N M ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER J ? / 0 . z H 0 U W a U ? a z z 0 H J a 0 w ? z 0 U w W U_ a U z M o U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O 0. O O 0. 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 0 0 0 Ln O O 0 0 0 0 0 0 0 0 0 0 0 0 H J L() V 00 L() O V I- V Co LO N V L() V M (' G) I- L() - o) - N M LO M V LO M V r- V LO 00 V (D r N M r M M 0 H ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W O O O O O O O O O O O O O O O O O O O O O U 0 0 0 0 0 0 0 0 0 0 0 0 0 LO 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o) N o) - LO N I- M LO - I- r N M V o) I- LO - o) ?..? d ? N ? N ? (V N ? (V M N LV M N M M Z LO N N LO N N LO N N LO N N LO N N M M H H H CO Z W Q ~ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Z W W W W W W W W W W W W W W W W W W W W W OW y Co V y Co V ? Co V ? Co V ? Co V ? Co V ? Co V CO C M C 17 M 17 M 17 M 17 M M 7 M 00 00 00 00 00 00 00 ?p 00 ? H H ? N Attachment number 1 Page 2 of 28 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 O 0 0 0 Lo LO 0 0 0 0 0 0 0 0 0 0 0 0 0 CO LO O (D r I?..y.I J LO 00 O I- O O LO LO O V r LO M M LO LO LO I- N 0 O le F+I Q O O - W 00 LO LO r r M 00 - LO LO LO N LO LO - 0 W V h V O V N V ? G N M ? V N -7 -7 G Ln Ln CO 00 N N O C 6?11 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 o O O O O O O O O O O O O O O O O O O O O W O O O O LO LO O O M 00 O Ln Lp Lp 00 O O ? U 0 0 LO N M LO 0 N N M LO LO LO 00 00 00 00 LO 0 I [y CO 0 0 O O O N O M M N LO ICI d N V N C 69 69 69 v) v) v) 6p" 6p" 6p" v) v) v) v) v) v) v) v) 6<) 6<)' 6<) A ta h en n Page 3 of 28 J ? / 0 . z H 0 V W a U ? a z z 0 H J a 0 w F- LU U_ a U z o O 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln 0 Ln 0 0 0 0 0 0 C O 0 0 LO O O LO O LO O LO O LO N O N LO O O 0 O 0 O H J r N V L() L() LO - O N O V CO N N M M O N 0 0 M 00 V V (n r O _ Ln I? 0 ? O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O O O O O LO O O 0 0 0 O LO O LO O O O O O W O O O O - - 0 0 0 0 O 0 r O N 0 O O O O U 0 0 O 0 O O 0 0 0 O - O - N 0 0 - 0 0 - O O O O O O N P- U d N V V ?..? Z Q 69 69 69 69 69 69 69 M LO 0 0 O O 0 0 0 0 0 0 0 0 0 O LO LO 0 0 0 0 Ln N LO N 0 O 0 M 0 M 0 LO 0 M 0 M 0 LO 0 M 0 M N - H H CO Z W Q ? O Q Q Q LL LL Q Q LL LL LL LL LL LL LL LL LL Q Q Q z W W W J J W W J J J J J J J J J W W W M J ? CO V W N U 0 - Oo N C Q ? O C L 0 P avi mber 1 x a U F- w 0 H O W U ? a Att c m nt u Page 4 of 28 J ? / 0 . z H 0 U W a U ? a z M z 0 H J a 0 w ? z 0 U w W U_ a U z o U O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O q q O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O H J O O O O N LO O LO 00 O m V N 0 0 0 0 O N O LO LO cm O _ O LV -7 N M v v M Lri 00 - O H yyy ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER - Ef3 Ef3 ? ?I - O O O O O O O O O O O O O O O O O O O ? ? W O I- O LO O O 0 0 O - N (M V 0 0 0 0 O O O N N CO - N M V O O 0 0 - N M V O O z LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O LO 0 O 0 O 0 O 0 N 0 LO 0 LO 0 LO 0 N 0 0 0 0 0 0 0 LO 0 0 0 0 0 0 0 0 O O M v 0 Oo C - - - - CO Z o W Q H z co LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Q co J J J J J J J J J J J J J J J J J W T J N N N N N N N N N N N N Q' N N N N N N N N N N N N C E E E E E E E E E E E E W E m m et E m m et E m m et E m m et N z X 0 0 0 X 0 0 0 X 0 0 0 X 0 0 0 X Cn v (D LO v Zo LO v Zo LO v Zo U b N M O - N M O - N M O - N M a N b b N b b N b b N b b I I C7 z CO W z M U w a o Q c -1 LU 0 C) fiber 1 x a U F- w 0 H O W U ? a Att ac m nt nu Page 5 of 28 J ? / 0 . z H 0 U a W U ? a z M z 0 H J a 0 w ? z 0 U w W U_ a U z o U 0 0 0 0 0 0 0 0 O O 0 0 H J O LD O O O O O O O V Ln M N - N W O r- 0 N yyy 69, 691 691 691 691 691 691 Ef3 691 ER ELT 691 691 691 691 691 691 691 691 691 691 691 691 691 691 691 691 691 691 ??~I?- Ln O Ln O O O O W I- 7 N 0 0 0 O V O M O O N U ? z 0 0 0 0 0 0 0 ° ° ° 0 0 0 O O O C y M N N Z O W Q ~ LL LL LL LL Q U- (n co D 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 J J J J W J J Q J d d d d d d d d d d d d d d d d d d d a W U z N N N W m m m W E p D D D fn ? N W O M W (V CO O J - CO M 0 2 Z Q D Z Q N o = Q * Q fiber 1 a x U F- w 0 H O w U ? a M J ? / 0 . z F- a LU U ? a z M z 0 H J a 0 w F- LU U_ U a z o U . . . . . . . . . . . . . . . . . . . . . . . ? a 0 H w U ? z d' CO z w Q C? m m z z LL Q Q Q v v d d d d d d d d J d d CO U U H CO W W W J J d d N U U d d y N o Q o ? c rn 0- E 0 CL Attachment number 1 Page 6 of 28 U x a z M J H V ° z A Z Att c m nt a a e o w O ? ? a z M °o °o °o °o °o °o ° C? ° o 0 0 0 0 0 0 0 0 ?y J O V W L O (9 V W MV O N M LO r- 0') 00 0 N M *4 ~ z 00 A C w °o °o °o °o °o °o ° Z V N M M V LO 0 ° LO a z M 63 691 691 691 691 691 °o °o °o °o °o °o ° C? ° o 0 0 0 0 0 0 0 0 W a ° o_ ° o_ ° v_ ° ° o_ rn C C H 00 O N N a N N N N N M W Q,? Q I I EiT ER ER ER ER ER ER ER C a O O O O O O O W w a L) LO N 0M M M r 0 a z M 69 °o ° P ° o ° o ° o ° o ° o ° o 0 0 0 0 0 0 0 0 00 J O O ? ? LO O O 0 0 < m6 06 O N cm 06 N V 0 N M H V z 00 691 LU } 0 0 0 0 0 0 0 LU F- M M M M M M F- 0 Z LU w C/) = 0 Q J L r 0 ? W LL J LL J LL J LL J LL J LL J LL J LL J Z O a- < N Cn L O N 4? 11 O ?' w Z A (S rS rS rS rS rS Co o0 ° ° O N d ? N N N U- Z d z x uj 41 lumber 1 V Ln M V Ln M V r` Ln O N r` 00 O O r` O - Lu N N V d N M V N M V N M V N M V M LO Co LO r- 00 (D r o) F - z M J H V z ° A z a w L) O ? a z M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LO O O 0 0 0 0 0 0 0 0 0 0 0 0 a J O N 00 O Co V N 00 N O V O O O 00 Co G) I- N G) O W H 00 V V 00 V LO 00 V Co o) V I- N r (D o) M V O V Co a 0 z 00 69 61) 61) 61) 119 ? 119 119 119 ? 119 ? 119 A a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O w 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z 0 0 0 0 0 0 LO O O 0 0 0 0 0 0 0 0 0 0 0 0 Co V Co M I? M V 00 N L() V L() V N G) I? V G) O r, d ? (V (V ? (V (V ? (V M ? (V M (V M M M M V M V CO Z 3 3 3 69 69 69 69 69 69 69 Ef> 691 691 691 691 -? - -? -? - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O . O O O . 0 0 0 . O O O . 0 0 0 . 0 0 0 . 0 0 0 J LO 00 00 r- M M O 00 00 N M M LO V V N V V V 00 00 W Q V I- r O 00 00 I- 00 00 (' o) o) 00 N I- r M r r H o) M M N V V V LO LO r- M M r r r M M M M 0 a W Q,? Q ICI EiT ER ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Ef3 ER ER . ELT ER ER ER . a N O O O O O O O O O O O O O O O O O O O O O W W O O O O O O O O O O O O O O O O O O O O O W a V O o) O o) O O LO LO LO O V O V O V LO Co LO Co LO Co O I- O r O r O V O V O V O 00 O 00 O 00 a 00 00 00 V V V o) o) o) V V V L() L() Ln r- r- r- r- r- r- ICI d N N N N N N M M M M M M M M M M M M Z 63 63 63 63 63 63 63 63 63 63 63 63 63 63 3 .3 X3 3 .3 .3 . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O . 0 0 0 . 0 0 0 . 0 0 0 . 0 0 0 . 0 0 0 . 0 0 0 Ln O O Ln O O Ln O O 0 0 0 0 0 0 0 0 0 0 0 0 J N O 00 N N O N N O LO O O LO O O LO O LO LO O 00 cm M M (6 (6 V (6 (6 V ? V Lr r_ Lr m M M M IT V Ln 0 V z 00 } LO N N LO N N L() N N LO N N LO N N M M w H fn Z w W ~ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q W W W W W W W W W W W W W W W W W W W W W M Z O Q N Cn ui O N O N N N N N N N N C6 N V5 17 '7 (D 4 C? '7 (D '7 (D C? 17 (D 4 - , rn ? 00 00 00 00 00 00 00 O ? ?p - . oo ? ti ti ? N O N N U- d z Z W C? Attachment number 1 Page 8 of 28 V ? ? r` O N Q N a P- 00 ai v z M J H V z ° 00 A ? A to h en n 9 a w L) O ? a F - z M O o 0 0 o 0 000 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 0 c? O O O O O O 0 0 O O O 0 0 0 N O V 0 0 0 0 0 ' 0 0 0 0 ' 0 0 0 ' 0 0 0 ' 0 0 0 ' 0 0 0 0 O 0 0 0 LO O LO - O LO O 0 0 0 0 0 0 0 0 r a J r- V V N O LO N O M rn O LO - O N LO M O W Ln m O Ln 1- N C ? a 0 z A a 0 0 0 O 00 0 0 0 0 0 0 0 0 0 O w O 0. C? O O O .00 LO 0' 0 0. C? O 0 0 0 O O O 0 0 0 0 0 0 0- 0 ? (M N LO r N V LO 0 0 0 Z V 0 0 0 O N a ri LO co z M 691 691 ? 69 v3 v3 v3 693 693 693 -1 - - 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 CD LO LO LO LO o o o o o o b Lo b Lo b b o b o Lo Lo b w; O M M rn LO LO LO O O O 00 O O r- LO 0 0 0 m w N N W Q LO 00 00 N I- r O O LO CO V I- - LO O LO V M O 0 0 rn H M M LO M N - LO N N M N M N a 0 CO W Q,? Q ICI EiT ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 6R O O O LO LO 0 O LO O M ' N ? r 00 LM P- N W W O 0 0 ? N V ? U LO LO LO a ? ? oc 00 a ri ri ri z M 69 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 o 0 0 0 0 0 o 0 0 0 o 0 0 o 0 0 o 0 0 o 0 0 0 0 O 0 0 LO O 0 0 0 0 O LO LO LO M M O 0 0 0 0 0 m J O I- O 00 LO LO O O LO LO r- O O LO - O r- LO r- le O V cm N N - 0 M _ cm v Ln Do Do N F- N M r C O (o H V z 00 M LO 0 0 O O 0 0 0 0 0 0 0 0 0 O LO LO LU H 0 0 Ln LO 0 0 0 0 0 0 0 0 0 N F- F- O LO O - N N O N M M LO M M LO M M S Z W LU = ? t O 0 = Q Q Q Ll Ll Q Q - - - - - - - - - Q Q Q 0 ? W W W U) J J W W J J J J J J J J J W W W z b J Q N Cn ui O N ' v O 2 N N co O d L Do L0 N O N N U- z Z Q W c c s n ' o , o mber 1 U O O x a z M J H V ° z A Z tt c m nt u a a e w L) O ? a z M LO o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o u> LO O . O . . 0 . 0 O . 0 0 0. 0. O O O O O O O O O O O O 0 0 0 0 LO LO LO N LO 0 0 0 0 0 O 0 m 1- 0 O O O 0 M ?y J LO O O O r- 9 N 1- V 0 I? 0 ~ z o 0 0 0 ° o 0 0 0 0 0 0 0 0 0 0 0 c o w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z a z W Q O a W a a W w a U 0 a z O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o o o 0 0 0. O O O O O 0 0 0 0 0 0 O O ' 0 0 0 0 0 0 O O O O Ln 0 0 0 0 O LO O O O O O O LO O O O 0 co co 0 0 0 J Ln O Ln O CO N O LO O O LO O LO N r- V - - - - N C N N 0 H V z } LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O LO LU F- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O N LO LO LO N 0 0 0 Lo 0 0 0 0 S O M V o co C CO z LO O LU w < C/) = M ? ~ L O z (n LL LL LL LL L L LL LL LL LL LL LL LL LL LL LL LL Q (n r J J J J J J J J J J J J J J LL J J w T J Z O - N Cn L O N CL E ? E E E E E E E E E E E E 0 O 2 w E m m et E m m et E m m et E m m et N (6 N 0 ? o o o ? o o o ? o o o ? o o o X m o L ~ - LO V CO - LO V CO - LO V CO - LO V CO d O U O N M O N M O N M O N M w „ O ? a b b i b i b N ? M N N z_ w Z ? v a o W w J O [? ~ C aL+ U fiber 1 U x a z _ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M M , ? M M N N M M w o m M m o O M O V LO O V Ln M V M V N M N - r- N 0 0 J Q V 0 ° z A a a e o w O L) ? a z _ 0 0 0 0 0 0 0 0 3 0 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 M ?y J - W H E N V O N r N 0 F- , N N 0 0 0 0 0 0 0 O W V O N LC? M 0 0 0 z 0 0 0 a z _ W Q F- a F- W LU a U ? a z _ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO J O 0 0 r N l L N N LO M L N 00 c H O m "T m CF) 0 N N H V z 00 691 691 691 691 691 691 691 >. 0 0 0 0 0 0 0 j 0 0 0 0 LQ y z 0 (l) N N LU Lu = 0 La 0 z LL LL LL LL Q LL (n (n D 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 r = J J J J W J J Q J d d d d d d d d d d d d d d d d d d d Z O w Q N C/) L6 } O N a? a? a? z w O ?' LU E E m m 2 N (6 N ? o o o w O L CO 2 O O N M W O N -' -' w N LL 00 (1 ) p x d z Z Z z W Q _ N n Q o * = Q fiber 1 U x a z M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1( 0 0 00 O O O O O O O O O O O O O O O O O O M O - O C O 0 0 0 0 0 0 Do ? 0 0 0 O O of O M 0 0 0 - 0 0 N V Co N N (D o) N V 00 00 N M N N Ln J Q V ~ ° z 00 A a w O U ? a z M ?y J W ? 0 0 *4 ~ z 00 A a o W z U a z M W a F- 00 F- F- W a W LU a U 0 a z M J F- 0 V z 00 y z Lu W a z 2 2 2 2 2 2 2 2 0 LL D 2 2 Z Z LL Q Q Q LL LL 0 M M M M M M M M J M d M U U H M W W W J J = Z O a a Q N Cn ui O N O 2- LU C) C) N (6 N > > CO d d d L 0 -0 O N N LL (? o Z ul Q o 0 a Q = o 0 o r) 3 o a L O 0 rn > Q Attachment number 1 Page 12 of 28 O O O O O O O O J O O O 0 O O O O O O O O O O O v O LO O LO m Z O O po O N c m po O M H 0 W ER ER ER ER ER ER ER ER W O O O O O V O M O O O O U M M M V LO LO CO LO CO a _ z Att c m nt M Pa a 13 f °O °O cm) cm) °O cm) °O cm) °O cm) °O cm) °O 00 J 0 0 o 0 0 o 0 O 0 0 O 0 O W Q O p p O p p O p? p 0 O N N N M N N N W M H ? ?i ER ER ER ER ER ER ER ER L. II py W O O O O O O O Ey V co co V LO (D O I- (D W m N O a z J H 0 U U d a a W Z z xo ?U J z 0 x z Lu W U_ U a W ~ a z W ? L } 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O CO CO M M M M y Z w W Q J L r 0 W LL J LL J LL J LL J LL J LL J LL J LL J M Z O a Q N LO O N O ?' LU Z m C) A (S rS rS rS rS rS O N d op °?° N N N U- Z d z x u N a ?a lumber 1 8 O O O O O O O O O O O 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 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O J LO 00 00 LO 00 00 LO 00 00 LO 00 00 LO 00 00 O O O O O O V V V V V LO LO LO LO LO LO z 00 , o w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 W 0. 9 9 9 9 9 9 9 9 9 9 9 9 9 9 O O O O O O 0 U o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 o) 0 0 0 0 0 0 0 0 0 0 0 0 a 0. LO LO LO LO LO LO a a z _ 69 69 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O , 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W Q O N V Ln O O Ln V CO O O O O O O O O O O O O O LO CO N CO r- N CO r LO I- 00 O V (D N o) O N O N 0 H ? ?i ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O O O O O O O O O O O O O O O O O O O O O py W O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 CO 0 N 0 L() 0 O 0 L() 0 L() 0 N 0 00 0 O 0 L() 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 d N N M N M M N M M M M V CO r- 00 00 O O O O N Z J H 0 V U d a a W Z z xo = J z 0 x z W W U_ U a W ~ a z W = } LO N N LO N N LO N N LO N N LO N N M M w H CO Z w W = ~ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q W W W W W W W W W W W W W W W W W W W W W M Z O Q N Cn ui O N O N N N N N N N N C6 N 1 ( 0 4 '7 00 . 00 00 00 00 00 00 O ? ?p - . oo ? ti ti ? N 0 Q) N U- d z Z W C? Attachment number 1 Page 14 of 28 0 0 O O 0 0 O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 O O O O O ' 0 0 0 0 ' 0 0 0 ' Lo m M ' Lo m M ' O O O N N J 0 0 0 LO LO - 0 0 O 0 0 O O O w Cl) LO LO LO LO LO LO LO O LO O V O M N Z M M r N - r 00 O w H H W ER ELT 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 6c3 691 691 691 ER 0 0 0 0 0 n 0 0 O O O W 0 0 0 6 6 0 0 I - 0 0 6 6 6 6. 6. 6. O O O 00 U O O O O O O O O O LO O LO O M 0 O O O O O O O a LO LO LO N N M (D N 0 d 1-: N z A tt. h en n = P g 1 0 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 O W Q O O O M O O O LO LO O Ln V Ln Ln V O O O O LO O o0 h O (V V O LO (D (D CO (V N LO CO 0') m O 0 Q? p ICI O M N M M M O a ? r H ? ?i ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O O O O O O O O O O O O O O O O O O O O py W O O P O O O O O 0 0 0 0 0 0 O 0 0 O O O U O O O O LO LO O O M LO 00 M LO 00 O O O O O O O O O O N N N M O (D LO O 00 O d O N V N M CO Z _ J H 0 V U d a a W Z z xo = J z 0 a 00 z W W U_ U a W ~ a z W = M LO 0 0 O O 0 0 0 0 0 0 0 0 0 O LO 0 0 0 LO LO O 0 0 O 0 0 0 0 0 N O O N N O M M LO M M LO M M S y Z W W = 0 Q Q Q LL LL Q Q LL LL - - - - - Q Q Q 0 ? W W W (n J J W W J J - J J - J J J J J W W W Z O J Q N uO O N O N N Cl) 0 d L ao N O N N U- d z Z Q W c c s n o ' d , o mber 1 O O O O O O O O O O O O O O O O O o cm) O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O b b O J O 0 0 0 0 0 0 0 0 O O O LO 0 0 0 0 O LO O O LO 00 N 00 LO LO LO 00 O 00 00 O 0 0 0 O N O O Ln M V O O O N M V Ln 0 H W ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O LO O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O N CO CO O 0 0 O O - - - - O 0 0 0 O O V V O O O O 0 N M v O a V O o a ? z tt c m nt u = e 16 :)f2 8 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O q o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O W Q O O O O O LO LO O O O O O LO O O O O O LO O O O LO (V LV V LV 0 O O N 0 0 0 0 O O O LO - M 0 LO N - H ?i 69 69 69 69 69 69 69 69 ER ELT 69 ER ER ER ER ER ER ER ER ER ELT W ?y L. O O O O O O O O O O O O O O O O O O O py w O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O E'? U 0 M LO 00 O M LO 00 O LO LO LO LO O 0 0 0 0 O O O O d O N N O N z O 0 0 0 0 0 0 0 C) 0 0 0 0 0 0 0 0 C 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O q q O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O J O 0 0 0 0 0 0 0 0 O O O LO 0 0 0 0 O LO O Q LO LO LO O CO O LO O O O 00 O r- 0 0 0 0 0 - LO H N I- V 0 - N N V V LO N V LO CO U) LO LO - N 0 M N LO z ? O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER O U O LO O O O O 0 0 0 LO LO O O 0 0 0 O O O I? ? w O I- LO LO O O O O O N M LO LO O 0 0 O O O z ?I i U 0 0 O - N 00 V In 00 O N O O O In CO U) In b LO O FL a LQ LQ C ? ? (V (V W xo z O 0 0 0 0 0 000 0 0 0 0 0 0 0 0 o cm) 0 O 0 0 0 0 0. 0.0. O 0 0 0 0 O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z J O 0 0 0 0 LO LO LO O O O O LO O LO O O O LO O O LO O O O N N N O O O O N - N LO O O M O [?] O M N M U) N O V V N LO O M N LO N O / 0 z 0 0 L0 0 L0 0 0 0 0 0 0 0 0 0 O LO CD CD 0 0 'Z w O 00 O N O LO LO LO O LO LO LO LO (14 LO O O O W U 0 O - N O O O O LO O O O N - N LO Fy ? 0 CO O N O CO V d N N W ~ .? z W = ? ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER } LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O LO LU H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O S O O O M O V N LO LO LO N 0 o 0 Do 0 00 LO 0 0 0 0 fn z o LU w C/) = 0 Q ~ L O U) LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Q U) r ? J J J J J J J J J J J J J J J J J w T J z o - N Cn L c O N E E E E E E E E E E E E O w E m m et E m m et E m m et E m m et N (6 N z ? o o o ? o o o ? o o o ? o o o X O L LO V (D LO V (D LO V (D LO V (D w O W O - N M O - N M O N M O N M O P N L L a -1 N b b e b b N b b e b b z_ LU C? c? w z U a o W w J O [? ~ C aL+ U fiber 1 O O O O O O O Q cm) 0 0 0 0 0 0 0 0 O O O O O O L b O 0 J O O L L ? O ONO O N N M O Z 0 0 00 - N H W ER ER ER ER ER ER ER ER ER 0 0 0 0 0 0 0 00 o) O LO O N O 00 V o o o LO - o LO a 0 z Att ach me nt nu M la e 17 of 8 ° ° ° ° ° ° ° ° ° 0 o o o o o o o o 0 0 0 0 0 0 0 0 0 J 0 L 0 0 0 N O r N W _ 0 M Ln p ?? ICI 0 N N N N M H ?i 69 69 69 69 69 69 69 ER ER W I.. I.r..II r Ln N 0 Ln 0 O 0 O 0 O 0 L() 0 O d y W N M 0 O O 0 O a z 69 0 0 0 0 0 0 0 0 0 O J O 0 0 0 O r O r N Q O V V L() N Oc L() V M H 0 ? M 'I- 0 - N I- 00 0 M N N O M 69 69 69 69 69 69 69 69 69 LO LO LO O O LO O A W M Co 0 LO O I- O V v N O N F-i W ? a Z W O M U 691 ER ER 69 69 69 69 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 r Z J N Q O L() N -- I- r O M r W M r M M O 0 N M z 0 69 69 69 69 69 69 1 69 -1 -1 L{) L{) L{) 0 0 0 'Z W M M M O M O W U 0 0 0 Fy d 0 N U W ? .? z W M 691 >. 0 0 0 0 0 0 0 LU t 0 0 0 0 0 0 0 = 0 0 0 0 Ln - y Z O M N N w W 0 LQ D z LL LL LL LL Q LL (n (n D 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 r C = J J J J W J J Q J d d d d d d d d d d d d d d d d d d d Z O w Q N ? C/) L6 } O N L) z w O 2-' w E m m m N (6 N ? o o o w O O N M W O N -' -' w N LL CO M M 0 x d z Z Z z W a _ N C? Q o * = Q )ber 1 ? I•, J z F- o w H W a V z _ J W a 0 a H H ?i W W U O a z J H 0 z V U d a a W z z xo = J z 0 x z W W U_ U a W ~ a z W = z Cl) LU w 0 ? m m Q z o o ? O = d = d = d = d = d = d = d = d n J = d = d U U U z ? z H LL U Q W Q W Q W LL J LL J _ ? = ? ? z o d d Q N Cn ui O N O 2- LU C) C) N M N > > 0) L d d 0 -0 O a> N LL (? o Z N Z Q ' o m 0 - o a Q = 0 o 0 C? 3 o a E L O ? > Q Attachment number 1 Page 18 of 28 Attachment number 1 Page 19 of 28 SES S z F F r ? r ? ? ? m e e r w w w w w w w w ... ... ... ... ... ... ... .... w .... ... ... ... .. m m e e e m m m m m m m m m m m m m m m o o ry ry o m o 0 0 0 0 0 2? w w w w w w ... ... ... ... ... ... ... ... w .... ... ... ... ... 2 m P N m m w www www www www www www www ww w .www mNm mNm wwm ww w _ r r m r m m r m m m m v e^ m m r m e y w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w O m m m m m m m v? n ? ? ? ? m co m n K w w W Q w ... w .... P w.. ... - w w m m o w m y w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w n o 0 F r n n m m v v m e v? m e co m v r co m m v co v? m n z NO w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w W w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w .n w w w w w w w w w w w w o Z F ry n n n m m m e v? ?o ^ m m m n ^ ^ n m n m W n m F. m e ^ m ^ o n o ry y ^ - v? n w w w w w w ... w .. w .. w .. w .. w .. w .. w w Z S ry ry ? m m m M m e co m e r e v? r v? co r m m r e v? m e r ry m `^ m m v n w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 e 2 & F r n v m v v m v v m v v m v v? e ?o m n m v n m e n m r e - n ? ? m v? v? w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w W O 7 - r r r e ? ? e r ry r r m W? Z w w w w w w ... ... ... ... ... ... ... ... w .... ... ... ... ... K S ry ry ry m v i m m m v m m v ^ v? m v e ^ r m ^ m m m y ^ N ? ? r r m ? ? m a m m o_? oo? oo <z wJ ? ?? ? ? ? ? aaa aaa aaa aaa aaa aaa aaa aaa ??aa ??? ??? ??? aaa ?? ? ? ? ? www www www www www www www www ? ??ww ??? ??? ??? www H m m m m m m m m_ 0. Attachment number 1 Page 20 of 28 B. SEWER AMERICAN JTV, INC. CLEANING AND TELEVISING INSPECTING I NFRASTRUCTURE BID ITEMS SIZE UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL 1. Sewer Line Cleaning a. Mobilization 5 $ 1,000.00 $ 5,000.00 $ 500.00 $ 2,500.00 LS b. Heavy Cleaning (per If) 8"-10" Diameter 50,000 $ 1.70 $ 85,000.00 0.5 $ 25,000.00 12"-15' Diameter LF 3,000 $ 2.00 $ 6,000.00 2.5 $ 7,500.00 16"-24" Diameter LF 4,000 $ 2.50 $ 10,000.00 3.5 $ 14,000.00 30"-36" Diameter LF 200 $ 6.00 $ 1,200.00 8 $ 1,600.00 LF c. Root Removal 8"-10" Diameter 500 $ 1.00 $ 500.00 $ 0.50 $ 250.00 12"-15' Diameter LF 500 $ 2.00 $ 1,000.00 $ 2.00 $ 1,000.00 16"-24" Diameter LF 500 $ 3.00 $ 1,500.00 $ 3.00 $ 1,500.00 30"-36" Diameter LF 200 $ 4.00 $ 800.00 $ 5.00 $ 1,000.00 LF d. Easement Access Additional 8"-10" Diameter 100,000 $ 0.10 $ 10,000.00 $ 0.01 $ 1,000.00 12"-15' Diameter LF 8,000 $ 0.20 $ 1,600.00 $ 0.01 $ 80.00 16"-24" Diameter LF 8,000 $ 0.30 $ 2,400.00 $ 0.01 $ 80.00 30"-36" Diameter LF 500 $ 0.40 $ 200.00 $ 0.01 $ 5.00 LF e. Turberculation Cleantion 8"-10" Diameter 1,000 $ 1.00 $ 1,000.00 $ 0.01 $ 10.00 12"-15' Diameter LF 1,000 $ 2.00 $ 2,000.00 $ 0.01 $ 10.00 16"-24" Diameter LF 1,000 $ 3.00 $ 3,000.00 $ 0.01 $ 10.00 30"-36" Diameter LF 1,000 $ 4.00 $ 4,000.00 $ 0.01 $ 10.00 LF f. Manhole Clean/Jet-Vac 100 $ 40.00 $ 4,000.00 $ 25.00 $ 2,500.00 Total #1 (a-f) EA $ 139,200.00 $ 58,055.00 2. CCTV Pipe Inspection with PACPICUES Granite XP compatibility a. Mobilization include Traffic Control LS 5 $ 1,000.00 $ 5,000.00 $ 500.00 $ 2,500.00 b. CCTV pipe inspection 8"-10" Diameter LF 100,000 $ 0.75 $ 75,000.00 $ 1.50 $ 150,000.00 12"-15' Diameter LF 13,000 $ 1.15 $ 14,950.00 $ 2.50 $ 32,500.00 16"-24" Diameter LF 12,000 $ 1.25 $ 15,000.00 $ 3.50 $ 42,000.00 30"-36" Diameter LF 1,000 $ 3.00 $ 3,000.00 $ 5.00 $ 5,000.00 c. Manhole Inspection EA 50 $ 40.00 $ 2,000.00 $ 75.00 $ 3,750.00 d. Smoke Testing LF 2,500 $ 0.50 $ 1,250.00 1 $ 2,500.00 e. Additional Set-Up LS 100 $ 25.00 $ 2,500.00 0.01 $ 1.00 Total #2 (a-e) $ 118,700.00 $ 238,251.00 Total Section B (1+2) $ 257,900.00 $ 296,306.00 Item # 13 Attachment number 1 Page 21 of 28 REYNOLDS INLINER SAK CONSTRUCTION UNIT PRICE TOTAL UNIT PRICE TOTAL SELECT SHENANDOAH ENVIRONMENTAL CONSTRUCTION SOUTHI 0.01 $ 0.05 $ 600.00 $ 3,000.00 $ 2,600.00 $ 13,000.00 $ 2,500.00 $ 12,500.00 $ 2,000.00 0.01 $ 500. 00 $ 1.10 $ 55,000. 00 $ 0.85 $ 42,500 .00 $ 0.75 $ 37,500 .00 $ 3.00 0.01 $ 30. 00 $ 1.25 $ 3,750. 00 $ 1.00 $ 3,000 .00 $ 1.50 $ 4,500 .00 $ 5.00 0.01 $ 40. 00 $ 2.00 $ 8,000. 00 $ 2.25 $ 9,000 .00 $ 2.50 $ 10,000 .00 $ 8.00 10 $ 2,000. 00 $ 8.00 $ 1,600. 00 $ 10.00 $ 2,000 .00 $ 8.00 $ 1,600 .00 $ 10.00 0.01 $ 5. 00 $ 2.50 $ 1,250. 00 $ 0.50 $ 250 .00 $ 4.00 $ 2,000 .00 $ 3.00 0.01 $ 5. 00 $ 3.50 $ 1,750. 00 $ 0.50 $ 250 .00 $ 5.00 $ 2,500 .00 $ 5.00 0.01 $ 5. 00 $ 3.50 $ 1,750. 00 $ 0.50 $ 250 .00 $ 8.00 $ 4,000 .00 $ 8.00 0.01 $ 2. 00 $ 5.00 $ 1,000. 00 $ 5.00 $ 1,000 .00 $ 20.00 $ 4,000 .00 $ 10.00 0.01 $ 1,000. 00 $ 0.60 $ 60,000. 00 $ 0.50 $ 50,000 .00 $ 0.25 $ 25,000 .00 $ 5.00 0.01 $ 80. 00 $ 0.80 $ 6,400. 00 $ 0.50 $ 4,000 .00 $ 0.35 $ 2,800 .00 $ 5.00 0.01 $ 80. 00 $ 1.10 $ 8,800. 00 $ 0.50 $ 4,000 .00 $ 0.50 $ 4,000 .00 $ 5.00 0.01 $ 5. 00 $ 1.10 $ 550. 00 $ 2.50 $ 1,250 .00 $ 1.50 $ 750 .00 $ 5.00 0.01 $ 10. 00 $ 18.00 $ 18,000. 00 $ 1.10 $ 1,100 .00 $ 5.00 $ 5,000 .00 $ 10.00 0.01 $ 10. 00 $ 23.00 $ 23,000. 00 $ 1.25 $ 1,250 .00 $ 6.00 $ 6,000 .00 $ 20.00 0.01 $ 10. 00 $ 27.00 $ 27,000. 00 $ 2.50 $ 2,500 .00 $ 9.00 $ 9,000 .00 $ 30.00 0.01 $ 10. 00 $ 32.00 $ 32,000. 00 $ 5.00 $ 5,000 .00 $ 15.00 $ 15,000 .00 $ 40.00 10 $ 1,000. 00 $ 110.00 $ 11,000. 00 $ 200.00 $ 20,000 .00 $ 50.00 $ 5,000 .00 $ 200.00 $ 4,792. 05 $ 263,850. 00 $ 160,350 .00 $ 151,150 .00 0.01 $ 0.05 $ 600.00 $ 3,000.00 $ 2,600.00 $ 13,000.00 $ 2,500.00 $ 12,500.00 $ 2,000.00 1.40 $ 140,000.00 $ 1.65 $ 165,000.00 $ 1.35 $ 135,000.00 $ 1.35 $ 135,000.00 $ 1.25 2.00 $ 26,000.00 $ 1.65 $ 21,450.00 $ 1.35 $ 17,550.00 $ 1.65 $ 21,450.00 $ 1.50 3.50 $ 42,000.00 $ 2.25 $ 27,000.00 $ 1.35 $ 16,200.00 $ 1.95 $ 23,400.00 $ 2.00 6.50 $ 6,500.00 $ 2.50 $ 2,500.00 $ 1.10 $ 1,100.00 $ 4.50 $ 4,500.00 $ 3.00 10.00 $ 500.00 $ 65.00 $ 3,250.00 $ 75.00 $ 3,750.00 $ 125.00 $ 6,250.00 $ 100.00 1.00 $ 2,500.00 $ 0.50 $ 1,250.00 $ 0.31 $ 775.00 $ 0.75 $ 1,875.00 $ 0.50 1.00 $ 100.00 $ 65.00 $ 6,500.00 $ 200.00 $ 20,000.00 $ 25.00 $ 2,500.00 $ 250.00 $ 217,600.05 $ 229,950.00 $ 207,375.00 $ 207,475.00 $ 222,392.10 $ 493,800.00 $ 367,725.00 $ 358,625.00 Item # 13 Attachment number 1 Page 22 of 28 EAST PIPE WILLIAMS TESTING $ 10,000.00 $ 1,000.00 $ 5,000.00 $ 150,000.00 $ $ 15,000.00 $ $ 32,000.00 $ $ 2,000.00 $ 1.25 $ 62,500.00 1.60 $ 4,800.00 1.80 $ 7,200.00 4.00 $ 800.00 $ 1,500.00 $ 1.00 $ 500.00 $ 2,500.00 $ 1.00 $ 500.00 $ 4,000.00 $ 1.00 $ 500.00 $ 2,000.00 $ 4.00 $ 800.00 $ 500,000.00 $ $ 40,000.00 $ $ 40,000.00 $ $ 2,500.00 $ 0.10 $ 10,000.00 0.10 $ 800.00 0.10 $ 800.00 0.10 $ 50.00 $ 10,000.00 $ $ 20,000.00 $ $ 30,000.00 $ $ 40,000.00 $ $ 20,000.00 $ $ 921,500.00 10.00 $ 10,000.00 12.00 $ 12,000.00 13.00 $ 13,000.00 14.00 $ 14,000.00 10.00 $ 1,000.00 $ 144,250.00 $ 10,000.00 $ 1,000.00 $ 5,000.00 $ 125,000.00 $ 0.80 $ 80,000.00 $ 19,500.00 $ 0.90 $ 11,700.00 $ 24,000.00 $ 1.00 $ 12,000.00 $ 3,000.00 $ 1.50 $ 1,500.00 $ 5,000.00 $ 50.00 $ 2,500.00 $ 1,250.00 $ 1.25 $ 3,125.00 $ 25,000.00 $ 150.00 $ 15,000.00 $ 1,134,250.00 $ 275,075.00 Item # 13 Attachment number 1 Page 23 of 28 ROWLAND C . SEWER PIPE, FORCE MAIN, AND MANHOLE EMERGENCY REPAIR Un it price 1. Mobilization LS $ 200.00 2. Traffic Control (per day) PD $ 40.00 3. Labor Hour Foreman - regular time PH $ 53.00 Foreman - overtime PH $ 63.00 Operator - regular time PH $ 41.00 Operator - overtime PH $ 51.00 Truck Driver - regular time PH $ 33.00 Truck Driver - overtime PH $ 43.00 Pipe Layer - reguar time PH $ 32.00 Pipe Layer - overtime PH $ 42.00 Laborer - regular time PH $ 29.00 Laborer - overtime PH $ 39.00 4. Equipment Foreman P/U with hand tools PH $ 18.00 Job truck with tools PH $ 26.00 Tractor & Trailer (Transport) PH $ 19.00 Track Hole (to 100 HP) PH $ 73.00 Track Hole (101 HP to 170 HP) PH $ 116.00 Track Hole (171 HP and up) PH $ 125.00 Rubber Tired Backhoe PH $ 50.00 Wheel Loader (to 150 HP) PH $ 53.00 Wheel Loader (151 HP and up) PH $ 60.00 Track Type Tractors (to 100 HP) PH $ 20.00 Track Type Tractors (101 HP and up) PH $ 25.00 Dump Truck (Tandem Axle) PH $ 60.00 Plate Tamp PH $ 5.00 3" Trash Pump PH $ 5.00 4" Double Diaphragm PH $ 8.00 Air Compressor (125 CFM min) PH $ 11.00 Well Point Pump Per Day $ 90.00 Well Point LF $ 20.00 4" Jet Pump Per Day $ 46.00 Emergency Hauling up to 2500 galllons PH $ 180.00 Emergency Hauling over 2500 galllons PH $ 180.00 5. Materials $ - Asphalt - 2" Overlay SY $ 9.00 3000 psi Concrete CY $ 110.00 Off Site Selected Fill CY $ 3.00 Limerock Base Material TN $ 20.00 #57 Washed Stone TN $ 35.00 Bahia Sod SF $ 0.30 City's standard manhole ring EA $ 121.95 City's standard manhole cover EA $ 120.15 Two-way Cleanouts EA $ 50.00 5A. Sewer Pipe Replacement per linear foot 8" Diameter PVC LF $ 2.61 10" Diameter PVC LF $ 4.08 12" Diameter PVC LF $ 5.86 15" Diameter PVC LF $ 8.72 18" Diameter PVC LF $ 19.38 Item # 13 Attachment number 1 Page 24 of 28 20" Diameter PVC LF $ 0.01 21" Diameter PVC LF $ 35.90 24" Diameter PVC LF $ 35.07 30" Diameter PVC LF $ 0.01 36" Diameter PVC LF $ 0.01 8" Diameter DI LF $ 27.45 10" Diameter DI LF $ 33.75 12" Diameter DI LF $ 39.60 15' Diameter DI LF $ 0.01 18" Diameter DI LF $ 55.16 20" Diameter DI LF $ 61.93 21" Diameter DI LF $ 0.01 24" Diameter DI LF $ 81.50 30" Diameter DI LF $ 91.15 36" Diameter DI LF $ 122.85 5B Force Main Replacement per linear foot 8" Diameter PVC LF $ 5.82 10" Diameter PVC LF $ 8.85 12" Diameter PVC LF $ 12.49 15' Diameter PVC LF $ 0.01 18" Diameter PVC LF $ 28.44 20" Diameter PVC LF $ 35.00 21" Diameter PVC LF $ 0.01 24" Diameter PVC LF $ 50.22 30" Diameter PVC LF $ 78.16 36" Diameter PVC LF $ 115.56 8" Diameter DI LF $ 27.45 10" Diameter DI LF $ 33.75 12" Diameter DI LF $ 39.60 15' Diameter DI LF $ 0.01 18" Diameter DI LF $ 55.16 20" Diameter DI LF $ 61.93 21" Diameter DI LF 24" Diameter DI LF $ 81.50 30" Diameter DI LF $ 91.15 36" Diameter DI LF $ 122.85 TOTAL SECTION C (1-5B) $ 3,798.42 Item # 13 Attachment number 1 Page 25 of 28 D. SANITARY MANHOLE REHABILITATION 1. Manhole Surfacing (spraywall) - CONCRET E Polurethane Barrier or Epoxy CONSERVATION GML COAL EST. Liner Product UNIT QUANTITY UN IT PRICE TOTAL UN IT PRICE Manufacturer's recommend thickness a. Mobilization LS 3 $ 600.00 $ 1,800.00 $ 350.00 b. Manhole liner for 4' diameter VF 200 $ 176.00 $ 35,200.00 $ 265.00 c. Manhole liner for 5' Dia. VF 150 $ 205.00 $ 30,750.00 $ 290.00 d. Manhole liner for6' Dia. VF 150 $ 225.00 $ 33,750.00 $ 290.00 e. Bench/invert Repair (per Manhole) MH 70 $ 200.00 $ 14,000.00 $ 275.00 f. Injectin Grouting (per manhole) MH 30 $ 0.00 $ 0.00 $ 250.00 g. Manhole Clean/Jet Vac EA 40 $ 0.00 $ 0.00 $ 100.00 h. Remove of Existing Liner for 4'dia. VF 200 $ 40.00 $ 8,000.00 $ 60.00 i. Remove of Existing Liner for 5' dia. VF 150 $ 40.00 $ 6,000.00 $ 75.00 j. Remove of Existing Liner for 6' dia. VF 150 $ 40.00 $ 6,000.00 $ 100.00 $ 135,500.01 Item # 13 Attachment number 1 Page 26 of 28 PING ROWLAND INC. TOTAL UNIT PRICE TOTAL SAK CONSTRUCTION SELECT ENVIRONMENTAL UNIT PRICE TOTAL UNIT PRICE TOTAL SHEN/ CONSTI $ 1,050.00 $ 10.00 $ 30.00 $ $ 53, 000.00 $ 145.00 $ 29, 000.00 $ $ 43, 500.00 $ 185.00 $ 27, 750.00 $ $ 43,500.00 $ 210.00 $ 31,500.00 $ $ 19, 250.00 $ 325.00 $ 22, 750.00 $ $ 7,500.00 $ 825.00 $ 24,750.00 $ $ 4,000.00 $ 380.00 $ 15,200.00 $ $ 12, 000.00 $ 85.00 $ 17, 000.00 $ $ 11, 250.00 $ 100.00 $ 15, 000.00 $ $ 15, 000.00 $ 117.00 $ 17, 550.00 $ $ 210, 050.00 $ 200, 530.00 600 .00 $ 1,800. 00 $ 2,600 .00 $ 7,800.00 $ 2,500. 00 233 .00 $ 46,600. 00 $ 245 .00 $ 49,000.00 $ 1,925. 00 281 .00 $ 42,150. 00 $ 270 .00 $ 40,500.00 $ 2,475. 00 330 .00 $ 49,500. 00 $ 290 .00 $ 43,500.00 $ 200. 00 475 .00 $ 33,250. 00 $ 350 .00 $ 24,500.00 $ 1,200. 00 375 .00 $ 11,250. 00 $ 500 .00 $ 15,000.00 $ 75. 00 95 .00 $ 3,800. 00 $ 200 .00 $ 8,000.00 $ 200. 00 115 .00 $ 23,000. 00 $ 44 .00 $ 8,800.00 $ 257. 00 125 .00 $ 18,750. 00 $ 49 .00 $ 7,350.00 $ 0. 00 135 .00 $ 20,250. 00 $ 54 .00 $ 8,100.00 $ 0. 00 $ 250,350. 00 $ 212,550.00 Item # 13 Attachment number 1 Page 27 of 28 kNDOAH RUCTION $ 7,500.00 $ 385,000.00 $ 371,250.00 $ 30, 000.00 $ 84, 000.00 $ 2,250.00 $ 8,000.00 $ 51,400.00 $ 0.00 $ 0.00 $ 939,400.00 Item # 13 Attachment number 1 Page 28 of 28 TOTAL SECTION D (a j) E. CLEANOUT INSTALLATIONS a. Mobilization/Demobilization including Traffic Control b. Furnish and install Cleanout ROWLAND INC. EST. UNIT QUANTITY UNIT PRICE TOTAL LS/WO 2 $ 705.00 $ 1,410.00 EA 100 $ 574.00 $ 57,400.00 SAK CONSTRUCTION UNIT PRICE TOTAL 600 $ 1,200.00 250 $ 25,000.00 TOTAL SECTION E (a-b) $ 58,810.00 $ 26,200.00 Item # 13 Attachment number 2 Page 1 of 6 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: That we WILLIAMS TESTING, LLC. Contractor and CONTRACTORS BONDING & INSURANCE COMPANY (Surety) whose home address is 200 S. HARBOR CITY BOULEVARD, #402, MELBOURNE, FLORIDA 32901. HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of. FOUR HUNDRED AND SIX THOUSAND DOLLARS AND NO CENTS ($406,000.00) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the day of 2010, entered into between the Contractor and the City of Clearwater for: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART A SANITARY SEWER TRENCHLESS RECONSTRUCTION a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. Page I Item # 13 Attachment number 2 Page 2 of 6 CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of 2010 WILLIAMS TESTING, LLC CONTRACTOR By: ATTEST: WITNESS: COUNTERSIGNED: SURETY By: ATTORNEY-IN-FACT Page 2 Item # 13 Attachment number 2 Page 3 of 6 CONTRACT This CONTRACT made and entered into this day of , 2010 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and WILLIAMS TESTING, LLC. of the City of SARASOTA, County of SARASOTA and State of FLORIDA hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART A SANITARY MANHOLD REHABILITATION FOR THE SUM OF: FOUR HUNDRED AND SIX THOUSAND DOLLARS AND NO CENTS ($406,000.00). In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. Page 3 Item # 13 Attachment number 2 Page 4 of 6 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. Page 4 Item # 13 Attachment number 2 Page 5 of 6 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, H City Manager Attest: Countersigned Seal) Cynthia E. Goudeau, City Clerk By: Approved as to form Frank Hibbard, Mayor-Councilmember Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) By: (SEAL) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). Page 5 Item # 13 Attachment number 2 Page 6 of 6 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, who after being duly sworn, deposes and says: That he is the (TITLE) of WILLIAMS TESTING, LLC. a Florida Corporation, with its principal place of business located at 2446 19TH STREET, SARASOTA, FLORIDA 34234 (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of , 2010, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART A SANITARY SEWER TRENCHLESS RECONSTRUCTION That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me WILLIAMS TESTING, LLC. AFFIANT This day of , 2010 NOTARY PUBLIC My Commission Expires: BY: PRESIDENT Page 6 Item # 13 Attachment number 3 Page 1 of 6 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: That we REYNOLDS INLINER, LLC. Contractor and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Surety) whose home address is ONE TOWER SQUARE, HARTFORD, CONNECTICUT 06183 HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of: EIGHT HUNDRED THOUSAND DOLLARS AND NO CENTS ($800,000.00) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the ,. day of 2010, entered into between the Contractor and the City of Clearwater for: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART B SEWER CLEANING AND TELEVISING INSPECTION a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. CONTRACT BOND Page I Item # 13 Attachment number 3 Page 2 of 6 (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of 2010 REYNOLDS INLINER, LLC CONTRACTOR By: ATTEST: WITNESS: COUNTERSIGNED: SURETY ATTORNEY-IN-FACT By: Page 2 Item # 13 Attachment number 3 Page 3 of 6 CONTRACT This CONTRACT made and entered into this day of , 2010 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and REYNOLDS INLINER, LLC. of the City of LAKE MARY, County of SEMINOLE and State of FLORIDA hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART B SEWER CLEANING AND TELEVISING INSPECTION FOR THE SUM OF: EIGHT HUNDRED THOUSAND DOLLARS AND NO CENTS ($800,000.00) In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. Page 3 Item # 13 Attachment number 3 Page 4 of 6 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. Page 4 Item # 13 Attachment number 3 Page 5 of 6 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, H City Manager Attest: Countersigned Seal) Cynthia E. Goudeau, City Clerk By: Approved as to form Frank Hibbard, Mayor-Councilmember Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) By: (SEAL) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). Page 5 Item # 13 Attachment number 3 Page 6 of 6 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, who after being duly sworn, deposes and says: That he is the (TITLE) of REYNOLDS INLINER, LLC. a Florida Corporation, with its principal place of business located at 2601 W. LAKE MARY BOULEVARD, LAKE MARY, FLORIDA 32746 (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of , 2010, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART B SEWER CLEANING AND TELEVISING INSPECTION That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me REYNOLDS INLINER, LLC. AFFIANT This day of , 2010 NOTARY PUBLIC My Commission Expires: BY: PRESIDENT Page 6 Item # 13 Attachment number 4 Page 1 of 6 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: That we ROWLAND INC. Contractor and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Surety) whose home address is ONE TOWER SQUARE, HARTFORD, CONNECTICUT 06183 HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of: SIX HUNDRED THOUSAND DOLLARS AND NO CENTS ($600,000) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the , day of 2010, entered into between the Contractor and the City of Clearwater for: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART C SEWER PIPE FORCE MAIN & MANHOLE EMERGENCY REPAIR a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. Page I Item # 13 Attachment number 4 Page 2 of 6 CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of 2010 ROWLAND INC CONTRACTOR ATTEST: WITNESS: COUNTERSIGNED: By: SURETY By: ATTORNEY-IN-FACT Page 2 Item # 13 Attachment number 4 Page 3 of 6 CONTRACT This CONTRACT made and entered into this day of , 2010 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and ROWLAND INC. of the City of PINELLAS PARK, County of PINELLAS and State of FLORIDA hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART C SEWER PIPE FORCE MAIN & MANHOLE EMERGENCY REPAIR FOR THE SUM OF: SIX HUNDRED THOUSAND DOLLARS AND NO CENTS ($600,000) In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. Page 3 Item # 13 Attachment number 4 Page 4 of 6 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. Page 4 Item # 13 Attachment number 4 Page 5 of 6 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, H City Manager Attest: Countersigned Seal) Cynthia E. Goudeau, City Clerk By: Approved as to form Frank Hibbard, Mayor-Councilmember Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) By: (SEAL) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). Page 5 Item # 13 Attachment number 4 Page 6 of 6 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, who after being duly sworn, deposes and says: That he is the (TITLE) of ROWLAND INC. a Florida Corporation, with its principal place of business located at 6855 102ND AVENUE N, PINELLAS PARK, FLORIDA 33782 (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of , 2010, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART C SEWER PIPE FORCE MAIN & MANHOLE EMERGENCY REPAIR That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me ROWLAND INC. AFFIANT This day of , 2010 NOTARY PUBLIC My Commission Expires: BY: PRESIDENT Page 6 Item # 13 Attachment number 5 Page 1 of 6 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: That we CONCRETE CONSERVATION, INC. Contractor and OLD REPUBLIC SURETY COMPANY (Surety) whose home address is P. O. BOX 1635. MILWAUKEE, WISCONSIN 53201. HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of. TWO HUNDRED AND TEN THOUSAND DOLLARS AND NO CENTS ($210,000.00) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract dated the day of 2010, entered into between the Contractor and the City of Clearwater for: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART D SANITARY MANHOLD REHABILITATION a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. Page I Item # 13 Attachment number 5 Page 2 of 6 CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of 2010 CONCRETE CONSERVATION, INC. CONTRACTOR By: ATTEST: WITNESS: COUNTERSIGNED: SURETY By: ATTORNEY-IN-FACT Page 2 Item # 13 Attachment number 5 Page 3 of 6 CONTRACT This CONTRACT made and entered into this day of , 2010 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and CONCRETE CONSERVATION, INC. of the City of JACKSONVILLE, County of DUVAL and State of FLORIDA hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART D SANITARY MANHOLD REHABILITATION FOR THE SUM OF: TWO HUNDRED AND TEN THOUSAND DOLLARS AND NO CENTS ($210,000.00) In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. Page 3 Item # 13 Attachment number 5 Page 4 of 6 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. Page 4 Item # 13 Attachment number 5 Page 5 of 6 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, H City Manager Attest: Countersigned Seal) Cynthia E. Goudeau, City Clerk By: Approved as to form Frank Hibbard, Mayor-Councilmember Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) By: (SEAL) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). Page 5 Item # 13 Attachment number 5 Page 6 of 6 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, who after being duly sworn, deposes and says: That he is the (TITLE) of CONCRETE CONSERVATION, INC. a Florida Corporation, with its principal place of business located at 9716- 02 FLORIDA MINING BOULEVARD, W., JACKSONVILLE, FLORIDA 32257 (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of , 2010, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART D SANITARY MANHOLD REHABILITATION That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me CONCRETE CONSERVATION, INC. AFFIANT This day of , 2010 NOTARY PUBLIC My Commission Expires: BY: PRESIDENT Page 6 Item # 13 Attachment number 6 Page 1 of 6 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF PINELLAS KNOW ALL MEN BY THESE PRESENTS: That we SAKS CONSTRUCTION, LLC. Contractor and SAFECO INSURANCE COMPANY OF AMERICA (Surety) whose home address is 330 NORTH BRAND BOULEVARD, GLENDALE, CA 91203 HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of: TWO HUNDRED AND NINE THOUSAND DOLLARS AND NO CENTS ($209,000.00) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the day of 2010, entered into between the Contractor and the City of Clearwater for: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART E - SANITARY CLEANOUTS a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. Page I Item # 13 Attachment number 6 Page 2 of 6 CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of 2010 SAKS CONSTRUCTION, LLC. CONTRACTOR By: ATTEST: WITNESS: COUNTERSIGNED: SURETY By: ATTORNEY-IN-FACT Page 2 Item # 13 Attachment number 6 Page 3 of 6 CONTRACT This CONTRACT made and entered into this day of , 2010 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and SAKS CONSTRUCTION, LLC. of the City of O'FALLON, County of ST. CHARLES and State of MISSOURI 63366, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART E - SANITARY CLEANOUTS FOR THE SUM OF: TWO HUNDRED AND NINE THOUSAND DOLLARS AND NO CENTS ($209,000.00) In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. Page 3 Item # 13 Attachment number 6 Page 4 of 6 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. Page 4 Item # 13 Attachment number 6 Page 5 of 6 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, H City Manager Attest: Countersigned Seal) Cynthia E. Goudeau, City Clerk By: Approved as to form Frank Hibbard, Mayor-Councilmember Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) By: (SEAL) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). Page 5 Item # 13 Attachment number 6 Page 6 of 6 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, who after being duly sworn, deposes and says: That he is the (TITLE) of SAKS CONSTRUCTION, LLC. a Florida Corporation, with its principal place of business located at 103 N. COOL SPRING ROAD, O'FALLON, MO. 63366 (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of , 2010, with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of 2009/2010 SANITARY SEWER & MANHOLE REHABILITATION 09-0047-UT - PART E - SANITARY CLEANOUTS That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me SAKS CONSTRUCTION, LLC. AFFIANT This day of , 2010 BY: NOTARY PUBLIC My Commission Expires: PRESIDENT Page 6 Item # 13 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Accept a 25-foot Drainage and Utilities Easement over, under, across and through a portion of the Northeast 1/4 of Section 18, Township 29 South, Range 16 East as conveyed by Faith United Church of Christ, Inc., a Florida not-for-profit corporation, in consideration of receipt of $10.00 and the benefits to be derived therefrom. (consent) SUMMARY: The City has a 48-inch corrugated metal stormwater line that extends south from Drew Street through the site of Faith United Church of Christ, 2401 Drew Street. The existing pipe is rusting through in some locations and needs to be replaced. The City proposes to replace the old pipe with a reinforced concrete pipe from Drew Street to the south boundary of the property. Additional contiguous easement is in process to extend the repairs across the abutting northerly limits of the St. Petersburg College (SPC) campus to Teakwood Drive. The total project will replace approximately 600 linear feet of pipe. Although the large drainage pipe has been operational for decades, 30-year title searches of both the church and college title records failed to locate any formal easement granted to the City for its maintenance. The subject easement formalizes City authority to replace and repair the storm line across church property in perpetuity. It is anticipated SPC will grant similar easement in the near future. The pipe will be maintained by Stormwater Maintenance - Public Services. Review Approval: 1) Legal 2) Engineering 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City Manager 8) Clerk Cover Memo Item # 14 Attachment number 1 Page 1 Of 1 LORENA LN ELLA PL OR ORP 0 0 0 0 3 w z 'a 0 0 0 3 m EASTWOOD DR NASH ST '- t W w ? o Clearwater U Prepared by: Engineering Department Geographic Technology Division Faith United Church Drainage & Utilities Eaement Legend Q Parcel Boundary Bldg Footprint Waterbodies Outside CLWTR City limits • • •? Clearwater Service Area Ite ".' N W E m # 1 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www. MyC learwater. corn Map Gen By: JHH Reviewed By: EB Date: 3/15/2010 Grid #: 290B S-T-R: XX-XXs-XXe Scale: N.T.S. Attachment number 2 Page 1 of 7 `?f AhJL? ?N 7rjh] "11jr:: 6i¢?'?hd H 1. I A 24 , al tw F .. M Fd?,'1M. ? 1i'1 F;,-EME''JT lying aV£'r'R unc!!n across tHru,wah Li ?r`fio ,if fin. Of SEAL ti,'fl IS! "'1'WH F C. r t,th 6SnqF 1{) Font, HMOs Cal;p';tY 1-idfla vls lognHy NeswiO f ff and ffoW off un EXHUH ?', Pages 1 - zF??a,?ndf f?hE k., and by this rep ,i°onc LEA?,,t?°?IAMR, Q ORO y 1?? M 9f l l i l F; ?)F C_,f:ICi r l l Item it 14 Attachment number 2 Page 2 of 7 Ise i vi s,M LASSMI ". .? .f ? 1 {?Fz'..! 9 C-1 Y, fo,F f l ftem # 14 Attachment number 2 Page 3 of 7 1) E R% I? F' jj? FUND, F'Jr' , -,n it Fli It,_... ra r.'.. STATE OHIO COUNTY OF CUYAH0r-- Item # 14 L fr P 5 ^.. .. rHir ?f:J:1T DU Attachment number 2 Page 4 of 7 0 91 T- 1-1 N E, 1/'.' •. d i o' s. I I { III I I ? ;Y a ! -y - [ 5 s, . ....... 1 w ? I I r c ? I ? a:t l } E ( I 1 ,- i ..? _ t I I ? J f - ...... _ I I 99 Attachment number 2 Page 5 of 7 LEGAL F 'A"PIP ON / ORAINAG UTI I FD S V )V'-',:Mt=NT I ??I 1J t ?' i 1? TI Hill ?, II IN BC )67 a l- +,1 _ I I1.11 j OF I ? j:?LL ?OU,tif 1 i, i° I; I I a I A s TI I ?w_ J L 1 71i j I 1 •' ? 3 ? I? ? I i . - I 1. ? ! E 0 V R p I ?,,.,? I ?, j??'?, I -? ?I' I I ?I, `. 1 I A y g ? '"'? ?L ? 'y F ?? a 0 F 11, ?' I IT ? I T ` CTI P IGH `?? y &.... g 1, \?/1 ? Y' '••? I al '.. REF I D POI II ill 'I f '1 ', 1 9I? .., POINT °G 1N I N G L1I? B C', ? ? ? I I J' OF P I L I ?? F. ? THEI. ..I L. AL1l, I r 1ORT J H ? I l,'7 H E VJ ' I 101 v I I T I E_ ? J AST 1?1 ]Jill AFL ITI N U! TO A OF INTERSE? . l 1. •' I i UT 11 I. iHT I i LINE g, ° f ,-1 I" nI OF25,00 L ET TO G NNJNG Item # 14 Attachment number 2 Page 6 of 7 A? iDAVIT OF NO AIL NS ry s ? ?-r`'R s:] I. o ?e I ? 1c ro Teet of the E ,i f of thin) { SC.h?'.Nn'?SI` ?r`s of the rsW?)Ship 2' r th, Ran(]P. 16 East, Cie,: ? ? I I 5 T , I I I .. _ .I I ?rl li I I I I ? ? Ir. .I I. III I I 62 i , i ',, u u! I S'>'GayaNe to aarvy Q , I '[. 1 U ; (:IF , Item # 14 Attachment number 2 Page 7 of 7 My Corr", I 1 L Item # 14 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a contract to TLC Diversified, Incorporated of Palmetto, Florida, in the amount of $316,445.10 for Lift Station 41 Rehabilitation (07-0009-UT) in accordance with City Code Sec. 2.564(d), other governmental bid,and authorize the appropriate officials to execute same. (consent) SUMMARY: Based on evaluations of the City's sewer system, Lift Station 41 must receive high priority for upgrade as part of the overall rehabilitation of the City's wastewater collection system. This construction includes the improvements to Lift Station 41, rehabilitating the existing structure and replacing the existing equipment which is in need of repair due to age and wear. Lift Station 41 is located at 2495 Laurelwood Drive (Village on the Green neighborhood). Lift Station 41 is an aging duplex wet pit/dry pit lift station. The proposed improvements at Lift Station 41 provides for the removal of the existing pumps, piping and controls, rehabilitation of the existing structure, and the installation of a new fiberglass wet well, precast valve vault, submersible pumps, Telemetry Control Unit Panel and antenna and the necessary electrical and instrumentation to complete the project. TLC Diversified, Inc. is the present holder of the low bid, triennial, Lift Station Repairs and Refurbishment Services contract with Seminole County (contract cc-1220-03/TLC), entered into on February 2, 2004 and ending on July 30, 2010. The unit prices for this work are from that contract. The pricing was competitively bid and is under the engineer's estimated costs for construction based upon current market prices. TBE Group prepared the design plans and produced the engineer's estimate, the piggy-back allows for quicker repairs, reducing the City's exposure to the station's pending failure. The contractor will reach final completion of the project by July 30, 2010 and will begin within 30 days of a notice to proceed. The City of Clearwater's Public Utilities Department Wastewater Collection Division is responsible for owning, operating and maintaining the wastewater collection system including all gravity pipe lines and manholes that convey the raw sewage to the lift stations and or City's wastewater treatment facilities. Sufficient budget and revenue are available with 2009 Water and Sewer Revenue Bond proceeds in project 0376-96686, Pump Station Replacement in the amount of $316,445.10 to fund this contract. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: No Budget Adjustment Comments: Current Year Cost: 316,445.10 Annual Operating Cost: None Not to Exceed: 316,445.10 Total Cost: 316,445.10 For Fiscal Year: 2009 to 2010 Appropriation Code Amount Appropriation Comment 0376-96686-563800-535- 316,445.10 see Summary 000-0000 Cover Memo Bid Required?: No Bid Number: Other Other Bid / Contract: Bid Exceptions: Government Bid Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 15 Attachment number 1 Page 1 of 3 ,proposal TLC Diversified, Inc. 2719 17th Street East Palmetto, FL. 34221 941-722-0621 Fax-722-1382 Proposal Submitted To: Mr. Tom Robertson t s} r . V / '?? VV $ V i? City of Clearwater Utilities 25-Mar-10 100 South Myrtle Ave. Seminole County Annual Lift Station Contract Clearwater, FL 33756 Clearwater Lift Station #41 WE PROPOSE hereby to furnish material and labor complete in accordance with the specifications below, for the lump sum amount of: Three Hundred Sixteen Thousand, Four Hundred Forty Five & 10/100 $316,445.10 Payment to be made as follows: As Der Contract All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from specifications be AUTHORffa, -low involving extra cost will be executed only upon written orders, and will become an SIGNATUI-1.4' extra charge over and above the estimate. All agreements contingent upon strikes, acci- dents or delays beyond our control. Owner to carry fire, tornado and other necessary Note: This proposal may be withdrawn insurances. Our workers are fully covered by Workman's Compensation Insurance. by us if not accepted within Davs 30 Bid Item Description Quantity Unit /Unit Extension 01a. 100 Amp. 240 V Electrical 1 ea $5,785.00 $5,785.00 01 b. 100 A 240 V Service over 50' 50.00 if $11.28 $564.00 02a. 100 Amp 480 Volt Electrical ea $7,025.00 02b. 100 A 480V Service over 50' if $11.28 03a. 150 Amp 240 Volt Electrical ea $6,800.00 03b. 150 A 240 V Service over 50' if $13.54 04a 150 Amp 480 Volt Electrical ea $8,600.00 04b. 150 A 480 V Service over 50' if $13.54 5 Furn/Install 4" Check Valve 2.00 ea $672.00 $1,344.00 6 Furn/Install 6" Check Valve ea $908.00 7 Furn/Install 8" Check Valve ea $1,298.00 8 Furn/Install 10" Check Valve ea $2,247.00 9 Furn/Install 4" Plug Valve 3.00 ea $461.00 $1,383.00 9a Deduct to Furn/Install 4" Gate Valve 1.00 ea ($325.00) ($325.00) 10 Furn/Install 6" Plug Valve 1.00 ea $638.00 $638.00 10a Deduct to Furn/Install 6" Gate Valve 1.00 ea ($414.00) ($414.00) 11 Furn/Install 8" Plug Valve ea $1,109.00 11a Deduct for 8" Gate Valve ea ($279.00) 12 Furn/Install 10" Plug Valve ea $1,706.00 12a Add to Furn/Install 12" Gate Valve Valve ea $1,605.00 12c. Add to Furn/Install 16" Gate Valve Valve ea $2,185.00 12f. Add to Furn/Install 24" MJ Gate Valve Valve ea $9,408.00 13 Furn/Install 4" Valve Vault Piping 1.00 ea $2,890.00 $2,890.00 14 Furn/Install 6" Valve Vault Piping ea $3,465.00 15 Furn/Install 8" Valve Vault Piping ea $6,685.00 16 Furn/Install 10" Valve Vault Piping ea $7,100.00 TLC Diversified, Inc. Page 1 Item # 15 Attachment number 1 Page 2 of 3 16c. Add to Furn/Install 16" Valve Vault Piping ea $20,474.00 17 Furn/Install4" HDPE WW Piping 34.00 if $153.00 $5,202.00 17a. Add to Furn/Install 4" DIP 34.00 if $15.00 $510.00 18 Furn/Install 6" HDPE WW Piping if $175.00 19 Furn/Install 8" HDPE WW Piping if $310.00 20 Furn/Install 10" HDPE WW Piping if $425.00 20a Furn/Install 12" DIP Piping if $625.00 20d. Furn/Install 24" DIP Piping if $1,125.00 20f. Furn/Install 36" DIP Piping if $1,875.00 21 Install 4" Pump Base Ell 2.00 ea $1,184.00 $2,368.00 23 Install 6" Pump Base Ell ea $1,184.00 24 Install 8" Pump Base Ell ea $1,190.00 25 Install 10" Pump Base Ell ea $1,910.00 26 Furn/Install 4" Pump Out ea $3,350.00 27 Furn/Install 6" Pump Out 1.00 ea $4,850.00 $4,850.00 28 Furn/Install 8" Pump Out ea $6,000.00 29 Furn/Install 10" Pump Out ea $6,250.00 30 Furn/Install 36" x 48" Hatch Covers 1.00 ea $1,108.00 $1,108.00 31 Furn/Install48" x 60" Covers 1.00 ea $1,350.00 $1,350.00 32 Furn/Install 60" x 72" Covers ea $1,780.00 33 Furn/Install 6' Diameter Fiberglass Liner 17.00 if $675.00 $11,475.00 34 Furn/Install 8' Diameter Fiberglass Liner if $815.00 35 Furn/Install 10' Diameter Fiberglass Liner if $1,125.00 36 Furn/Install 6' Protective Coatings 20.00 if $266.00 $5,320.00 37 Furn/Install 8' Protective Coatings if $396.00 38 Furn/Install 10' Protective Coatings if $495.00 38a Furnish/Install Piping Coatings 12.00 if $35.00 $420.00 39 Furn/Install Pump Guide Rails 2.00 sts $1,015.00 $2,030.00 40 Furn/Install4" Thick Concrete Slab-Work sy $75.00 41 Furn/Install 6" Thick Concrete Slab-Work 44.00 sy $85.00 $3,740.00 42 Furn/Install 8" Thick Concrete Slab-Work sy $95.00 43 Furn/Install 2" Thick Asphalt Overlay sy $24.50 44 Furn/Install 2 " Thick Asphalt w/12" Base sy $44.00 45 Furn/Install Bahia Sod 167.00 sy $7.70 $1,285.90 46 Furn/Install St. Augustine Sod sy $6.40 47 Foreman w/Truck & Tools 298.00 hrs $85.00 $25,330.00 48 Laborer per Hour 888.00 hrs $50.00 $44,400.00 49 10 Yard Dump Truck (w/Driver) 166.00 hrs $45.00 $7,470.00 50 Rubber Tired Backhoe/hr 352.00 hrs $25.00 $8,800.00 51 Bypass Pumping 1.00 sts $4,280.00 $4,280.00 52 Pressure Grouting/lb 5.00 lb $22.00 $110.00 Subtotal Base Bid $141,913.90 TLC Diversified, Inc. Page 2 Item # 15 Attachment number 1 N.I.C. Items Furnish/Install Valve Vault Deduct for Owner Furnished Materials in Base Bid 33 Change to 4' Fiberglass Manhole Furn/Install Dataflow Equipment Subtotal this Project 54 Mobilization % 5.00% 55 Maintenance of Traffic % 1.50% Grand Total this Project Owner Purchased Equipment Pump Package Subtotal Purchased Equipment Grand Total this Project 56 Owner elected Contingency ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. Page 3 of 3 1.00 is $11,479.26 $11,479.26 -1.00 is $3,550.00 ($3,550.00) 17.00 if $2,495.58 $42,424.86 1.00 is $12,811.34 $12,811.34 $63,165.46 $205,079.36 1.00 is $10,254.00 $10,254.00 1.00 is $3,076.00 $3,076.00 $218,409.36 1.00 is $69,268.00 $69,268.00 $69,268.00 $287,677.36 1 is $28,767.74 $28,767.74 $316,445.10 Date of Acceptance: TLC Diversified, Inc. Page 3 Item # 15 Attachment number 2 Page 1 of 39 R t I t\l ("317\1 F , f- 111 I ill.t ip PLANNING DEMN CON5THUCTION 12001 Research Parkway, Suite 228 Orlando, Florida 32826 Phone (407) 679-5358 Fax (407) 679-5003 TRANSMITTAL FORM TO: Brad Dorenkazmp TLC 2719 17`" St Palmetto, FL 34221 954-899-4703 THE FOLLOWING ITEMS ARE: ® ENCLOSED ? REQUESTED ? COST ESTIMATE ? REPORT ? LETTER ? PRINTS ? SUBMITTAL ? SPECIFICATION NUMBER DATE DESCRIPTION OF COPIES 1 2112/10 Original Contractor's Master Continuing Services Contact for SSNOCWTA THESE ARE TRANSMITTED AS CHECKED BELOW: ? AT YOUR REQUEST ® FOR YOUR FILES ? RESUBMIT . ? FOR YOUR APPROVAL ? FOR YOUR INFORMATION ? SUBMIT - ? FOR YOUR REVIEW ? APPROVED AS SUBMITTED ? RETURNED ? FOR YOUR ACTION ? APPROVED AS NOTED ? OTHER: COPIES FOR APPROVAL COPIES FOR DISTRIBUTION CORRECTED PRINTS REMARKS: Please find enclosed 1 copy of the Original Master Continuing Contract for SSNOCWTA. DATE: 2/12/2010 SUBJECT: Contractor's Master Continuing Services Contact for SSNOCWTA. Job No.: 106001 -414 2010 ? SENT SEPARATELY ? CALCULATIONS ® OTHER: SENT VIA: ENCLOSURES: COPIES TO: 1 Copy SINCERELY, REISS ENGINEERING, INC. SIGNED BY: Marc Cannata Item # 15 Attachment number 2 Page 2 of 39 §ON E51'. 1920 "Prepared to be Jour Partner in Insurance and WA- Alanagenrent" January 29, 2010 South Seminole & North Orange County Wastewater Transmission Authority Attention: Steve Miller, Executive Director 410 lake Howell Read Maitland. FL 32751-5907 RE: TLC Diversified, inc. 2719 17th Street East Palmetto, FL 34221 Certificate of Insurance for: RFP No. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services Enclosed as reposted is the ACORD certilicatc form as well as the following information: Producer Name: Janet F. Dayton, CIC Email: mda ytoij i)niewilson.coll-I Phone: (S 13)229-8021 mmT Fax: (8 13) 229-2795 A.M. Best Rating. Information, Best Number, NAIC Number and FSC ratings of the carriers are included on the ACORD form Sincerely. 7,Tallent n Compan y, Inc. , CIC, CPIW Commercial Account Executive 300 West I'l:trt Street -Tampa, Florida 33600 -Telephone (813) 229-8021 • Fax (813) 229-11()s w?t-ta.nte??ilson.com Item # 15 Attachment number 2 Page 3 of 39 ®r CERTIFICATE OF LIABILITY INSURANCE 'Y'"Y' 29 01 /10 / PRODUCER 1-813-229-6021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION M. E. Wilson Co., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 300 W. Platt St. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ste 200 Tampa, FL 33606 INSURERS AFFORDING COVERAGE NAIC # INSURED TLC Diversified Inc IN SURER A:WESTFIELD INS CO -°- 24112 , , -- INSURER B:FCCI IBIS. CO _... 10178 2719 17th Street East INSURER C: Palmetto, FL 34221 INSURERD: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'L POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDNYYY) POLICY EXP€RATfON DATE (MMIDDM=) LIMITS A GENERAL LIABILITY TRA3972460 04/01/09 04/01/10 EACH OCCURRENCE - $ 11000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMISES We occurrence)- --- $ 150 , 000 CLAIMS MADE OCCUR L'_'- 1 MED EXP (Any one pereun) $ 10_,000 X Contractual Liability PERSONAL &ADVINJURY $ 1,000,000 _ X $500 Prod Dmg Red GENE ALAGGREGATE $ 2,000,000 _ _ _ GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPOPAGG $2,000,000 RO, X LOG POLICY X P JECT ?. A AUT OMOBILE LIABILITY TRA3972460 04/01/09 04/01/10 X ANY AUTO INED SINGLE LIMIT COMBINED (Ea aBcofdant} $ 1,000,000 ALL OWNED AUTOS --- BODILY INJURY $ SCHEOULEO AUTOS (Per person) -? -- X WREO AUTOS __ BODILY INJURY $ X NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT ^- $ ANY AUTO - EA ACC OTHER THAN $ -` AUTO ONLY. AGG _ $ A EXCESS I UMBRELLA LIABILITY TRA3972460 04/01/09 04/01/10 EACH OCCURRENCE m $ 5,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 5,000,000 $ DEDUCTIBLE $ X RETENTION $ 0 $ B WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY WC1053501 04/01/09 04/01/10 WC STATU- OTH- X TO FA - YIN ANY PROPRIETORIPARTNEWEXECUT€VE OFFICERIMEMBER EXCLUDED E.L. EACH ACCIDENT $ 500 , 000 ? (Mandatory in NH) E.L. DISEASE -EA EMPLOYE $ 500,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 500 , 000 OTHER A Installation Floater TRA3972460 04/01/09 04/01/10 Any one site 500,000 Transit & Storage Included Deductible 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS PROJECT: RFP NO, 2009-003; Wastewater Pump Station Construciton and Rehabilitation Contractor Continuing Services South Seminole & North Orange County Wastewater Transmission Authority is listed as Additional insured (n/a WC) as respects this project. A.M. Best Rating information; Westfield Insurance Company: A.M. Beet # 02382; NAIC # 24221; A.M. Beat Rating A (Excellent); FSC: XII FCCI Insurance Company: A.M. Best # 11257; NAIC 6 10178; A.M. Best Rating A-(Excellent); FSC: IX CERTIFICATE HOLDER CANCELLATION South Seminole & North Orange County Wastewater Transmission Authority Steve Miller, Executive Director 410 Lake Howell Road Maitland, FL 32751-5907 SHOUL DANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATfON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR I AUTHORIZED REPRESENTATIVE USA FJ. /Aukimu L.'J (--Uuufu I) rrUUi V 1988-2009 ACORD CORPORATION. All rights reserved. 14314655 The ACORD name and logo are registered marks of ACORD Item # 15 Attachment number 2 Page 4 of 39 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AUUM) Lb (ZUUWU1) Item # 15 Attachment number 2 Page 5 of 39 RFP NO. 2009003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services CONTRACTUAL DOCUMENTS TITLE CERTIFICATE (CORPORATE) AGREEMENT EXHIBITS A PERFORMANCE BOND B RIDER TO PERFORMANCE C LABOR AND MATERIAL PAYMENT BOND D RIDER TO PAYMENT BOND E CERTIFICATE(S) OF INSURANCE F NOTICE OF WORK ORDER AWARD G NOTICE TO PROCEED ON WORK ORDER H RFP NO. 2009-003 ATTACHMENT A I RFP NO. 2009-003 EVALUATION SUMMARY AND RANKING CONTRACTUAL DOCUMENTS Page I Item # 15 Attachment number 2 Page 6 of 39 CERTIFICATE STATE OF Florida COUNTY OF Manatee I HEREBY CERTIFY that a meeting of Board of Directors Of TLC Diversified Inc , acorporation Under of the laws of he State of Florida, held on 2 / 4 , 2010, the following resolution was duly passed and adopted: "RESOLVED, that Thurston Lamberson (Individual's Name) as President (Title) of the corporation, is hereby authorized to execute the Agreement dated ? - // 2010, between the South Seminole & North Orange County Wastewater Transmission Authority and this corporation and with corporate seal affixed, shall be the official act and deed of this corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF 1-- ereunto set my hand and affixed the official seal of the corporations this _day ofe.,2010. Co! orate Secretary Joann Lamberson (Corporate Seal) CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 7 of 39 AGREEMENT THIS AGREEMENT, made and entered into this IL day of 2010, A.D., by and between South Seminole & North Orange County Wastewater Transmission Authority party of the first part (hereinafter referred to as "OWNER"), whose address is 410 Lake Howell Road Maitland, FL 32751 and 'r. 0 t V 12®51 F t e6; Jy,3 L , party of the second part (hereinafter referred to as "CONTRACTOR"), whose address is .9116) ITTN 8-muc'e"7. t:. , PALM&7ro. pl- 3Y221 WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I -,SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus and transportation and perform all of the work as specified, indicated or described in the Contract Documents as described in Article VIII and shall further perform services contained in the Work Orders issued pursuant to ARTICLE III as prepared by South Seminole & North Orange County Wastewater Transmission Authority. ARTICLE II - THE AGREEMENT SUM The OWNER shall pay to the CONTRACTOR, for the faithful performance of the Agreement and Scope of Work in ARTICLE I herein, in lawful tender of the United States, and subject to addition and deductions as provided in the Contract Documents, as follows: Based on such sums set forth in Attachment A (Schedule of Unit Price Proposal) from RFP NO. 2009-003, or such sums agreed upon by both CONTRACTOR and OWNER for assigned work as described in RFP NO. 2009-003 and issued Work Orders. CONTRACTUAL DOCUMENTS Page 3 Item # 15 Attachment number 2 Page 8 of 39 ARTICLE III - WORK ORDERS OWNER and CONTRACTOR will confirm Scope of Work and Agreement Sum through issuance of Work Orders. Issuance of Work Orders may be done at the OWNER's discretion based on one of the following methods. The Parties to this AGREEMENT recognize that three (3) Contractors have been selected and ranked for issuance of Work Orders : Bidding Work Order(s) on an individual basis with the lowest bid Contractor being awarded the Work Order(s). OR Rotating Work Order(s) with each Contractor based on ranking from RFP NO. 2009-003 results (EXHIBIT I - Evaluation Summary and Ranking), with first Work Order going to first ranked Contractor, second Work Order going to second ranked Contractor and third Work Order to third ranked Contractor until rotation is completed. Should a Contractor be unable to participate on a particular Work Order then the next Contractor in-line would get the opportunity to commence and complete that Work Order. The selected Contractor will be issued a NOTICE OF WORK ORDER AWARD as provided herein as an EXHIBIT F. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK 1.) The CONTRACTOR shall commence work within 10 calendar days after receipt of NOTICE TO PROCEED ON WORK ORDER (provided as EXHIBIT G) and receipt of conformed Drawings and Specification and will complete the same within the time allotted for each Work Order authorization unless the period for final completion is extended otherwise by the CONTRACT DOCUMENTS. 2.) The CONTRACTOR shall prosecute the work with faithfulness and diligence. 3.) The CONTRACTOR further declares upon the issuance of a Work Order he will have examined the site of the work and that from personal knowledge and experience or that he has made sufficient investigations to frilly satisfy himself that such site is correct and suitable for the work and he assumes full responsibility therefore. The provisions of this Agreement shall control any inconsistent provisions contained in the Drawings and Specifications. Upon receipt of the Work Order, all Drawings and Specifications shall been read and carefully considered by the CONTRACTOR, who understands the same and agrees to their sufficiency for the work to be done, It is expressly agreed that under no circumstances, conditions or situations shall this Agreement be more strongly construed against the OWNER than against the CONTRACTOR and his Surety. Any ambiguity or uncertainty in the Drawings or Specifications associated with the Work Order shall be interpreted and construed by the OWNER's Engineer (Engineer), and his decision shall be final and binding upon all parties, provided the OWNER agrees. CONTRACTUAL DOCUMENTS Page 4 Item # 15 Attachment number 2 Page 9 of 39 ( It is distinctly understood and agreed that the passing, approval and/or acceptance of any part of the work or material by the South Seminole & North Orange County Wastewater Transmission Authority or by any agent or representative as in compliance with the terms of this Agreement and/or of the Drawings and Specifications or other potions of the Contract Documents associated with the Work Order covering said work shall not operate as a waiver by the OWNER of strict compliance with the terms of this Agreement and/or the Drawings and Specifications covering said work; and the OWNER may require the CONTRACTOR and/or his Surety to repair, replace, restore and/or make to comply strictly and in all things with this Agreement and the Drawings and Specifications any and all of said work and/or materials which within a period of one year from and after the date of the passing, approval, and or acceptance of any such work or material, are found to be defective or to fail and in any way to comply with this Agreement or with the Drawings and Specifications. This provision shall not apply to materials or equipment normally expected to deteriorate or wear out and become subject to normal repair and replacement before their condition is discovered, The CONTRACTOR shall not be required to do normal maintenance work under the guarantee provisions. Failure on the part of the CONTRACTOR and/or his Surety, immediately after Notice to either, to repair or replace any such defective materials and workmanship shall entitle the OWNER, if it sees fit, to replace or repair the same and recover the reasonable cost of such replacement and/or repair from the CONTRACTOR and/or his Surety, who shall in any event be jointly and severally liable to the OWNER for all damages, loss and expense caused to the OWNER by reason of the CONTRACTOR'S breach of this Agreement and/or his failure to comply strictly and in all things with this Agreement and with the ( Drawings and Specifications. 4.) As-built drawings, warranties must be submitted to the Engineer in accordance with the approved Scope of Work as set forth in the Work Order specified in ARTICLE III before final payment will be made to the CONTRACTOR. ARTICLE V - LIQUIDATED DAMAGES 1,) It is mutually agreed that time is of the essence in regard to this Agreement and should the CONTRACTOR fail to complete the Scope of Work as set forth in any issued Work Order, as established in ARTICLE III, within the specified time, or any authorized extension thereof, there shall be deducted from the compensation otherwise to be paid to the CONTRACTOR, and the OWNER will retain the amount of: Issued Work Order Amount Daily Charge per Calendar Day 11 $50,000 and under $ 200 11 Over $50,000 but less than $250,000 $ 400 ? $250,000 but less than $500,000 $ 600 for each and every calendar day elapsing between the date fixed for substantial completion and the date such substantial completion shall have been fully accomplished. It is also hereby agreed that if this Scope of Work as setforth in the Work Order as established in ARTICLE III is not finally completed, in accordance with the requirements CONTRACTUAL DOCUMENTS Page 5 Item # 15 Attachment number 2 Page 10 of 39 of the contract documents, the Contractor shall pay to the Owner as liquidated damages for such delay, and not as a penalty: Issued Work Order Amount Dail Charge per Calendar Da ? $50,000 and under $ 200 11 Over $50,000 but less than $250,000 $ 400 11 $250,000 but less than $500,000 $ 600 for each and every calendar day elapsing between the date fixed for final completion and the date such final completion shall have been fully accomplished. Said liquidated damages shall be payable in addition to any extra expenses or costs incurred by the Owner including, but not limited to: inspection and supervision occasioned by the delay; materials and equipment storage fees; additional employee salaries and benefits; rental of space; all utilities; and shall not exclude the recovery of damages by the Owner under other provisions of the contract documents. 2.) For the purposes of this Article, the day of final acceptance of the work shall be considered a day of delay, and the scheduled day of completion of the work shall be considered a day schedule for protection. ARTICLE VI - PARTIAL AND FINAL PAYMENTS In accordance with the provisions fully set forth in the General Conditions as presented in the RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services, and subject to additions and deductions as provided, the OWNER shall pay the CONTRACTOR as follows: 1.) CONTRACTOR shall submit a progress payment request by the third (3rd) day of each calendar month for work performed during the preceding calendar month. Upon Contractor's signature accepting the PARTIAL PAYMENT AUTHORIZATION, the Owner shall make a partial payment to the Contractor, within fifteen (15) working days, on the basis of a duly certified and approved estimate by the Owner and the Engineer, for work performed during the preceding calendar month under the Agreement. To insure proper performance of the Agreement, the OWNER shall retain ten percent (10%) of the amount of each estimate until final completion and acceptance of all work covered by the Agreement. 2.) Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER that all payrolls, material bills and other costs incurred by the CONTRACTOR in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications have been furnished and are found acceptable by the OWNER, final payment on account of this Agreement shall be made within 30 working days after completion of all work by the CONTRACTOR covered by this Agreement and acceptance of such work by the OWNER. ARTICLE VII - ADDITIONAL BONDS CONTRACTUAL DOCUMENTS Page 6 Item # 15 Attachment number 2 Page 11 of 39 It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bonds hereto attached as EXHIBITS A through D for its faithful performance and payment of labor and materials, the OWNER shall deem the Surety or Sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance and payments of the work, the CONTRACTOR shall, at his expense, and within seven (7) days after receipt of Notice from the OWNER to do so, furnish additional bonds, in such form and amounts, and with such Sureties as shall be satisfactory to the OWNER. In such event, no further payment to the CONTRACTOR shall be deemed due under this Agreement until such new or additional security for the faithful performance and for payment of labor and materials of the work shall be furnished in manner and form satisfactory to the OWNER. ARTICLE VIII - CONTRACT DOCUMENTS The Contract Documents, as stated in the RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services and herein made a part, are as fully a part of this Agreement as if herein repeated consist of the following and in Document Precedence as follows: l.) This Agreement 2.) Exhibits to this Agreement 3.) Addenda (Modification) 4.) Division 00 (as provided in RFP NO. 2009-003) 5.) Division 01 (as provided in RIP NO. 2009-003) 6.)Drawings and Specifications 7.) Instructions to CONTRACTORS S.) Work Order to be Issued Based on Article III ARTICLE IX - WORK CHANGES The OWNER reserves the right to order work changes in the nature of additions, deletions or modifications without invalidating the Agreement, and agrees to make corresponding adjustments in the Agreement Sum and time for completion. Any and all changes must be authorized by a written change order signed by the Executive Director of SSNOCWTA or his designee as representing the OWNER. Work shall be changed and the Work Order sum and completion time shall be modified only as set out in the written change order. Any adjustment in the Agreement Sum resulting in a credit or a CONTRACTUAL DOCUMENTS Page 7 Item # 15 Attachment number 2 Page 12 of 39 charge to the OWNER shall be determined by a mutual agreement of the parties before starting the work involved in the change. ARTICLE X - COMPLIANCE WITH LAWS The Contractor shall give all notices required by and shall otherwise comply with all applicable laws, ordinances and codes and shall, at his own expense, secure and pay the fees and charges for all permits required for the performance of the Scope of Work as setforth in the Work Order specified in ARTICLE III. All materials furnished and work done is to comply with all local state and federal laws and regulations. ARTICLE XI - CLEANING UP Contractor shall, during the performance of this Agreement, remove and properly dispose of resulting dirt and debris, and keep the work area reasonably clear. On completion of the work, Contractor shall remove all Contractor's equipment and all excess materials, and put the work area in a neat, clean and sanitary condition and restore to original job site condition. ARTICLE XII --- LICENSING Contractor warrants that he possesses all licenses and certificates necessary to perform required work and is not in violation of any laws. Contractor warrants that his license ( and certificates are current and will be maintained throughout the duration of the Agreeement. ARTICLE XIII --- ASSIGNMENT Contractor shall not delegate or subcontract any part of the work under this Agreement or assign any monies due him hereunder without first obtaining the written consent of the OWNER or its Authorized Representative. ARTICLE XIV SAFETY PRECAUTIONS Precaution shall be exercised at all times for the protection of persons, including employees, and property. The safety provisions of all applicable laws and building and construction codes shall be observed. ARTICLE XV - INSURANCE The CONTRACTOR shall procure and maintain insurance requirements as stated in RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Service and presented in the EXHIBIT E - CERTIFICATE(S) OF INSURANCE. ARTICLE XVI - GENERAL CONDITIONS CONTRACTUAL DOCUMENTS Page 8 Item # 15 Attachment number 2 Page 13 of 39 The CONTRACTOR shall comply with the General Conditions as stated in RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services. CONTRACTUAL DOCUMENTS Page 9 Item # 15 Attachment number 2 Page 14 of 39 IN WITNESS WHEREOF the parties hereto have executed this Agreement on this 110 day of ?W &Q 2010. S Steve Wendy W , Administrator Authority Seal TLC Diversified, Inc. (Co ny Name) Signature Thurston Lamberson,President (Name/Title Printed or Typed) 2719 17th St.E. ASdLr'e"S':s- t1ambersonPt1cdiver,sified.com E-mail Address (941) 722-0621 Telephone Number If a corporation, affix corporate seal and have corporate secretary attest. Attest: C orate Sec etary Joanne Lamberson (Name Printed or Typed) CONTRACTUAL DOCUMENTS Page 10 Item # 15 (Corporate Seal) Attachment number 2 Page 15 of 39 EXHIBITS CONTRACTUAL DOCUMENTS Page 1 Item # 15 Attachment number 2 Page 16 of 39 EXHIBIT A PERFORMANCE BOND THIS BOND IS ISSUED SIMULTANEOUSLY WITH LABOR AND MATERIAL PAYMENT BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE AGREEMENT. KNOW ALL MEN BY THESE PRESENTS; That (Full name and address or legal title of CONTRACTOR) as Principal, hereinafter called CONTRACTOR, and (Full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto the South Seminole & North Orange County Wastewater Transmission Authority, as Oblige, hereinafter called OWNER, in the amount of: (Dollar Amount in Words) (Dollar Amount in Numbers) (Sum equal to 100 percent of Agreement amount) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has by written Agreement dated , entered into a Agreement with OWNER for: RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services in accordance with Drawings and Specifications prepared by the South Seminole & North Orange County Wastewater Transmission Authority 410 Lake Howell Road Maitland, FL 32751 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly and faithfully perform said Agreement, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the OWNER, CONTRACTUAL DOCUMENTS Page 1 Item # 15 Attachment number 2 Page 17 of 39 Whenever CONTRACTOR shall be, and declared by OWNER to be in default under the Agreement, the OWNER having performed OWNER'S obligations there under, the Surety may promptly remedy the default, in accordance with Section 255.05, Florida Statutes, or shall promptly, 1) Complete the Agreement in accordance with its terms and conditions or within sixty (60) calendar days. 2) Obtain a bid or bids for completing the Agreement in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or if the OWNER elects, upon determination by the OWNER and the Surety jointly of the lowest responsible bidder, arrange for a Agreement between such bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Agreement or Agreements of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Agreement Sum; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Agreement Sum," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Agreement and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. 3) Upon termination of the Agreement by the OWNER due to the CONTRACTOR'S failure to perform under the conditions herein set forth in the Agreement, the OWNER may without prejudice to any right or remedy and after giving the CONTRACTOR and his Surety if any, seven (7) days written notice, terminate the employment of the CONTRACTOR, and take possession of the site and all of the materials, equipment, tools, construction equipment, and machinery thereon owned by the CONTRACTOR and may finish the work by whatever method he may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the work is finished. 4) A claimant, except a laborer, who is not in privity with the Principal and who has not received payment for his labor, materials or supplies shall, within 45 days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to the bond for protection, and 5) A claimant who is not in privity with the Principal and who has not received payment for his labor, materials, or supplies shall, within 90 days after performance of the labor or after complete delivery of materials or supplies, deliver to the Principal and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 18 of 39 t 6) Other than a suit by OWNER, no action shall be instituted against the Principal or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the heirs, executors, administrators or successors of the OWNER. THE FOREGOING PERFORMANCE BOND WAS SIGNED AND SEALED THIS DAY OF 2010. (Principal) By: (Seal) (Witness) (Witness) (Witness) Power of Attorney attached hereon: (Manual Signature) (Title) (Manual Signature) (Surety) By: (Seal) (Title) (Resident Agent as Attorney-in-Fact) (Address) (Telephone Number) CONTRACTUAL DOCUMENTS Page 3 Item # 15 Attachment number 2 Page 19 of 39 EXHIBIT BRIDER TO PERFORMANCE BOND PUBLIC WORK -- STATE OF FLORIDA PURSUANT TO FLORIDA STATUTE SEC. 255,05 AGREEMENT made this day of 2010, between (hereinafter called the "PRINCIPAL") and (hereinafter called the "SURETY") and the South Seminole & North Orange County Wastewater Transmission Authority (hereinafter called the "OWNER"). WHEREAS, on the day of 2010, the parties hereto entered into a Performance Bond, a copy whereof is hereto attached and incorporated herein by reference, and WHEREAS, said parties have agreed to add certain terms to said Performance Bond to conform with Florida Statute 255.05; NOW, THEREFORE, it is agreed that the said Performance Bond pertaining to RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services - is hereby amended to include the following provisions; Other than a suit by the OWNER, no suit or action for labor, materials, or supplies shall be instituted hereunder against the PRINCIPAL or the SURETY unless both of the following notices have been given by the claimant. "A claimant, except a laborer, who is not in privity with the PRINCIPAL and who has not received payment for his labor, materials, or supplies shall, within 45 days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the PRINCIPAL with a notice that he intends to look to the bond for protection, and A claimant who is not in privity with the PRINCIPAL and who has not received payment for his labor, material, or supplies shall, within 90 days after performance of the labor or after complete delivery of materials or supplies, deliver to the PRINCIPAL and to the SURETY written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment, Other than a suit by the OWNER, no action shall be instituted, against the PRINCIPAL or the SURETY on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies." Item CONTRACTUAL DOCUMENTS Page I # 15 Attachment number 2 Page 20 of 39 RIDER TO PERFORMANCE BOND It is the express agreement that all other terms, conditions, and stipulations contained in the said Performance Bond shall remain in full force and effect and without any change or modifications whatsoever, except only as to the additions, as above provided. Principal: By: Surety: Accepted: South Seminole & North Orange County Wastewater Transmission Authority: Steve Miller, Executive Director By: Item CONTRACTUAL DOCUMENTS Page 2 # 15 Attachment number 2 Page 21 of 39 EXHIBIT C LABOR AND MATERIAL PAYMENT BOND THIS BOND IS ISSUED SIMULTANEOUSLY WITH THE PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE AGREEMENT. KNOW ALL MEN BY THESE PRESENTS: That (Full name and address or legal title of CONTRACTOR) as Principal, hereinafter called CONTRACTOR, and (Full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto the South Seminole & North Orange County Wastewater Transmission Authority, as Obligee, hereinafter called OWNER, in the amount of: (Dollar Amount in Words) (Dollar Amount in Numbers) (Sum equal to 100 percent of Agreement amount) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written Agreement dated , entered into a Agreement with OWNER for the construction of RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services, in accordance with Drawings and Specifications prepared by the South Seminole & North Orange County Wastewater Transmission Authority, which Agreement is hereinafter referred to as the Agreement. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and materials used or reasonably required for use in the performance of the Agreement, then this obligation shall be void; otherwise it shall remain in Rill force and Item CONTRACTUAL DOCUMENTS Page I # 15 Attachment number 2 Page 22 of 39 effect, subject, however to the following conditions in accordance with Section 255.05, Florida Statutes: l.) A claimant is defined as one having a direct Agreement with the Principal or with a subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Agreement. 2.) The above-named Principal and Surety hereby jointly and severally agree with the OWNER that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which he last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The OWNER shall not be liable for the payment of any costs or expenses of any such suit. 3.) Other than the OWNER, no suit or action shall be commenced hereunder by any claimant: a.) Unless claimant, other than one having a direct Agreement with the Principal shall have given written notice to any two of the following: The Principal, the t OWNER, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, OWNER or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Work Order is located, save that such service need not be made by a public officer. b.) After the expiration of one (1) year following the date on which Principal ceased work on said Agreement, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c.) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Work Order, or any part thereof, is situated, or in the United States District Court for the district in which the Work Order, or any part thereof, is situated, and not elsewhere. CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 23 of 39 d.) A claimant, except a laborer, who is not in privity with the Principal and who has not received payment for his labor, materials or supplies shall, within 45 days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to the bond for protection, and e.) A claimant who is not in privity with the Principal and who has not received payment for his labor, materials or supplies shall, within 90 days after performance of the labor or after complete delivery of materials or supplies, deliver to the Principal and to the Surety written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. £) No action shall be instituted against the Principal or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies. The amount of this bond shall be reduced by and to the extent of a payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed or record against said improvement whether or not claim for the amount of such lien be presented under and against this bond. The foregoing Labor and Material Payment Bond was signed and sealed this day of 2010. (Witness) (Witness) (Witness) Power of Attorney attached hereon: (Principal) (Seal) By: (Manual Signature) (Title) (Surety) (Seal) By: (Manual Signature) (Title) (Resident Agent as Attorney-in-fact) (Address) CONTRACTUAL DOCUMENTS Page 3 Item # 15 Attachment number 2 Page 24 of 39 EXHIBIT D RIDER TO PAYMENT BOND PUBLIC WORK -- STATE OF FLORIDA PURSUANT TO FLORIDA STATUTE SEC. 255.05 AGREEMENT made this day of 2010, between (hereinafter called the "PRINCIPAL") and WHEREAS, on the day of 2010, the parties hereto entered into a Payment Bond, a copy whereof is hereto attached and incorporated herein by reference, and WHEREAS, said parties have agreed to add certain terms to said Payment Bond to conform with Florida Statute 255.05; NOW, THEREFORE, it is agreed that the said Payment Bond pertaining to RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor ( Continuing Services, is hereby amended to include the following provisions: Other than a suit by the OWNER, no suit or action for labor, materials, or supplies shall be instituted hereunder against the Principal or the Surety unless both of the following notices have been given by the claimant. "A claimant, except a laborer, who is not in privity with the Principal and who has not Received payment for his labor, materials, or supplies shall, within 45 days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish the Principal with a notice that he intends to look to the bond for protection, and A claimant who is not in privity with the Principal and who has not received payment for his labor, material, or supplies shall, within 90 days after performance of the labor or after complete delivery of materials or supplies, deliver to the Principal and to the surety written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. Other than a suit by the OWNER, no action shall be instituted, against the Principal or the Surety on the bond after one (1) year from the performance of the labor or completion of delivery of the materials or supplies." Item CONTRACTUAL DOCUMENTS Page I # 15 Attachment number 2 Page 25 of 39 It is the express agreement that all other terms, conditions, and stipulations contained in the said Performance Bond shall remain in full force and effect and without any change or modifications whatsoever, except only as to the additions, as above provided. Principal: Accepted: South Seminole & North Oranme County Wastewater Transmission Authority Steve Miller, Executive Director By: Surety: By: Item CONTRACTUAL DOCUMENTS Page 2 # 15 Attachment number 2 Page 26 of 39 EXHIBIT E CERTIFICATE OF INSURANCE - RFP NO. 2009-003: Wastewater Pump Stat Construction and Rehabilitation Contractor Continuing Services South Seminole & North Orange County Wastewater Transmission Authority ACORD Certificate of Insurance Requirements FAX OR E-MAIL THIS IMMEDIATELY TO YOUR INSURANCE AGENT Please have your insurance agent email an acceptable ACORD Form (Word or.PDF) to: South Seminole & North Orange County Wastewater Transmission Authority Attention: Steve Miller, Executive Director 410 Labe Howell Road Maitland, FL 32751-5907 E-mail: ssnocwta2 a,cflarr,com, FAX: (407) 628-0153 The ACORD certificate must reflect the following: A. Producer - the name, email address, telephone dumber and fax number of your agent B. Insured - your company/group name C. Insurers - the insurance companies providing coverage a. Proof of the carrier's FSC rate (must be a 7 or better) with the ACORD form on agent/carrier letterhead D. The Best Number assigned to this carrier a. Name of carriers as they appear in the A.M. Best ratings guide or internet site at ambest.com. b. Proof of the carrier's Best Rating (must be A- or better) with the ACORD form or emailed with the ACORD form on agent/carrier letterhead. E. The NAIC number assigned to this carrier F, General liability in the amounts shown for all vendors and contractors G. Auto liability if a vendor/event vehicle will be on Authority property a. $1 million required where vehicle is used to perform contracted work b. $500,000 required for all other vendors (vehicle driven to/from worksitc) H, Excess Liability, if a contractor. The minimum is $2,000,000, but this amount may be greater depending on the award Agreement amount. CONTRACTUAL DOCUMENTS Page I Item # 15 Attachment number 2 Page 27 of 39 L Worker's Compensation, if you will have two or more employees on Authority property. WC Statutory limits must be marked. J. Other. a. Liquor liability - must also include a hold harmless agreement and authorization by the Authority Council. b. Builder's Risk Insurance per Work Order amounts c. Environmental Insurance if applicable d. Errors and Omissions if Consultant services K. Description of Operations: South Seminole & North Orange County Wastewater Transmission Authority must be listed as additional insured. You must show the work/event and the dates of the Work Order (both begin and end dates). L. Certificate Holder - must show South Seminole & North Orange County Wastewater Transmission Authority, 410 Lake Howell Road Maitland, FL 32751. M. Cancellation - minimum 30 days. Public Entities/Municipalities: Sovereign immunity standard should appear in Description of Operations with $100,000/$200,000 limits. If self funded, rating requirement is waived. CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 28 of 39 EXHIBIT F NOTICE OF WORK ORDER AWARD (Date) (Contractor Name) (Street Address) (City/State/Zip) REFERENCE: NOTICE OF AWARD - RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services The OWNER has considered the BID submitted by you for the above-described WORK in response to its Advertisement for Bids dated April 12, 2009 and Information for Bidders. You are hereby notified that your BID has been accepted for RFP NO. 2009-003: Wastewater Pimp Station Construction and Rehabilitation Contractor Continuing Services, in the amount of: liar amount in numbers and words), (Do You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S PERFORMANCE BOND, PAYMENT BOND, and CERTIFICATES OF INSURANCE within ten (10) calendar days from the date of this NOTICE to you. You are hereby notified that you are the apparent successful Bidder on the Work Order noted above. Upon compliance with the conditions, precedent to being fulfilled by you within the time specified, the AGREEMENT will be executed and delivered to you. Enclosed are the following: No. Co Pies. Item 1 Agreement Between Owner and Contractor I Performance Bond I Payment Bond 1 Notice from Insurance Agent or Broker I Notice of Work Order Award NOTICE OF AWARD PAGE TWO Item CONTRACTUAL DOCUMENTS Page 1 # 15 Attachment number 2 Page 29 of 39 Please take the following actions: 1.) Execute Agreement and Seal. 2.) Have your insurance company complete the Notice from Insurance Agent or Broker and return along with all required certificate(s) of insurance meeting requirements of the Agreement. 4.) Return all original copies of Agreement, Bonds, and Insurance Certificates to: Attention: Steve Miller, Executive Director 410 Lake Howell Road Maitland, FL 32751-5907 E-mail: ssnocwta2 cfl.rr,com, We will return a fully executed copy of the contract documents to you along with a NOTICE TO PROCEED ON WORK ORDER. If you fail to execute said AGREEMENT and to furnish said BONDS within ten (10) days from the date of this Notice, said OWNER will be entitled to consider all of your rights arising out of the OWNER'S acceptance of your bid as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE of AWARD to the OWNER. Dated this day of South Seminole & North Oran e Count Wastewater Transmission Authorit : By: Steve Miller, Executive Director 2010. CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 30 of 39 NOTICE OF AWARD PAGE THREE ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF WORK ORDER AWARD is hereby acknowledged by: Name of Corporation, Partnership, or Individual this the day of , 2010. By: Title: Item CONTRACTUAL DOCUMENTS Page 3 # 15 Attachment number 2 Page 31 of 39 EXHIBIT G TO: NOTICE TO PROCEED ON WORK ORDER PROJECT: RFP NO. 2009-003: Wastewater Pump Station Construction and Rehabilitation Contractor Continuing Services AMOUNT OF AGREEMENT: DATE: You are hereby notified to commence work on the above referenced Agreement on or before , and shall substantially complete all of the work of said Agreement within (Applicable Number of Days) consecutive calendar days thereafter. Therefore, your SUBSTANTIAL COMPLETION DATE is FINAL COMPLETION shall be thirty (30) days thereafter, The Agreement provides for an assessment of the sum of (Applicable Amount) as liquidated damages for each consecutive calendar day after the above substantial completion date; and (Applicable Amount) as liquidated damages for each consecutive calendar day after the above final completion date, that the work remains incomplete. Upon execution of this document, you are authorized to arrange a Preconstruction Conference meeting with the South Seminole & North Orange County Wastewater Transmission Authority. Please call (407) 628-3419 to schedule this meeting. The following items must be submitted at the time of the Preconstruction Conference: 1,) Construction Progress Schedule 2.) Maintenance of Traffic Plan 3.) Trench Safety Plan 4.) Dewatering Plan 5.) Any revisions to Subcontractor List (if applicable). CONTRACTUAL DOCUMENTS Page 1 Item # 15 Attachment number 2 Page 32 of 39 NOTICE TO PROCEED ON WORK ORDER PAGE TWO DATE: Dated this day of 2010. South Seminole & North Orange Count Wastewater Transmission Authorit : By: Steve Miller, Executive Director ACCEPTANCE OF NOTICE Receipt of the foregoing Notice to Proceed and Authorization to Schedule Preconstruction Conference is hereby acknowledged this day of 2010. (NAME OF CONTRACTOR'S COMPANY) By: Title: CONTRACTUAL DOCUMENTS Page 2 Item # 15 Attachment number 2 Page 33 of 39 EXHIBIT H RFP NO. 2009-003 ATTACHMENT A (Schedule of Unit Price Proposal) CONTRACTUAL DOCUMENTS Page I Item # 15 Attachment number 2 Page 34 of 39 ATTACHMENT A South Seminole & North Orange County Wastewater Transmission Authority Schedule of Linn price Proposal 25 Item # 15 Attachment number 2 Page 35 of 39 r Q V N? F°d W Z V U 0 0 00 tM CL IL Ci 0 0 C. z .0 40- 0 a 0 w CIO W30 p 4s r i °o o 0 o 4` n rg T r 4 (4 v d 0 a C) c b a © o C0 00 C) 0 H H rl s-1 c-r c-L c-i L^I 8 8 g o 0 m E LLI Ilk x x LL LL V1 (n LL 0 U U U U U Ud U U LL N) Li- v3 LL N L1. Vr LL kn LL w l1J u] u3 O C M 1 S v aE U ?L C C p N O "a LU W C y Q a *' CY O E 4 G L -a .R i EQ N O d r?u c •? o ? ,? v i aq o a ;t= d U ? hd ? A:f v m 49 V -6 n V) IV :E LL X w 0 E m .5 d ? C ? -L a?yy l} U m ,?; • l3 ? ? a U u „? o N ? U U c L d U ?. C Ln O A 4 ? Ln 0 7 f py ao s E -5 E E E C () . in Cl 14 O W N L 6 In > u L? U f N N: 7 U w . a) iR O c 0 c ° p1 a d ? W. W N _ '6 7 = U = .? F-? aJ Q L 0 41 -C } 0 C L, E- QI . , 0 0 0 tw E Cq 1 CO L. a) CL in. Q. 2 a a- C, 12. u E a s E E E = c°n a E E E Ln v v u a- `i I I .s c .e I M is O Ln N i" Q Ln C C C c w Ul @ CO N•-! N e? oi} o b n G E c o° d CL. v) 0 0 n v 0 In 2f Q v- ie w w a O ? M a M M L] ? ? m c1 ? C ro i2 ?' V c o c zs c V c ca ra o a an R q p p A oW on m m m m m m G 8 U to In C a ?-+ N M d Ln I h. oa Gt Ln k E a v V1 V Item # 15 Attachment number 2 Page 36 of 39 O e LU U C C to O .O O M E a. 0.-0 ,4) 0 E jL Z U) ' 06 O O C 4W tR? ? Co O M `O Vi - LA E c?. f[i C ? c tL ? 4 l7 x .1? :Ll r- L41 010 to C dC1 CL R 1 ? V S U E f? C3 [[ iq? U (0 AG C7 ?? b U D G1 W tl CO (U O 0 w s ? C d 8A © , C ' d! h O i C +? i a C G OG m ua c po c 3 ? 3 v 06 a i ? ? r r 13 N G + G C C G _ ' t ' -•" S7 w G ?•• R9 Q " 0 M C 0 M + C a d (] a j = 'C (dj -C '? a i U U U U U U C t'O.J U U .Z •C d' O lA d 00 O .? ;CT O l(7 d 00 O oc U. aG u ffi .. oo c76 ao N. c oo 7v er ig a in c. ? ? N N n 00 r-I 0) 'i C) aV ?-+ N N R m N d N L1) N W N ?N C? m H m N m m M tr m m ? m h CO c M Item # 15 Attachment number Page 37 of 39 E EL! M Z' /MG! NYW +ENd O M 3 A N N p dw .w \V O 0- 0 CL 4- ^O W W v ? Q r Q Q O n ? [ Q 4 Q Q / ( ? / Y?? y ` • 1 Y J ri r-A ri ?q H H H r-l +-+ H ,4 °ra ? ° c`? °o o n o °o c°a a c°a ,, N fV N N N N N Cl N N N N r U U TM LaJ l.! U CJ V 1..1 QU Q? U W ?-1 u, ..! .-J ....! ...1 J W -.3 W ....1 .,.i ? ? ...1 LEJ W ? U LR! W W ? ? ? LLJ W !Ll q1 a ? h , y M1 •+ D. 13 E E E M Ix :3 0. ?. m d a, E E w tN1 v?ryy rR ro ro ? ro ro. ro 3 ? n tM n n m w v ? -? C 1/1 N ryf/7 ro d M Ln 41 I to ^ ? hA 0 O ?. -0 sy ? a i ? Q -- ? ? oc c? ? oe cu a. a . L1 R R G] O Ch L'r ra 'N s? C N ' C r0 O CL? © O Lr d p CJ .Z . "J i ? W ua 6A } © j 0 y Gl } © j 7 A C tyJ w U a7 m a x a a a a n , u u u u u u 14 CZ U O. u EL u s c ?1 w u u ? u u c w C w c c c c c C yj s U U F C U C U C c G u G u C A ca d N _ ??yy? 16 Lf? ? Q _ l4 lD }' t t L l ? _1 ? s^{ r-I rl rl N ^ N N N M M M c 1 c i• ?f' Ct7 [O o(7 04 _ t+ ?j i-? C 1i ro 4-?1 .W C p A-+ avro?N '? f In ro` ?tf if ,( ? In ?i1 G C C C C C G L s_ 61 C C G C C G - ? C ? Gi L" "R 'O "C} "?7 'C3 'LS ? 'C1 'LS "Cf 'L7 't3 or v cv d .N ro 06 • ?( a 0 a a o2? otS 06 ? m m L r, M c m c ro s ro C m C ro m c ro c ro c m c m C m E 1 E % o s .m s s .c t ?' 'ec .c .c .c .c .c .? s .c .? .e .? .? C ms , ,M M ' '? 41 Ln Ln 1 CL • . ' E E L f E E E L. W L E E E E E 6 6 E ri U W {p CO W W W W W W U. U. W W W W- u W. LL W u. . CO m u1 ?n r? pppp m a s-1 N m 1i 'q LO r- CO o1 0 rq ei m Item # 15 Attachment number 2 Page 38 of 39 Ga F? V O ? Q N a ` 7 d 00 G E/3 Ol 0 Q Q4Q , ? ? ? aa ? O Q o M N N N ri H H rl H H U U U U U U U u u w u?J Q. L 15 ;? LL, L Fw m a? Q 0 41 Cc Q . F, ti a? ?o .0 o C E C m . 4 o ( ? u y lh " _ 0 R V) C C d w W , 'W e p 4 L C i qd C) ,Q ho c ?o a o c I? = o U N c d t1. M+ o o ? a n pp 0 d) o 4? E t.. Z1 C3 V GH ? ..... (04 p1 s. L"! M (v W ,Cl Q} ro CL O CS OC ?.! C L]. Ce C ?A A ko ko to lD 00 to CEO Q: i w Item # 15 z V--I z d 0 H W M 0 z Y z Q d? d LL! U li Q O O .tea M m O o ? m C14 0) N O 0 11-1 CD LO e-L LR n O -1 O 14 r- N ei 00 U i Y 0 E7 m Ln n m ° N N CO U E V L¢ CD ,M„ L Ln n N M aNa I O Y Ln Ln . co Q m m h N N ? a=m O Q o m It 0 Ln 0) N r. V U cu V c n n Go IT Q0 n m N ?e o 0 LO 't m o Q, o W Q a L ` ^ V a ° a d co rn m ° in U _ Q o I l o -q LL n co m 1° O et co N N Q7 Y N ?. O) m co Ln CO N N ? C M OZ D1 cM-1 co co co N G'tT o p0 ie 0 co o LO n ?° d 110 0 -0 O L1 3 `D 0 '1 Ln n Ln O N n V r. CO n o Lo n M rte. O w LD Lf) r -q -i N M L Q- W 00 -4 In n LO N 00 U LL] LL U Q m rn m Ln n ° ° N 0 In oA ? Y L4 cD 0 0 Ln o ° m o u ? c = j Lo LD 0 Ln O O Ln o M U ftil Ln LO T-1 Ln o O Ln o N m as Em O O U*) • cl ? C) O 0 to T T T T (? R r U Y s= O V 3 00 a? E E O N O a? 0 Attachment number 3 Page 1 of 2 COY. COMMISSION RECOR05 MARY0;KE MORSE 10 JAN 13 PM .3.47 SWATH AMEND TO LIST (STATION REPAlXR AMD R8SFMMX81ft$4 _#" (CC-1220-03/TLC) Ry k THY$ FOURTH AMENDXW= is made and entered into this ? day of 2010, and is to that certain Agreement made and entered into on the 2nd day of February, 2004, as amended on January 8, 2009, May 27, 2009, and September 24, 2009, between TLC DIVERSISIED, TNC., whose address is 2719 17th Street East, Palmetto, Florida 34221, hereinafter referred to as "CONTRACTOR", and SEMINOLE CODRTY, a political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter referred to as '"COUNTY". WXTXESB9TRt WHEREAS. CONTRACTOR and COUNTY entered into the above referenced Agreement on February 2, 2004, as ended on Tariuary 8, 2009, May 27, "j-x 2009, and September 24, 2008, foptj station repair and refurbishment services; and wHEREAB, the parties desire to amend the Agreement so as to enable both parties to continue to enjoy the mutual benefits it provides, and WROMS, Section 7 of the Agreement provides that any amendments shall be valid only when expressed in writing and duly signed by the parties, Now, THEREFORE, in consideration of the mutual understandings and agreements contained herein, the parties agree to amend the Agreement as follows: I. Section 2 of the Agreement is amended to read: SECTION 2. 'PERM. This Agreement shall take affect on the date of its execution by the COUNTY and shall run until. July 30, 2010. Expiration of the term of this Agreement shall have no effect upon Lift station Repair and Refurbishment TLC Diversified, Inc. CC-1220-03/TLC Page I of 2 Item # 15 Attachment number 3 Page 2 of 2 Work Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the work authorized by the Work Order. 2. Except as herein modified, all terms and conditions of the Agreement shall remain in full force and effect for the term of the Agreement, as originally set forth in said Agreement. IN WTXMSS9 GAOREOF, the parties hereto have executed this instrument for the 'purpose herein expressed. J TL DIVERSIFIED, INC. BY: JOANNE LAMBERSON, Secretary T11URSTON LAMBERSON, President [CORPORATE SEAL) Date: • /¢?? xc? aid / O ;r., . SEMINOLE CO Y, FLORIDA lry: ROBER'T' L. TE FCN, FCCM Procure t Supervisor { L2/10. Date: As authorized by Section 6.153, Seminole County Administrative For the use and reliance Code of Seminole County only. Approved as to form and legal suf 'cie County t o n ARC/SJS 1/7/10 ve\UaeralupeT. Seatetary CMDurahaelny 203o1AgraMaatalCC-3220-03 6th AM - TLC.doe Lift Station Repair and Refurbishment TLC Diversified, Xnc. CC-1220-03/TLC Page 2 of 2 Item # 15 01 April 2010 Torn Robertson Engineering Specialist I City of Clearwater, Engineering Dept. 100 S. Myrtle Ave., Room 220 Clearwater, FL. 33756 Re: Prglect: Lift Station 41 under Seminole Annual Contract Dear Mr. Robertson. After careful review of the activities involved in the construction of Lift Station 41 for the City of Clearwater, please accept this as an amendment to the contract time to reflect final completion of the project by July 30"i, 2010. Actual scheduled construction time in the field is only 8 weeks. For the above completion date to be met, we must have contract award on or before April 15t", 2010. Please feel free to call and ask, should you have any questions. urs truly, t lnti-SLOn Lamberson President Cc: Bid File Chrono File Job File (TLC:) TL Inc. G`kd-',Ili l 1 1 •_ - i CG Co 'item # 15 4t\\'1?,:1 (`t l"?'r I" i 11"{j,S'd7171 C) ° ?t OfG G_ G_ P-t " ?I C!? r-tl r?NEErv D o ?-rcEENE Ro 5 z ?? M I h ~r A? G G Mme'! Z ?l?/?? o M ?4 N N I/1 V? HERWUS I_+ , I Ew S yf BELCHER RD CHER RD /? / • J? -D FL R RD ? m Z v 3 .S. I o /? V/ 2rr l V L ` V C • H"? "?`(Ilp ? ?] ? U.S. 19 S.R. 55 \ ? - r? ? • ? ~ }r 7 VV Uu AMPiON£ ?n I ???"\, \ G tF+RD-W ? A z ? NNOM ? ?• G ? ? n WULLEN 00R, D gyve ?. OItl0 ? ` _ ? ' o_ zrz m? t? s -61 g ?5 R 590 a ?N C I T Y O Attacl?rr?it„u er Page ??$ v O C. R. 501 BELCHER RD ® CD EA o A?b39 A 9 - r O CD ro C_ ti\, ? ?•o)?, X41 y ® ? Q° Z \ ?• HAVEN2r 3N]d n` w 3SIMdM31N3 HAKN DR ,,? • 1(`?` O o 0 6l 5 (1 \OI .WV 5186 b31N HERDAS V o Oct y v O. r too y ? ~ W CD C 0 z O 10, Pt 8D 00 o by ? ? ? ?1J ,s' 2 D W m Oorz U0 C) DmOn z -jm cram 0 D p Om < zz n o p A ADC, OZ mrpZO m M m D?17 DZ ZQ r mr j cn r O m 2cn 07 --1 ;0 m Om - Dm m n vz)Zn m(? D ? m 0 m A ? m Z m cn m 0 W r mcni Dn DOmn(n p? -0 <m m m z m DO 0 m -0mAmm 0z ; Z cn ? m z D C z m ? A z-n m ;u p D D A m j = O O ?7 m m m z D mm? G n O D - GOcn D K GzD nn m z ?A 0 C zi doom 0 m A ?m0 ;0> m m? zU) 0 D? 2 7u m m W m O 0 r- ;u T O m C m ? m -W w o m > C) T 02 0? z m z O a D rD D -j m O r O r- r ?ZJ m=c? mm ?T p> Dr -r nz C D r m G m r O z z ? m ? m -<zm ? -T ? 2 co G -n m T Z n m z0 m 0 p z 2 m 2 m A m O ? > z OG T m z9: n p zA (j) m ?] O r p D a w < WO --I ? Z c z z A ?Ct) mm m z m zDm y p = mA Z1 yDA ? r? D w m z V) 0 o Z 0 i n ? ? 00 t T po I .Z z y D ? m O 0 z M0 -n cn ;a > > 0 ZX C A D r- C z Z z 0 Om Cl) ;u 0 m z 2? ry0 mm zY) M Z T Ln 7c5 0? Cp D m p cn m z -< z m m O D z 00--in 00 000 A z z ? z G 0 C D * 0D00 z 2z z;u0 OD D T z m- m z z p D j m r m m m 0 m m m D Zu M -n z m 0 _ m -n r O T -4 ? -4 - N N N N N N -4 N Z m C) am m z = D z -n D? -n cl) z T r0 o 2 j C C) O cn cn N w a a n c p m z v) --j G) .ZD7 1 z G z cmn D -< r;-) n?i 71 lp A w nmi Z D D z m m O D O cn O z= C vCi - , ttach ment'&moar N z0 cn AxAm T . zT <m G G) Page 2 -4 00 of18 CD pG Z A p Dy O Z0 0 MO 0;a m -j O< (? 00 n 0 rG p D 5: (D _ i cn O m n c m r- 00 n m z X C X D DO zi z =?rp W z <G ?n ZJ m G7 c z Z D m? c m m ? p ? iD 0 D rZm= m m CD r- ;U O D O O T O ?O? mT Om DZ Zi m r -n D A W D T ? Z7 o iv) u G D m o D O "' n z m r 0m m n c G S 0 z m 0 0?;u 7u Z7 cn zi N p D O r ? m D D Un c p C j U) c oczz ocnG)D Ncn< C: 0 ? .Zu O m pT D m m? N O z m D m m m z z m n O O O z m m m w w Gi w N N N N N N N N N N w N p p W v 95 p A w t) p 8 ' O G O D 0? 2 m 2 Unz Zr c5m mm D? ? m z?u 0 0-0 Dn -1D Om Dm --i -1 03 <A ?m Dn On 00m =„ m?O mO rA Dm zX TA mm rD Ocn Ocn ?4 m AZ 0= X= O M 0 O D -0 D O Z D X m ?E C m m r r AG) ?m cn7u c O mT j D O ?z pz Oz Gm > z z cn D= Am X ?G D? Zm Z7 OCG mm 00T mm 2 z O- x r D p (? D p W OG) =0 r? rC ?< mm ?m yP O D j z m r0 < mcn ?m pc) z? cn z D Ac cn mz v0 cn r- jz o ?m = D D 00 ZO 7p.1 m z m n m j D G z 0 Ao ? m z m? m GZi m zz m m m zO o mD z z O A r ? °y z D z X D n p 0 = m 1 C -_ ^ DrC(Dj r 0 r?n(1 X0707 v)ApO ? ? z Z Z)oOM C ao 0r ?m?m x< ?mmD m0am30 Z -i m D C -< m O m 1 A p c.Z7 O >M --1 z m m ? z LI) D G Z, z p?ccn O m D G F= -n =n Dm cu >< T?mcn m ?Q D ZJ 1 D - X O m ?j m ;a = D - m0 m ct) r T ?m=X G z X m c S j A C m D m z O D D T. c1z! z m D O 0 ;u -j Z O 000 Z7? T x ?m -j m c: D m D ?m Or Ucn 00 0 ?o O G m m m m -n ?0 om ?m mm m 0 cn r Z m cn D OD Gm p -0 M 0X DZ C p OT D? GQ Z ? G) cn T G = 0 m D W 0 w m -n r A m C cn 0 m? m? O m 2 z mm cn A D =m r > A m co o cn m cn O m O U m mm 6G) O m X x z m p cn D 0 m D m D z K D D z r- r- ZO- OD 0z0 M r- r- C p m m m m C m C D- mX pZ7 0 ? ?m OD mpm ZC -< (n zm pmD D000 Ocn T- cn00 cramp TG Dm ?m? U5D m;u ram DOD ?Z 0m m ?-? Z m O C (n A 2C: M ? X G) 1 ?r- G) m?D D r m Z - Dp -1 mp-1 mm> 0-n S cCf) cn0 (n pZ 7J G 00 Z7 O W 0 p(1 cn OR: > G) pG X mm-0 mm n n -n m CD m 0X -1 0Ap Un cnc G GUS m m n z G A G D pO G = m c z T Z D D cu > C < r A C/) ) D W ? ?ZJ m Amx Cl) D m o r0 co 00cf)) o mxm Ct) O 0 m m= m =mG D 0 D ? m m ?? TO rmccn W rn A AO ccn TAD cry z y m = °m° cn O m m X D p p = O G co m m rj) > m b O Z = m C X D - 2 D ;Gm r A rrrr MO O C- 0 m w c MO 2 7 Z O > O C *z 0m?z 47, 70 0 N? A?- mm D=my 00 > ?cn ?rmG COC)C O G = D D m x= Ct) Cf. r ? z zx mz?? DDS z C 0 C p r p m r >m Oo?A zzrar Z> mp EGG l1 cn fZT cOj7Z Xzmp myz O 2 m D m r C CmDr mZU c mpcncn A -Ga pzmm GTR Z.Z ;0--j C 1 0D?z zmz m n?m7) G)rrr n GmmV7 ,Ov O AZ7D= m0- y 1< G w D m () -nMZ ?C cn m0?G Z)T a) *,mz cnD m =m0W °s i ? X D 02 z z?OZ D? =0G0 Z2 x cn*mX o` O T;0- m c o T m A 0 C m c)?0, m? m ???0 Arr = m O 7'0 C 0 G m Z1 u D D Z { i m -i X r ) O n O z O m D 0 m z ? r C r m m n D U) m m ® ? ? c? 9 0 O O 0 0 o ® r© © O o C T E E M M ? w w O n r n o m i2 O D O mP gtachm e 3E fn1 ber 5 m p F 0o z z y D y D m x m m m m Z D Z D O * 0 O 0 1 D zz n x z n T C? F „ T W z t n < z r -r- m 17 if o < r if o E D ? y O O ?1 ?1 Z7 m O O O * O ? r x C1 Ox 03 ? Ml r m F) F) ? D O D > m G < > m z m E z m W o if z 0 m * u m ;J m T O O x u m ? ? ? m z O x u x O m m 17 m 7 x O x O r m z O C m O m r Or m m m z O m r m r D m m m ? m m to III I? I? ??? Ilo to ° I I ? I I I ? I ° IQ I? lily to I N. to z O z D 1-0 U < m m m x m m D m 10 z = p O z m m D m m D r io I? L7 D z m r m 0 x x x 0 0 0 T T T T T T T T m m m m m 0 0 0 0 0 0 0 0 0 0 0 W W W D m M p * < m tDi? r o M O z M x m O Z7 r r D 0 0 O r D O r cn D D M M m n m Z ? G C7 D 2 0 z z O O O r D O O O O A r a D° CC y p p p m D D D D 111 C O w 'M M D = A = m m r * m z z z z = m m n < m m m D m n A W m z O m 0 > < z r O D D D D-< o 0 7)'M? r z c 7? m 0 o m D m 2Oz-< r- D m 7M m O - D m m n m m O? m c) r O O m T D D m D m < - - I M O Z M O A z m D C1 O ? o m? z z z r o m O< m D m m C C) z z z o O -1 m m m m D Z > ? D m c3 mm 10? o m m z D (n 03m A O m m m x C7 O Zl m x D D m m T m O O m Z o C) O m m O z ;u m D r m z 5 m m m W z z r Cl) m Oz tN m z z D m c U O m 0 O A z OJ z z m A A r n m r m m z m N N 0 o xt < < C ? ? ? ? cn ? ? cn ? cn cn ? cn ? ? ? ? m m m O Z Z ? ? r m O Q j O O O <? ? -iw w 55o D o o < r T O x m X -u m m m C? cn W it M z m W 0 ri) m m ? m ?? D < < c ? ? ? ? cn ? ? cn m cn cn ? cn ? ? ? ? m m m z Fn 0 n D r m 00 D m wT ? p ? m O m z O O ? D 2 z OC x M M O O 'T O ? ? z mm z 0 0 o O D m ll? ? m C) o o o m z m ,i ,i j m T W x M z C7 D T T m D m z r D D x O O < m m x m x O M A G7 W 0 D m D m D m r C) U) Co cn O m z OT j ;J 10 D m 0 Ti O r o m m p, n C) O M O z W M? '>?? m- m m ,r. - D- z m u O m m z m D 0 a `m r D C ;a m r O G O O G M i A 11 Co W `2 000 D rA ? c 1 r y f!d m WCo NAM 1 am ci 14 V °`- O Z 0 i o Q U3 o 0 mn A n I I m a / 0 Q m / F---- -' -w I--? / ?IpM OU00 >. n_ o c Attachment numW 5 I 1 ? ? ? I Page 4 of 18 ° o I I wa° ?? ? m? I m? e ?? I Ez I 0 a R a 3 I I \ ,,-% i i \ I I o 0 ?' I ? 1? I 1 1 I eb I ? 1 1r 1 ? ? I 1 11 1 ? / 1 I Iv a 1 1 1 1111 ? ? ? I? I 1 1 _,-- 1 I I U _' ? , I 1 11 1 ? 1 1 -? 1110 _?1 1 1 I ?° o 1 I PI ; ? ? ? r. 11 11 1 J 1 ? I ° I -A o G Mm m mo OO4 I , 1 1 I < a 7? O m r. 11 0 MK Q i - n 1 1 c? 1 1 I m °`? Q 0 1 1 I ? 1 1 1 ? 1 1 I ? A 1 1 I 1 1 I I I I I . F . ? W u JLI 7 ? f ?__. c? i All r D z m 0 W? m A? G 0 < m? o? G < o3 f U m m° m O ° o? ° 0 1 co m n G z m ?o O? o J? m° o m d < ? O° m0 m A< m° z O m 0 -----? -------------------- ?I -I3And-, / D X> 1 n m / z= x »- ?y Q O / z z 1 m x U Z 1 \ Z o \ z 3 I 1 1 ? I D C Z] I I 1 m I 1 1 r 1 1 O O I I ? P T? 1 1 1 V 1 1 m I I 1 1 1 ?1 I ?ol 1 ?1 1 1 1 1 1 1 1 I ? 1 1 ? 1 1 0 1 1 1 A 3ANG 0-j- II - -- -1 F- m m 0 X D § Z N O 11m C?] m ? O m m n O A m m Q < p n m I ? j Q m o I I ? ? x ado Attad?ne number 5 Page ? of?18 LL- - I I AA?l n 1 0 - z 0 o O r m ? D z ' a ? e I 1 I- - I I I 1 I I I V J ? o -- -- ? pM OU00 I I I ? II ? I I J \ I O ? A D z 0] I o?'o I C.? =m O m r m G) p o D Q cn cn I s _. I I I m m -l r II °?"? II \ I ?? I D I a • D II ??4 II I _ J D _ - - - J - ? o4a I 0 T T T > 70 Q D n 0 1 71 m m < z m G) 0 (n Z ? C) < a = Z D Dm ?m m D : W 3G)X co M Z O , D rE a T ° A N O O ;U O w w D D = w m Mm O M , m x z ? m D O A c c o X A V O 0 x O D Wo M 2! 03 M U) O? m, N D W aCD m O M PO -U Co :;E fj) _0 fA W mm r ?p M rJ z cn n r C Z '.. 0 0 !' P Z lit m 0 g (A z z zm Tn < O?? ?m N Z _ A U A m Cm < u M AC m A r Mz wF G)x m m? z N a , n x D D = m D 1 C-) r O A 8 M O m 0 O O n a D M co ;o 0 X A A z C 0 0 ? D 2) < D A M M m > T°m° OmDm <. , Dm C o Zm 32 O D O Z OC DC p° e _0 z m G)> D Z D m z C D OO WO O n o G) zC wo 0 Nm Ox ' p? O Zw00 o A x v rn 0 C p D -0 M U2 M C>i <W c W O O n p c p D O m y O c m D z r 0> D D A/gtach ent number 5 Z Om= >m ° AACD,9c7f18 D c OA m O m A -a_ O A O cn 0 if T M A Aw OA ? 0 _ ? N > A Wn P O X o 0a, - . O Z - G DT ?Dp, M ?F 6 ? z m < z- mn? G 1 ?A D Z12 b? O ? M - D ? d D rs-F? ° c O ' A O A j O O 000 a: 00 m-0 0 O r M DNZ OpSnom? -0 w? Z ;U D nzC Tm m0 D O r v ? G O m n C?Ax O M O O o O c, c v rp D c C z < O Tm D O 0 0 0 iz O Z Amy M :2 cn m ZC >I M v ,() M o z { m? C D m(D M M ?a 14 d 2 ? Q 4 a Z (r??r Q O c x D ? W x nG? ? ?m r cw s m o? :;E > m? o mzT a? 0 c D m > m z (in D D m v 0 r < < c m r p < O A U) D m m m O Z D O T Z Z 10 10 1 V-13" -0 M nP (7P (P7 nP v MIN w ,a?i m Z m J N Cn O C ? ? ?c m cn = n ?Z on mi ?m D N W J ? X D 0) O Z O Z 1 xt m Cn ' ? A O a z o n O 0 A nm i m m s D 90 Q° W W C °o L ?v f _ R.: j r N D X m D D Do Z Dz M m ZZ A O Z A Mm mW cm ? A D O M Z 2 00 r m I D << N r m v r < O n c m nm A, m m n r m M n m z m9 WZ M 7 O A_ O O D \\\ O > r _0 O z m c c z cn ? Il °o e r <D y :y z m o f z m D oM M i D Z Z Mm c A O D n Z m o my n ° O a A z of ? Lij m z = o pNm G O O D 0 A ? m v? Z m D Om n p 7 m mm z O O W D Cf) Cf) T zz V) D Cf) Cf) m W r w h Z 1 0Om O D *t 2 A ooX m A A m ?? mm m y s A? Z D CUmiy 1m O w C) ?w !n tiz cm0 A<Z mm uim O m D O O? om A 10 z O m m 4 = D T D fan m c, mN < ? D z O rn Oi O> o y ?m T n m D m o N m 0 L X D 0 m n 0 C = / O N Z m m z O W z N O 2 D N / >f xm D F? 0 m O m m O 2 X D D ? () Z ?! - p 0 Z? ? O >O m m O <o O A m m D O < X p Z_ m w < m o m J m m o@ A -,ma. , 00 ? 36" MIN. COVER m O D n z A N m Q ? z m N Q w O D?a N W N C D ? m C C D m Z z- mm::: A 0 W Z o m r mm LlC1 D r0 2I 1 0 Om m 20z O0?mm 012 10 D W MO Z D m D P pD GOD Z ? -- () AG)C r1 D 7?Cm2 r O m m 2 c o 1 O D m '-' m m O O O Z Z O O O_ C O O W m m m L7 A m m m A Z O<= O m m D A M D m m m Z m m C D m NN Z- Z Om PA c?? vl?? O m DSO O O cnm(J) 0 O DmZnDO m00my 1m m C UI?Z mmDC <Om m??m?n?o ?mDVA N oy D O M A 0 ? C1 < 0 0 1 D O m W O Z G 0 Z m< m? g z m D m m m T m n N c 7 j O m=S w m O A o 3 m - 3 D< m S 0 0 x Z m D M 1 mzm m O D r 0' O 0 A O m z 01 1 m W z m= A A 0= Zml 0 1 m?aZ' m2 0 .T m m O 0 A 1 (Dn Z z D O Z m 0 T Om < < A D . m O O Ws ?D m m D D T z r m 0 . D m m m < N N m O a D m D O Z r m Z N ? m m O m om m O < m y' D D ;a> > A D m D O?! 0 A . m yz0 ? r X ti, X A 5 N z mm I 1 n m pp N O 002 c - 0 Nn vi m mm AxAm T.2 m mzm `G 0 p =0 D 1D -A - y r D O A Z z - X ~ D l o x <m? m m m m m D o?` I D mzon Z p O A A O m o m m / mmz ' A M m G) M M ri? M y A Z ?? m m O Z 3 m , D A m ,0 ZA O A= c C p Z m 0 1 m = O ' m N D w D mmc g vi ? m c A?chm nt m z?W w Page8of18 _ R n°° mjm O < 1 A D X Atom m >> w w m 0 Z m O? Q Z z .1m OiI n IXN = A I O A m Im 0 m A < O C 0 m O 0 C Z D 0 O r O O Z \ O z I m D Z O D O m 2 1 ' oN ?} o: m? D m z m Ulf- '.'ORARY DIKE IF W Z r m W z p Dm u?c n, uim?i ? 0r amc ?m p,?m,? O N O A C< p m m 0 A Sr m m Z N A N T C MY, mD OS.O fnOr ? D ? Z ? D A Z A O C > O D ? D p m D m m o z m O O>1 r m? Dz N m Z . 2 A pv z0 < c ? G1 ? 20 D A A O m C) O w O om C) D o? m N v O w D A m _ T T m Am 0 mA m O A m om n. A_ c A v ro 0 z m O _ m m m .0 A A 0 > 0 D A m D n A W O N m C) w I O 1 41 rz ?'mo mpr Om0 77 Xi' `m OTC Z m L m ? m c? O >m fil O A A ? C m Om2 O ? x? D G N ? ? m T I O W ?zm= m1 D TO ?? / m Z X> p o° I - C) C) Fn 0 D I 0 ° D 1 I ? m m D m v z N ? O c m < m r Z 2 O r - M 0 O M M D 7" OR 9" L mm o? A Z M ° 0 M O zz O z r v C ? C Z ? v O :;E M 0 El El x M < '7 El El El ? c) m A W ??? ? T T N A O ? rrt ? y ? h U) M El El c m C) r ? m -1 El El c O Z m -i F- 1-3/4" o " O z OR 2 M ? ?a mzo 0 A ? 0 ?o m 11/16" fn A W O<?D 00 m0°:7;U mo_r z?(nODOZO .m Z:;E wOm A?Cn (nC i D O zi m 0 D Z-) O A =z?0 -i m?ZZZ?m M n -A Z p 0 0 0? 0 p0m zmz °t>.OZ=jJo 0 B O 0 A D S w Ao A A Z O? 2A mxm?t00Dmo m m D D m. O S C 0 y? ;O OD nm?77p 0 D= n ° m z m o Z co m C O y r 0DD ?DCn00 (nr mmzD-0 Z O 0 m 0 7o O m m < 2 X77 (mn zOZDD m Z O W Z c z{ 0? r m 0 m? Mz<r;U -0 ? x (? D r m p c _ = m m D 'M m M Wzz mm MM n> o z< m Zn -z< Z{ Z Zn ?DD C ? D Z cn? D°OO°zz > F5 < Z O O O Z 2 xz '0 cn zr"co- 2Z OCX')mp2IS) = ?0 nm (nD zz ?] C O C 0< m OC Z se - 0 O'ommzoG? O C O D (Z o O z z m m? cDn01zx OO?G)m 75 M 0 1CD Z 1 m O D :0 ? mZx?? d m 0 D 0] 0-0 .-Mio 0 x '0 Or D ?m?mF Z z0 Ox mm m o O C6- O (!?O mifOm zD om ;U M O z m z O P O m[o O m o ? m? m m ?z O W D Z ? ? D 0, mmz0 XM,m 75 :z M O = 0 m 1 O N r 71 W o mG) ? zmr'rm2 0 80 'm a?m Xz DOm7 M D W ( m nD0 70 O?C vC- OAOOA v?0(n (T1 Z O D-2 oAZO? m Nrzm O O D ), S O 0 m v a Z m o? - xo xMm'Op y r O N Z izm x z oti m z c? a?? m 0-0 0 0 Z m 0 o O y D n w 0m oo-a(nZ m0 momzOm0 m 0 ??7J Mzm?? D??? 0 D? O m r c D x m n m T,O E2 p 0 pppm0 pzo z <oZ(/? zM Oz O D A ;0 M- Z M D D O D m m 0 Cm z m0 1 m MC, O N T O om? 3 -M Z = Z zz D S ? O D m=AZF NoOo ,a mM -0 n?z x v 0 M m m o r m D ?m3(n :t MI) :>z M cn G) n, m? D D zi A-U z> :* pD;J O W Z Z m (/1 Z A m (n M O p m Z a Z A O 0 0 m 0 Z ?mr Om m < 0z 0 ?-?Dm cz2-4 ? 3 z A 7-11 x O G) T m m ?mT ?o< C X O C N Jo ? ? Z O O -n W M Z] 0 r D U) D Z wW A Z S` D M M O C_ A O K W 00 ? A 0 D oD MM o;0 Z ? Z D J ? )> D ? Z i0 O I'D ? STEEL D SHELL z D r? w O r" D ° co rn 7n ? O r X O In U) r z n M D O v 7J [° c o r r a ° m 0 x W o z ci co { 0 g ? O :t 7t O G A - A - a r p W m { Z I C) z 1 M M O m m 0 O ? A O] Z O 0 1 cn W m m p < m ; F Z 0 ! m n 0 0 N z w Z Oz C7 At1 nt numbers ° m o - PENJ9 f 18 ° ° I :z m T a o m D n zz ?p ?< Dm o °o z ° v h ? W o [n , -0 0 x T D Z ° o °O G ° Cm D D C)y{ OC -°j D{ -m Ohm mm 0''O AAO '>M- mm0 00 u?m C) AzDO7J oz D Go M< c P ? A < A < pm W << M D° m m Z m W W c MM m m D ?? A U) { n U) 0M C) Zx Z D D m N -n < ? m w n D z ° m ? O z ? U) V) N M O D m n D ?r zD or O Z ? O Rl 0 0 D r 0 M M ? M 0 S O z D r co V 0-0 X fn zO Om O D C 2 We O? D ? m mm ?< D r M m M z m 0 / O r D 0 M M O M O D c (n 0 m D 0 M ell, maw I ? m Nm s, m 0p? O D O 'L Z C r N ?mN T D N z D 0 m Z 2 m MA O > m D * Z 0 2 0 D 1 A r 5 000 Z O rn c m c Z A O °A ? D Fn < Fn m m ul M ?m m'm N C p F A m m= 0 D A !n 0 0 m r mm pm Z m Zm mN ZD m D (A-i D 0 v ? Dz0 ? C A 9?N o N N D A N m c ? O ? cz2 ? 0 A rm D Z ? m 0 O 0 D 71 ? Z C m? rD r? ?m n. A A ? m pm A C M A p 0 c O D A J mmm 0 A D ? N Z ? C O m N A AO ? m Ocm1 m > Om A zc Z W mp I N m A A N m mm D D C W D r Z, m m m m C W D A O 0 m Z Z n 2 n o IT C-) ni U W? U) o MmW > co zi D m Z (n = z ) O O 0 Z m o { if mo Z A I N IM C T r- > C) IT Gz z Ncf)m ;Ij c TCT N co Z-n TG N N G r n G Z C n G Z O A m D 0 D O wpm z mm? ? O z ? r 1 0 m cn a w n? Mw p m N D Ul D W DA Z AQm D 0 A D v D N 0 m O m A D to 0 0, ?N >0 m 1 K D O m ? A m C/) () m Z 0 D = m Z 2 D D T O A D 0 w a m m 0 D O m m Z r = A m ?r 0 m m N f ll = 0 m r D N I y C J r itt* v h?,.& r n?m o m OER 5 m - Page TO o 1$ ° z ` N 1 O O OD j 2 A D c/l N Z Z O m A O Z - m D r w O ? m z ? N a, z vl z p *1 2 2 fi n , m z ? s ul = D O x c 2 rm czi C 0 m m _ m X O D m F 1 C O Z m m m D = T m p Z- z N A ? 2 O Z m N _ W O C O n y r Z 4 _ m p z p Z D < OJ D m D m 2 D F z m A r D D o < A w u n m O _ O X n z A m A c m m D < A c0 O O p ; n m O c = A O D 0 0 o r D mr m S D r z z p O m D p 0 O c A A y > 7 n w m I N m r m m O 1 O Z D 0 ' N 0 I 0 D.Zm1 m? Z? 0 w zo m m m T ' X GA 0 o ? c n? ?oZS - D X - X22 ? p ? O c z N m? ? _ ?, y m m A n O 2 A Z z? o 2 m 0 = n m?? n m AA I ? 2? N n O G m A r z z ? =- ?_ m n m m o ? W omm O Z 0 0 z O A ? m .'0 T 0)m :E mm -) - mm? D M m m ? m > M o - 0 )- > m D SnmO ?cn mD m 0) ND z 0? cnm ? O m? r n (n A D D D m 1 y n O m - v'?D{ z O mA 0 00 M c ,oD C: ? G m( m nop ? < D rm M ?mC) Dmmo cnmo Dm D D mm n 1 mm = z=? zm? O O a CO -1 1 11 0- '? o < 0 M IM < - G O m mmm D C7 D Z7 Z 706)m O m D Qo m II N ` D mD0 O -II ? c 1 ? rt zo o nA? OcA?n? z oA?z A J=m D OO = ZOO N I ? Z C m ? N I D Z N C N N A N N n o N I C U U A N N O A O N O r o z z? ? z D oN o x amo = z z z 0 o n 0 D= D m C7 Z C ? m Z ? - N m N N O r D z O Z C O ? Z O `< N \ O 0 N O m n Zm Dz z? o? ?N 00 z ? i z m c> m m ? m > z 0 D < m N o z 0 c> 00 0 b ?p 4 m m? o? c 00 Z? Z Z O z N D C N N I n m N ? N zJ O? I m0 ? Z - Z I D = N O O N Z 0 Z C Z N O 1 m N Z D D D m n O < { 'n O D O m O n O Z 1 O n Z n D 0 O Z D L Dm m ?, A o? m z ?? o r ci N z== o 0 O v z OZCO Z N zJ Z D O ?p r n ? r N { N ? C>? ?O D mi > N n D ? n n ti N { X , 0 O ? CJNn = m _C I Z N OC O G ? U C ? m O n Lo Lm C-)Z o, C) C- - Lo ?u L?Lf) O Imo, ITI zm o m r D m oZ o z m ? o m zoo - ?, m o D Z Z mD Z O O O O Z D Z -? D O N O O O O Z { O Z O Z I Z UI r ? Z Z D p] J n O r C ? Z N w m Z O 0 Z O Z 0 0 0 n z 0 D 0 bl 4 - Z Z = O C C7 Z o? ?z ?m Z Z O O m ? N D ? O n N N O o D D ? N n ? 0 0 C 0 ? o z cl? D A T' D O m D o N m z D O N z I O 0 p\ o z N o N O O D Z N Z Z N GJ U Z O O r CJ ? m N N O ? Z Z n D N O O O Z O Z N >M 0 _ --i m ?m z C o C, n Z I 0 D N i L?Ln r-, O ITI ? zm Q ? r? o m N r Z D O D ?z o z z z ? N OI z n C m ? x CJ D N C O O Z Z N n m Z N 0O I Attatfiment number>5 Pa-11 of 18 ° D N 0 m n c z x0 cm m? mo i? 0 c T Z c z O z O m m O n ?] Z O D O D Z O D r D r N N 0 < < n O n n Z m 00 I O n z O O O Q Z O Z Z Z O m Z N v N O O O Z O O Z Z O O Z > D O D n r N G ? o FT? c_ /? CJ o A - N_ m Z 0 - o U c A? D LO o zc °A m --s. -----a----- II II II 3ANG OQOM-1-Adn /-1 I II II I II II II II _ - - - - - - - - - - - - - - - - - - - - I I / I I I I p ?? I I N I I i? I I ?? ?? Q I I o? ? Q ° Attachmept number 5 Page 12 of 18 0 9i ? I I ? ?? ° I I / D I I I I ?a II ? ? II ° o o I I .o o %pm Ouo° ° I I ?? I I N I I A ? m rt ? ? Cl- m w / r O r-t a r o Q I 1 ro I ? o _. I I 1 ? I i r. m I 1 ? ? ° ? I D W, G I I II_ I I D I? ?' ?k I° ? I I ? I ? ? II a I N 01, I - - - -o- - ?.o - 1 I I 1 1 Q I I I I 0 ? 0 8 a I 1 , I I I m mom Inc- m m m m MoD oti ?, - c T T 1 1 ?m Al?sm??m D? ? ?o 0o zzA o n?o m W N ? D Z ? D r C) O ? - - A ? O n N _ - N? D- 0 o Z J J m o n Z O GJ m Z o - ? Tt (7 o O O 1 S Coo ? V -_ ? ? Z 0 r o Z ? ?? Z O C V m 7k O ? of U ? Z N o CJ o N O D ? O O N C z D o N z ? Zl o Q CD f^ X o ? G S z T o_ o o z o 0 m N N z m o o o ? z? o z o in r o of N 0 ? o z < D o o o ? c , m? Q o "' - o ? o o ? o o o 0 D z 0 D z 0 z ? o z N o0 o z 0 ti D N I Z O ? Z O N C C ?m ?D ? DD D N N ti ? z? o mo z 0 z o 2 Do F2 o ° ° T z ° z z i? ? z oim o N ?o N 0 N o N J0o ' N ? o n o N o N N ? m o W zio ? v ?F r r o o0 o r r r o o = ?? u N D D Fl I v zo A z o o r o zr zo o + + Z1 + ? - N ? ? n n n "_ o o = z o v'= ?o ° o z ? z o o 0 O o n D ?m D ?m o "' zn oc n c - z _`? c ? n n o m m o o o 0 o z ?' r z z + ? m? z ? m+ c o z + o ? I o o z o . n D co o A ? z z z z z z ? z z? ? o o ? o? o ' o a o iv o ? m m O u i N c z? u i N c z D o, z c z o o o >J O ? ? c? z o o o z z z o D z z o - o co o r _ ? - ? o n o o o z 0 c n 0 ? ? + ' z o c' ? z c? r 0 ? o ? D z n z ? A ci ? o 1 o 0 o n o - ? - m z A iv 0 3 D [4 z A ti 0 3 D Ul ? a iv o = Z zJ O o O oo O Z o o Z D o C Z ? O o D o D Z o O [/? ? Z -? D o ? ? r n r o c c> o o? = r co c> o = o 1 O o c ? o m z o D r c z n D z O m N z ° ? 7 ? z ? ? o N N o C o o ?° { ? Z o o z O z z o ?] D o 0 o z 0 0 O 0 ? D n o z o c - " o D N o O r-? z ? o ? 0 0 m 0 ? 0 o D o z o o 0 o z o ? 0 z D z c ? ? o T, ? o n o o w c? z 0 n D w oZ m o Z 0o m <m ? ?o D D oz r 0 o_ Z oz O zo ? mD m '? o N m 0 0 . . z N? N { Z J L ------ -------- - IM IM <0 z> 0? D r 0 m ?J IM a) Dm0 z D C)) ?0m z 0 In D 0 ODD 0 O 00 N o N 7 / 30" MIN 0 0 w N ? 0 0 O N 'i Attachment nLjn Page 13 of 13" N o ' ?- _ + - -- ---------- u --------------------- ?D 3'-0" MIN n O -III ? - i u - ? w N 0 0 6'-0" 6'- 0 5 O D \m A 0 0 0 7n ; D m C o °? I o o?D N v A ?- z Z ? Z D ?C) ate= - D z,? m Z z0 = i m? ? m z x tachP EMt"Llr bei 5 O ge 1 A?;f 18 moo , moo ? a , o? Ji iU b 4 \? JA m m m z m n D? m ? Z D x - Z m Z1 Z1 O V - ,V m? fn O O r ? r _ T? m -- Z m ,0 Z Z UJ f/l m m n Z Z ? a] O A Z m N fn r D - n U [n J 3C m _. - ? T 1 D m O W N S m O _ frTl CO r o < S Z Z Z Z r - A O J G) D r O C Z] T - O D r O m O T m l D m O r O Z D T m Z r t O m Z :` O N c Z m a Z r m D O O O m Tl O O S Q m m o l S - SO D Z" te' D _ - ' fn D D a] s Z !'? O D s { O 0 m ,V O O m Dn Vl m n r -, z0 Do { ?? ? - ? o n m c - c n D - z , O m O D O m A D OJ ? O C ? O m O r O D rO m O T. O C D- U - ? - ? ? r m ? S Z - D Di ? m Z - r m ? _ m z r O? _ ? Z - m Z O m ? O ? n S C ? I O , i. O o O D ? Z D ? ? N W Z ? O (P m G N Z fn D Z D Z m Z In O C ' O 0 n t S O ,V O c n ? I S - - n V1 - 1 S J ? n S O Z T Z Q 0 Z O 10 1 T ?<< _ S m Z D= r w 0 - O ? n l m m < n 0 m ? G ? O ID Z O S m m ? ?/1 Om <_ n O m ^ - (: - _ U < m< D < D T O S O Z O D I m I m m O - Z?? c A.ZI m - DCn r ? _ S T ? j fr*l O O ?- Dm - Z m ?JZ A m c m O U DU S nZ n- - zJ O S O D O D - z 0 Z- a? S O D ? S? r zi m Z ? ?, m ?? D ? ? O C ? O ?? ? ? D I m ? m y m y m m m C Z O C O 0 O O Z N N CJ CJ C C + + x a S S Z Z O O C C m m C C Z m D D + Z N m ? O S Z ? O Z c n ? O 0 z O O 0 O S D O D O S m C m O O D Vl r m r r S o m C Z o Z ` m C+ Z D m - Z OJ C ? r? D O m m Z m ? X - <? V1 N ? m o - I D m z O O C < m z ? c m O ? O m O_ D ? ? Z Cl l? S Z m Z_ Z ? N Z 0 m m C O m Z m Z O ? C ? Z CJ ? m O D 0 ? A o ?_ m X < N O m Z D ? C7 z D m ? o O 0 O O O m C D z z r 0 Z O m D O Z Vl In C m O m ? C m O O O Ul O O m Z Z D Z m (j D D m O A m O O ooooomoo A N w o ? o Op y m D N s o A D ? z ? D S < O n X z n O c z c O O o c 0 0 o c z o 0 0 o z O + o z z o O - c ? i o c 0 z ? O z 0 0 0 4 z z z N ? z D z O z z- 0 _ m z n n 0 n 0 ? m z o 0 0 _ ° z z w w A z 0 m O c m z? z o z 0 D o z o D m z o _ o D z o o z I O O S m O m z w c N O o z z z < O D N N O O D m m O O C ? m A N D ? O Z C7 C7 A O C z 0 z D z O D D z D ? Sm? T O Z A X m O o r - o m o O D - D ? o D - w N N r m m O = m N < N < D m O X O X D D D c X r - < O + N 0 O z z c c m m z z O O w m Z D m m 00 m Z C m ?. n T W m G c O m O r O r .. .. C z D cr) n 2 m D 0 N D O no so Dz m? ?N 1 D C C Z ? N 0 A A D D D O c c ?? D- N N ?r 0, or n 1F z? nF O + ow???nAUro;ocom?o??nAUro, z Dmmmmcammm ADDzzz - r-iDDC?r? TTT N N INS = hI Is 1OI 1O 1Ohz I +Orzi_ r-i r-i D D r ? <D <D 0 0 0 O O O N D O DFS T00001 ?O n o n >0? 0_ O m? z O 0 c ?' - O 000 0 N z 000 000 Att chment nu4er 5 ? Page 16 of 18 O OI z a a o,ivu Aug w?oo,?iv?u A ?O ? o l I I? D D A Y Y Y ? n T O O O z O Z " o D s ? D CJ L7 Z O S O O D D N oN? OD >P' O - m or m v Z n m D n D Z O O Dz m J m z D m ? m ZN Z NN n Z C O ZZ Z D O O Z ? ? Z D Dm Z r n D N n ON - Z< I D O Z ?t T m A ZtnZ ? -? CSC o- n n >V CJC Z ? C? O C C D D m O 0 S z o 0 0, Z n 0 Z Z r 00 z ? m 0 c z zD ?D D ? oz ? ms z o a mD z o zn D z? TI ? no m m w0 z 0 o o m Z n Z O o m o D m ? m r Z > ZZ C Z n> D m m D N f'l m D m N o ? C m r r m o ? ? O r O D m m D Z Z - o O O Z N _ n O m N D O N A m m D D O 0 S O- Z Z 0 O O 10 Z 0 m n D O n n m z O C D m O o z z c o CJ w- D A A D iv C) o ? 1 11 ? Dc ° I I D Ci Q Q N L n - o o 0 - z 0 ? D ca iv n z z z r-1 0 A - n z z I I N N r - ° D c? J s T, < z D D =C =C n° C D° C m m n n i„ n, - n n ? N cn z z c 0 0 z o O 0 Attachment number 5 Page 17 of 18 I LJ D oz? C? oz? D D 0 o _ D ?I N z 0 D c m o ° o o N C?w Q o > v m 0 z v z 0 ?I D 0 ow c w ',...... cn = Q 0 T z w s z Nz? N A - z ? I = v =c ? z D D -= rc? rz? wmD 0 - z 0 m o r, m - 000 oz? _ i ?I 0 zz T z o z z z z 0 z C)?0 Duo D ° ?0 T° cP TN TN w T- TN cn T T N z? C? .I Nr D> ? oo? 0 0 czN Q N c D? z S-, o z= o ? Tz o= o z- z 0 o - ? m N ?' o ? o o ? m O m ? z Z O ? Z O ? D ? Z D Cn Dm7 z D °o zrc o ° o D ° ?7-? ° o o ° a] r - M o° fS I D GJ ? ? z o mmmD ?? m oz? S o m m D n c ? D z ° m z m z° m S < z c,T,?n o°c " n D 0 o T r.? D ? Z O cXn - m O ? S D Z o ? n r ?i L) 2 T' m ------- ------ ---- ------------ _ m D_ I = z, r ? - o 0 A ? o = o z D ? ? z ? o '? oZ m ?= I m " Z p°o - ? 1 O o m Pl I ? ? i OI ?wm D =1 ? oo Z ?+ D O l ?Z= O z A S D o m O D CoD - - - _ - " m oD ? I.. Z S D Sr O ?Zm (n Z ?] ? ? mmC m O ? - Z X mD ? D D ?? m D omz fTl Z '?' Z Z Tm z m r ?z D (n z D m S zz D D om Z Z n o p m D D M Zz z m D D ?< D = _ n c O zJ ? o N N 0 z] ? ? Z D c m O m O z] D ? o = r m ? O Z zJ ? Z ? O ?] Z D Z Z D D O D c z D z - F? c? o m ? ? ? z m S D z D ° Attachment number 5 Page 18 of 18 ?A ?o ?c D? ?O Zz r-. ?ZO 000 C O Zm ?o oD0 O T ?0m 1? ?.N O n O Z m J ? m n? \ mzz? Z Z ? , D r mo ?v Dm - zA m ? o z J „ -[ D O c) m ° O 0-- O - D m N - ITl Z ? ? Q O n N ? z Attachment number 6 Page 1 of 352 PUMP STATION 41 REHABILITATION (07-0009-UT ) CONTRACT DOCUMENTS & SPECIFICATIONS Prepared for FEBRUARY 2010 Item # 15 Attachment number 6 Page 2 of 352 City of Clearwater, Florida PUMP STATION 41 REHABILITATION (07-0009-UT) TABLE OF CONTENTS SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS SECTION II INSTRUCTIONS TO BIDDERS SECTION III GENERAL CONDITIONS SECTION IIIa SUPPLEMENTAL GENERAL CONDITIONS SECTION IV TECHNICAL SPECIFICATIONS SECTION IVa SUPPLEMENTAL TECHNICAL SPECIFICATIONS SECTION V CONTRACT DOCUMENTS Prepared in the Office of the City Engineer TOC.doc Page 11 1 baroaAb4 5 Attachment number 6 Page 3 of 352 SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS CONTRACT NAME CONTRACT # CLEARWATER, FLORIDA Copies of the Contract Documents and Plans for this Project are available for inspection and/or purchase by prospective bidders at the City of Clearwater's Plan Room - website address: www.myClearwater.com/cityprojects, on THURSDAY March 25, 2010, until no later than close of business three (3) days preceding the bid opening. Price of Contract Documents and Plans, as indicated on the website, reflects reproduction cost only. The work for which proposals are invited consists of LARGEST QUANTITIES; TOGETHER WITH NECESSARY APPURTENANCES. MANDATORY Pre-Bid Conference for all prospective bidders will be held on THURSDAY, April 15, 2010 at 10:00 A.M. at the Municipal Services Building, 100 South Myrtle Avenue, First Floor, MSB Conference Room 131 Clearwater, FL. Representatives of the Owner and Consulting Engineer will be present to discuss this Project. Sealed proposals will be received by the Purchasing Manager, at the Purchasing Office, located at the Municipal Services Bldg., 100 So. Myrtle Ave., 3rd Floor, Clearwater, Florida 33756- 5520, until 1:30 P.M. on THURSDAY April 29, 2010, and publicly opened and read at that hour and place for PUMP STATION 41 REHABILITATION (PROJECT NUMBER: 07-0009-UT). A complete bidders package containing plans, specifications, bond forms, contract form, affidavits and proposal form is available to the general public (Contractors, Sub-contractors, suppliers, vendors, etc.) for review and purchase. However, sealed proposals will only be accepted from those Contractors that are currently City pre-qualified Contractors in the construction category of SANITARY SEWER PUMP STATIONS with a minimum pre-qualification amount of $1,000,000. Contractors wanting to pre-qualify to bid this project must do so two (2) weeks/ten (10) workdays prior to the bid opening date. A 10% bid bond is required for all City of Clearwater projects. The right is reserved by the City Manager of the City of Clearwater, Florida to reject any or all bids. The City of Clearwater, Florida George McKibben, Purchasing Manager (727) 562-4634 Sectionl.doc Page 1 of 1 8/27/2008 Item # 15 Attachment number 6 Page 4 of 352 SECTION II INSTRUCTIONS TO BIDDERS Table of Contents: SECTION II ................................................................................................................................... i 1 COPIES OF BIDDING DOCUMENTS .......................................................................... 1 2 QUALIFICATION OF BIDDERS .................................................................................. 1 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE ................................. 1 4 INTERPRETATIONS AND ADDENDA ....................................................................... 2 5 BID SECURITY OR BID BOND .................................................................................... 3 6 CONTRACT TIME .......................................................................................................... 3 7 LIQUIDATED DAMAGES ............................................................................................. 3 8 SUBSTITUTE MATERIAL AND EQUIPMENT ......................................................... 3 9 SUBCONTRACTORS ...................................................................................................... 3 10 BID/PROPOSAL FORM ................................................................................................. 4 11 SUBMISSION OF BIDS .................................................................................................. 4 12 MODIFICATION AND WITHDRAWAL OF BIDS .................................................... 5 13 REJECTION OF BIDS .................................................................................................... 5 14 DISQUALIFICATION OF BIDDER .............................................................................. 5 15 OPENING OF BIDS ......................................................................................................... 5 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES ........................................... 5 17 IDENTICAL TIE BIDS/VENDOR DRUG FREE WORKPLACE ............................. 6 18 AWARD OF CONTRACT ............................................................................................... 7 19 BID PROTEST .................................................................................................................. 7 20 TRENCH SAFETY ACT ................................................................................................. 8 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES ....................................................................................... 8 Sectionll.doc i IfdrW 15 Attachment number 6 Page 5 of 352 Section II - Instructions to Bidders 1 COPIES OF BIDDING DOCUMENTS 1.1 Complete sets of the Bidding Documents are available at the City of Clearwater's Plan Room - website address: www.Myclearwater.com/cityprojects. Price of Contract Documents and Plans, as indicated on the City's Website, reflects reproduction costs only, which is non-refundable. A complete bidders package containing plans, specifications, bond forms, contract form, affidavits and bid/proposal form is available only to pre-qualified bidders. Contractors, suppliers, or others who are not pre-qualified but who may be a possible subcontractor, supplier, or other interested person may purchase a "Subcontractor" package consisting of plans, specifications, and list of pay items. 1.2 Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub-bidders or others. 1.3 The City, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant any other permission to use the documents for any other purpose. 2 QUALIFICATION OF BIDDERS 2.1 Each prospective Bidder must pre-qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner before obtaining drawings, specifications and contract documents. An application package for pre- qualification may be obtained by contacting the City of Clearwater, Engineering Department, Engineering Services Division at P.O. Box 4748, Clearwater, Florida 33758- 4748 (mailing address); 100 South Myrtle Avenue, Clearwater, Florida 33756-5520 (street address only) or by phone at (727) 562-4750. All qualification data must be completed and delivered to the Director of Engineering at the above address not later than fourteen (14) days prior to the time set for the receipt of bids. Bidders currently pre-qualified by the City do not have to make reapplication. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 3.2 In reference to the Technical Specifications and/or the Scope of the Work for identification of those reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. In reference to those drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in Sectionll.doc Page I of9 1fdr W 5 Attachment number 6 Page 6 of 352 Section II - Instructions to Bidders preparation of the Contract Documents, bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5 Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6 On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8 The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4 INTERPRETATIONS AND ADDENDA 4.1 All questions as to the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be issued by Addenda, either by mail or facsimile transmission, to all parties recorded by the Purchasing Manager as having received the Bidding Documents. Questions received less than ten (10) days prior to the date for opening of Bids may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. Sectionll.doc Page 2 of9 1 J&?2W 5 Attachment number 6 Page 7 of 352 Section II - Instructions to Bidders 4.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5 BID SECURITY OR BID BOND 5.1 Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashiers check or a Bid Bond (on form attached) issued by a surety meeting the requirements of the General Conditions. A cash bid bond will not be accepted. 5.2 The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid opening. 5.3 The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in the State of Florida. 6 CONTRACT TIME 6.1 The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7 LIQUIDATED DAMAGES 7.1 Provisions for liquidated damages are set forth in the Contract Agreement. 8 SUBSTITUTE MATERIAL AND EQUIPMENT 8.1 The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9 SUBCONTRACTORS 9.1 If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Sectionll.doc Page 3 of9 1fdr W 5 Attachment number 6 Page 8 of 352 Section II - Instructions to Bidders Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2 No Contractor shall be required to employ any Subcontractor, supplier, person or organization against whom he has reasonable objection. 10 BID/PROPOSAL FORM 10.1 The Bid/Proposal Form is included with the Contract Documents and shall be completed in ink or by typewriter. All blanks on the Bid/Proposal Forms must be completed. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which he will perform the work as required by the Contract Documents. Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2 Bids by corporations shall be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3 Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4 All names shall be typed or printed below the signature. 11 SUBMISSION OF BIDS 11.1 Sealed Bids shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a 8.5"x11" manila envelope with the project name and number on the bottom left hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Telegraphic or facsimile bids received by the Purchasing Manager will not be accepted. Sectionll.doc Page 4 of9 1fdr W 5 Attachment number 6 Page 9 of 352 Section II - Instructions to Bidders 12 MODIFICATION AND WITHDRAWAL OF BIDS 12.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered as described in the Advertisement of Bids. A request for withdrawal or a modification shall be in writing and signed by a person duly authorized to do so. Withdrawal of a Bid will not prejudice the rights of a Bidder to submit a new Bid prior to the Bid Date and Time. After expiration of the period for receiving Bids, no Bid may be withdrawn or modified. 12.2 After a bid is received by the City, the bidder may request to modify the bid for typographical or scrivener's errors only. The bidder must state in writing to the City that a typographical or scrivener's error has been made by the bidder, the nature of the error, the requested correction of the error, and what the adjusted bid amount will be if the correction is accepted by the City. The City reserves the right at its sole discretion to accept, reject, or modify any bid. 13 REJECTION OF BIDS 13.1 To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any and all Bids, and to waive any and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14 DISQUALIFICATION OF BIDDER 14.1 Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non-Collusion Affidavit contained in the Contract Documents. 15 OPENING OF BIDS 15.1 Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16 LICENSES, PERMITS, ROYALTY FEES AND TAXES 16.1 The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2 The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically Sectionll.doc Page 5 of9 1fdr W 5 Attachment number 6 Page 10 of 352 Section II - Instructions to Bidders stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3 The Contractor shall pay all applicable sales, consumer, use and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4 The City of Clearwater is exempt from state sales tax on materials incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, if indicated in the Scope of Work Description in Section IV - Technical Specifications and as defined in Section III - General Conditions. 17 IDENTICAL TIE BIDSIVENDOR DRUG FREE WORKPLACE 17.1 In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug-free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo contendere to, any violation of chapter 893, or of any controlled substance law, of the United States, or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. Sectionll.doc Page 6 of9 1fdr W 5 Attachment number 6 Page 11 of 352 Section II - Instructions to Bidders 18 AWARD OF CONTRACT 18.1 Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2 In evaluating the Bids, the City will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3 If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4 Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 19 BID PROTEST 19.1 RIGHT TO PROTEST: Any actual bidder who is aggrieved in connection with the solicitation or award of a contract may seek resolution of his/her complaints initially with the Purchasing Manager, and if not satisfied, with the City Manager, in accordance with protest procedures set forth in this section. 19.2 PROTEST PROCEDURE: A. A protest with respect to the specifications of an invitation for bid or request for proposal shall be submitted in writing a minimum of five (5) work days prior to the opening of the bid or due date of the request for proposals, unless the aggrieved person could not have been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening or the closing date for proposals. Opening dates for bids or due dates for requests for proposal will be printed on the bid/request document itself. B. Protests in respect to award of contract shall be submitted in writing a maximum of five (5) work days after notice of intent to award is posted, or is mailed to each bidder, which ever is earlier. Notice of intent to award will be forwarded to bidders upon telephonic or written request. Protests of recommended award should cite specific portions of the City of Clearwater Code of Ordinances that have allegedly been violated. C. Exceptions to the five (5) day requirements noted in both A and B above may be granted if the aggrieved person could have not been reasonably expected to have knowledge of the facts giving rise to such protest prior to the bid opening, posting of Sectionll.doc Page 7 of9 1fdr W 5 Attachment number 6 Page 12 of 352 Section II - Instructions to Bidders intent to award, or due date for requests for proposals. Request for exceptions should be made in writing, stating reasons for the exception. D. The Purchasing Manager shall respond to the formal written protest within five (5) work days of receipt. The Purchasing Manager's response will be fully coordinated with the appropriate Department Director and the Assistant City Manager. E. If the protestor is not satisfied with the response from the Purchasing Manager, he/she may then submit in writing within five (5) work days of receipt of that response his/her reason for dissatisfaction, along with copies of his/her original formal protest letter and the response from the Purchasing Manager, to the City Manager. F. The City Manager as Purchasing Agent for the City has the final authority in the matter of protests. The City Manager will respond to the protestor within ten (10) work days of receipt of the appeal. 19.3 PROTEST FEE: When filing a formal protest, the protesting vendor must include a fee in the amount of 5% of the selected vendor's total bid to offset the City's additional expenses related to the protest. This fee shall not exceed $2,500 nor be less than $50. If either the Purchasing Manager or the City Manager upholds the protest, the City will refund 100% of the fee paid. 19.4 STAY OF PROCUREMENT DURING PROTEST: In the event of a timely protest, the Purchasing Manager shall not proceed with the solicitation or award of contract until all administrative remedies have been exhausted or until the City Manager makes written determination that the award of contract without delay is necessary to protect the best interest of the City. 20 TRENCH SAFETY ACT 20.1 The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60-553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21 CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1 The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction-related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. Sectionll.doc Page 8 of9 1fdr W 5 Attachment number 6 Page 13 of 352 Section II - Instructions to Bidders B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Environmental Division Management Practices. References EPA website Measures available at City of Clearwater Engineering and EPA websites to help address construction-related Best Sectionll.doc Page 9 of9 1fdr W 5 Attachment number 6 Page 14 of 352 SECTION III GENERAL CONDITIONS Table of Contents: 1 DEFINITIONS .................................................................................................................. 1 2 PRELIMINARY MATTERS ........................................................................................... 5 2.1 DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE ............................ 5 2.2 COPIES OF DOCUMENTS ............................................................................................ 5 2.3 COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT ................................................................................................................ 5 2.4 BEFORE STARTING CONSTRUCTION ...................................................................... 5 2.5 PRECONSTRUCTION CONFERENCE ........................................................................ 6 2.6 PROGRESS MEETINGS ................................................................................................ 6 3 CONTRACT DOCUMENTS, INTENT ......................................................................... 7 3.1 INTENT ........................................................................................................................... 7 3.2 REPORTING AND RESOLVING DISCREPANCIES .................................................. 7 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .................................................................................................... 8 4.1 AVAILABILITY OF LANDS ......................................................................................... 8 4.2 INVESTIGATIONS AND REPORTS ............................................................................ 8 4.3 PHYSICAL CONDITIONS, UNDERGROUND FACILITIES ..................................... 8 4.4 REFERENCE POINTS .................................................................................................... 9 5 BONDS AND INSURANCE ............................................................................................ 9 5.1 PERFORMANCE AND PAYMENT BOND/CONTRACT BOND ............................... 9 5.2 INSURANCE ................................................................................................................... 9 5.2.1 WORKER'S COMPENSATION INSURANCE ......................................................... 10 5.2.2 PUBLIC LIABILITY AND PROPERTY DAMAGE COVERAGE ............................ 10 5.2.3 COMPREHENSIVE A UTOMOBILE LIABILITY .................................................... 11 5.3 WAIVER OF RIGHTS .................................................................................................. 12 6 CONTRACTORS RESPONSIBILITIES ..................................................................... 12 6.1 SUPERVISION AND SUPERINTENDENCE ............................................................. 12 6.2 LABOR, MATERIALS AND EQUIPMENT ............................................................... 13 6.3 SUBSTITUTES AND "OR EQUAL" ITEMS .............................................................. 14 6.4 RESPONSIBILITY FOR SUBCONTRACTORS, SUPPLIERS AND OTHERS........ 14 6.5 USE OF PREMISES ...................................................................................................... 15 6.5 .1 STAGING AREAS .................................................................................................... 15 6.5 .2 RESTORATION TIME LIMITS ................................................................................ 15 6.6 LICENSE AND PATENT FEES, ROYALTIES AND TAXES ................................... 16 6.7 LAWS AND REGULATIONS ...................................................................................... 16 6.8 PERMITS ....................................................................................................................... 16 6.9 SAFETY AND PROTECTION ..................................................................................... 17 6.10 EMERGENCIES ............................................................................................................ 18 6.11 DRAWINGS .................................................................................................................. 18 Sectionlll.doc i ii81W"15 Attachment number 6 Page 15 of 352 6.1 1.1 SHOP DRAWINGS, SAMPLES, RFIs, and SUBMITTAL REVIEW ........................ 18 6.1 1.2 AS-B UILT DRA WINGS ............................................................................................ 19 6.1 1.3 CAD STANDARDS ................................................................................................... 21 6.1 1.4 DELIVERABLES: .................................................................................................... 22 6.12 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE ........................... 22 6.13 CONTINUING THE WORK ........................................................................................ 23 6.14 INDEMNIFICATION .................................................................................................... 23 7 OTHER WORK .............................................................................................................. 24 7.1 RELATED WORK AT SITE ........................................................................................ 24 7.2 COORDINATION .........................................................................................................24 8 OWNERS RESPONSIBILITY ...................................................................................... 24 9 OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION .............. 25 9.1 OWNERS REPRESENTATIVE ................................................................................... 25 9.2 CLARIFICATIONS AND INTERPRETATIONS ........................................................ 25 9.3 REJECTING OF DEFECTIVE WORK ........................................................................ 25 9.4 SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS .................................. 25 9.5 DECISIONS ON DISPUTES ........................................................................................ 26 9.6 LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES ............. 26 10 CHANGES IN THE WORK .......................................................................................... 27 CHANGES IN THE CONTRACT PRICE ................................................................... 28 11 11.1 CHANGES IN THE CONTRACT PRICE .................................................................... 28 11.2 ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT ....................... 29 11.3 UNIT PRICE WORK .................................................................................................... 29 CHANGES IN THE CONTRACT TIME .................................................................... 30 TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .............................................................................................. 31 13.1 TESTS AND INSPECTION .......................................................................................... 31 13.2 UNCOVERING THE WORK ....................................................................................... 31 13.3 OWNER'S REPRESENTATIVE MAY STOP THE WORK ....................................... 32 13.4 CORRECTION OR REMOVAL OF DEFECTIVE WORK ......................................... 32 13.5 WARRANTY/CORRECTION PERIOD ...................................................................... 32 13.6 ACCEPTANCE OF DEFECTIVE WORK ................................................................... 33 13.7 OWNER MAY CORRECT DEFECTIVE WORK ....................................................... 33 PAYMENTS TO CONTRACTOR AND COMPLETION ......................................... 34 14.1 APPLICATION FOR PROGRESS PAYMENT ........................................................... 34 14.2 CONTRACTOR'S WARRANTY OF TITLE ............................................................... 34 14.3 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS ................................ 35 14.4 PARTIAL UTILIZATION ............................................................................................ 35 14.5 FINAL INSPECTION ................................................................................................... 36 14.6 FINAL APPLICATION FOR PAYMENT ................................................................... 36 14.7 FINAL PAYMENT AND ACCEPTANCE ................................................................... 37 14.8 WAIVER OF CLAIMS ................................................................................................. 37 12 13 14 Sectionlll.doc ii ii81W"15 Attachment number 6 Page 16 of 352 15 SUSPENSION OF WORK AND TERMINATION .................................................... 37 15.1 OWNER MAY SUSPEND THE WORK ...................................................................... 37 15.2 OWNER MAY TERMINATE ...................................................................................... 38 15.3 CONTRACTOR MAY STOP WORK OR TERMINATE ........................................... 39 16 DISPUTE RESOLUTION ............................................................................................. 39 17 MISCELLANEOUS ....................................................................................................... 40 17.1 SUBMITTAL AND DOCUMENT FORMS ................................................................. 40 17.2 GIVING NOTICE .......................................................................................................... 40 17.3 NOTICE OF CLAIM ..................................................................................................... 40 17.4 PROFESSIONAL FEES AND COURT COSTS INCLUDED ..................................... 40 17.5 ASSIGNMENT OF CONTRACT ................................................................................. 40 17.6 RENEWAL OPTION .................................................................................................... 40 18 ORDER AND LOCATION OF THE WORK .............................................................. 40 19 MATERIAL USED ......................................................................................................... 41 20 CONFLICT BETWEEN PLANS AND SPECIFICATIONS ..................................... 41 21 OWNER DIRECT PURCHASE (ODP) OPTION ....................................................... 41 22 RESIDENT NOTIFICATION OF START OF CONSTRUCTION .......................... 41 22.1 GENERAL ..................................................................................................................... 41 22.2 EXAMPLE ..................................................................................................................... 42 23 PROJECT INFORMATION SIGNS ............................................................................ 42 23.1 SCOPE AND PURPOSE ............................................................................................... 42 23.2 TYPE OF PROJECT SIGN, FIXED OR PORTABLE ................................................. 43 23.3 FIXED SIGN ................................................................................................................. 43 23.4 PORTABLE SIGNS ...................................................................................................... 43 23.5 SIGN COLORING ......................................................................................................... 43 23.6 SIGN PLACEMENT ..................................................................................................... 43 23.7 SIGN MAINTENANCE ................................................................................................ 43 23.8 TYPICAL PROJECT SIGN .......................................................................................... 44 24 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE .................. 44 Sectionlll.doc iii ii81W"15 Attachment number 6 Page 17 of 352 Section III - General Conditions 1 DEFINITIONS Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the contract documents. Agreement The written contract between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment The form accepted by Engineer which is to be used by Contractor in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Approve The word approve is defined to mean satisfactory review of the material, equipment or methods for general compliance with the design concepts and with the information given in the Contract Documents. It does not imply a responsibility on the part of the Engineer to verify in every detail conformance with the Drawings and Specifications. Bid The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the work to be performed. Bidding Documents The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contact Documents (including all Addenda issued prior to receipt of Bids). Bonds Performance and payment bonds and other instruments of security. Change Order A written order to Contractor signed by Owner and Contractor authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after the effective date of the Agreement. City The City of Clearwater, Pinellas County, Florida. Construction Inspector A person who is the authorized representative of the Construction Manager and inspects City construction projects in order to insure the Contractor's work complies with the intent of the Contract Documents. Construction Manager The person who is typically in responsible charge of City construction projects. The Construction Manager assumes responsibility for the management of construction contracts at the Preconstruction Conference. The Construction Manager chairs the Preconstruction Conference and is the authority on any disputes or decisions regarding contract administration and performance. The Construction Manager typically acts as the Owner's Representative during construction. SectionlLl.doc Page I of 45 1 idrW) 5 Attachment number 6 Page 18 of 352 Section III - General Conditions Construction Coordinator A person who is the authorized representative of the Construction Manager and is responsible for the administration of construction documents. Contract Documents The Agreement, Addenda (which pertain to the Contract Documents), Contractor's Bid (including documentation accompanying the bid and any post-Bid documentation submitted prior to the execution of the Agreement) when attached as an exhibit to the Agreement, the Bonds, Instructions to Bidders, these General Conditions, any Supplementary Conditions, the Specifications and the Drawings, any other exhibits identified in the Agreement, together with all Modifications issued after the execution of the Agreement. Contract Price The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Contract Time The number of days or the date stated in the Agreement for the completion of the Work. Contractor The Person with whom the Owner has entered into the Agreement. For the purposes of this contract, the person, firm or corporation with whom this contract or agreement has been made by the City of Clearwater or its duly authorized representative. Critical Path Method Construction Schedule-CPM A graphic format construction schedule that displays construction activities as they relate to one another for the purpose of identifying the most efficient way to perform the work in a timely manner. The critical path identifies which activity is critical to the execution of the schedule. Day A calendar day of twenty-four (24) hours measured from midnight to the next midnight. Defective An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to Engineers recommendation of final payment. Drawings The drawings, which will be identified in Technical Specifications or the Agreement, which show the character and scope of the Work to be performed and which have been prepared or approved by Engineer and are referred to in the contract documents. Shop drawings are not Drawings as so defined. Engineer The duly appointed representative of the City Manager of the City of Clearwater. For the purposes of this contract, the City Engineer of the City of Clearwater, Pinellas County, Florida, or his authorized representative. For certain projects, the Engineer may serve as the Owner's Representative during construction. SectionlLl.doc Page 2 of 45 JJ&I 2W 5 Attachment number 6 Page 19 of 352 Section III - General Conditions Engineer's Consultant A Person having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. F.D. O. T Specifications The Standard Specifications for Road and Bridge Construction as issued by the Florida Department of Transportation (latest English edition). Furnish The words "furnish", "furnish and install", "install", and "provide" or words of similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service". Inspection The term "inspection" and the act of inspecting means examination of construction to ensure that it conforms to the design concept expressed in the Drawings and Specifications. These terms shall not be construed to mean supervision, superintending or overseeing. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes and orders of any kind of governmental bodies, agencies, authorities and courts having jurisdiction. Liens Liens, charges, security interests or encumbrances upon real property or personal property. Milestone A principal event specified in the contract Documents relating to an intermediate completion date or time prior to the final completion date. Notice to Proceed (NTP) A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligations under the Contract Documents. Owner Person Project The City of Clearwater, Florida. For the purposes of this contract, the person who is the City's authorized representative from the City's Department with whom will be responsible for the maintenance and operation of the Work once the Work is completed. For certain projects, a designee of the Owner may serve as the Owner's Representative during construction. A natural person or a corporation, partnership, firm, organization, or other artificial entity. The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. Partial Utilization Use by Owner of a substantially completed part of the Work for the purpose for which is intended (or a related purpose) prior to Final Completion of all the Work. SectionlLl.doc Page 3 of 45 1 idrW) 5 Attachment number 6 Page 20 of 352 Section III - General Conditions Representative of Contractor The Contractor shall assign a responsible person or persons, one of whom shall be at the construction site at all times that work is progressing. The names and positions of these persons shall be submitted to the City Engineer at the time of the pre-construction conference. This person or persons shall not be changed without written approval of City Engineer. Request for Information (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop Drawing All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by Contractor to illustrate material or equipment for some portion of the Work. Specifications Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor A person having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the site. Substantial Completion The Work (or a specified part thereof) which has progressed to the point where, in the opinion of Engineer, as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by the Engineer's recommendation of final payment. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. Supplementary Conditions The part of the Contract which amends or supplements these General Conditions. Supplier A manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the Contractor. Surety Any person, firm or corporation which is bound with Contractor and which engages to be responsible for Contractor and his acceptable performance of the Work by a Bid, Performance or Payment Bond. Underground Facilities All pipelines, conduits, ducts, cables, wires manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, SectionlLl.doc Page 4 of 45 1 idrW) 5 Attachment number 6 Page 21 of 352 Section III - General Conditions gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal or treatment, traffic or other control systems or water. Unit Price Work Work to be paid for on the basis of unit prices. Work The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive A written directive to Contractor, issued on or after the Effective Date of the Agreement and signed by the Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or emergencies. Work Change Directive will not change the Contract Price or Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 2 PRELIMINARY MATTERS 2.1 DELIVERY OF BONDS AND CERTIFICATES OF INSURANCE When Contractor delivers the executed Agreements to the Owner, Contractor shall also deliver to the Owner such Bonds and Certificates of Insurance as Contractor may be required to furnish by this contract. 2.2 COPIES OF DOCUMENTS Engineer shall furnish to Contractor two (2) copies of Contract Documents for execution. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3 COMMENCEMENT OF CONTRACT TIME/NOTICE TO PROCEED; STARTING THE PROJECT The Contract Time will commence on the day indicated in the Notice to Proceed. Contractor shall start to perform the work on the date the Contract Time commences to run. No work shall be done at the site prior to the date that the Contract Time commences to run. 2.4 BEFORE STARTING CONSTRUCTION Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover; and shall obtain a written interpretation or clarification from Engineer before proceeding with any work effected thereby; however, Contractor shall not be liable to the Owner for failure to report any conflict, error or discrepancy SectionlLl.doc Page 5 of 45 1 idrW) 5 Attachment number 6 Page 22 of 352 Section III - General Conditions in the Drawings or Specifications, unless Contractor had actual knowledge thereof or should reasonably have known thereof. No verbal agreement or conversation with any officer, agent or employee of the Owner or Engineer's Consultant, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. Contractor shall not commence any work at any time without approved insurance required by these General Conditions. Failure to obtain this insurance will be the sole responsibility of the Contractor. 2.5 PRECONSTRUCTION CONFERENCE Within twenty (20) days of Award of Contract and before the start of the Work, the Owner's Representative shall schedule a preconstruction conference to be attended by Contractor, Engineer, Owner and others as appropriate to establish a working understanding among the parties as to the Work and to discuss the schedule of the Work and general Contract procedures. Typically, oversight of the project officially passes from the Engineering Department to the Construction Department at the preconstruction conference. In these cases, the preconstruction conference is run by the Construction Department and chaired by the City's Construction Manager. The Contractor shall deliver to the Owner's Representative at the Preconstruction Conference a color Critical Path Method (CPM) Construction Schedule. This is to be a sequence of events including submittal review and procurement. Notice to Proceed is usually established at this conference and such date can be inserted into the schedule at that time. The Contractor shall also bring a Submittal Schedule for review by the Engineer. This is to make sure that the list is complete and this schedule shall be the basis of a Submittal Log. The Contractor shall deliver to the Owner's Representative at the preconstruction conference a completed Emergency Call List and a completed Authorized Signature List. The Owner's Representative shall deliver to the Contractor at the preconstruction conference a project disk that has all of the necessary data and survey control points for the purpose of construction stakeout and as-built survey. The Owner's Representative shall deliver to the Contractor at the preconstruction conference a Contractor evaluation package. This is for the purpose of rating the Contractor's performance for reference when considering future contracts and bid prequalification. 2.6 PROGRESS MEETINGS The Contractor is required to attend Progress Meetings. These meetings will be scheduled on a weekly, bi-weekly, or monthly basis depending on the needs of the project. The Contractor shall bring to each meeting an updated submittal log, an updated request for information (RFI) log, a look-ahead schedule to cover the project activity from the current meeting to the next meeting, and all material test reports generated in the same time period. The City's Construction Coordinator typically chairs these meetings. SectionlLl.doc Page 6 of 45 1 idrW) 5 Attachment number 6 Page 23 of 352 Section III - General Conditions 3 CONTRACT DOCUMENTS, INTENT 3.1 INTENT The Contract Documents comprise the entire Agreement between Owner and the Contractor concerning the Work. They may be altered only by written agreement. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment which may reasonably be inferred from the Contract Documents or from prevailing custom or from trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases, which have a well- known technical or construction industry or trade meaning, are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by the Owner's Representative. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the code, Laws or Regulation of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual or code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated in the Contract Documents. However, no provision of any referenced standard specification, manual or code, whether or not specially incorporated by reference in the responsibilities of Owner or Contractor as set forth in the Contract Documents, shall change the duties and responsibilities of Owner, Contractor, Engineer or Owner's Representative, or any of their agents or employees from those set forth in the Contract Documents. Clarifications and interpretations of the Contract shall be issued by the Owner's Representative. Each and every provision of law and clause required by law to be inserted in these Contract documents shall be deemed to be inserted herein, and they shall be read and enforced as through it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either parry, the Contract Documents shall forthwith be physically amended to make such insertion. 3.2 REPORTING AND RESOLVING DISCREPANCIES If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier, Contractor shall report it to the Owner's Representative in writing at once, and Contractor shall not proceed with the Work affected thereby (except in an emergency) until an amendment or supplement to Contract Documents has been issued by one of the methods provided in these General Specifications, provided however, that Contractor shall not be liable to Owner, or Owner's Representative for failure to report any such conflict, error, ambiguity or discrepancy unless Contractor knew or reasonably should have known thereof. SectionlLl.doc Page 7 of 45 1 idrW) 5 Attachment number 6 Page 24 of 352 Section III - General Conditions 4 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 AVAILABILITY OF LANDS The Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be Performed, rights-of-way, easements for access thereto, and such other lands which are designated for the use of contractor. The Owner shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which contractor will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the Owner, unless otherwise provided in the Contract Documents. 4.2 INVESTIGATIONS AND REPORTS Reference is made to the Supplementary Conditions and Technical Specifications for identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer in preparation of the Drawings and Specifications. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. Contractor shall promptly notify the Owner's Representative in writing of any subsurface or latent physical conditions at the site, or in an existing structure, differing materially from those indicated or referred to in the Contract Documents. Engineer will promptly review those conditions and advise if further investigation or tests are necessary. Owner or Engineer shall obtain the necessary additional investigations and tests and furnish copies to the Engineer and Contractor. If Engineer finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions, which differ materially from those, indicated in the contract Documents, and which could not reasonably have been anticipated by Contractor, a work change or Change Order will be issued incorporating the necessary revisions. 4.3 PHYSICAL CONDITIONS, UNDERGROUND FACILITIES The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless otherwise expressly provided in the Contract Documents, Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and the cost of all the following will be included in the Contract Price and contractor shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. The Contractor is required to call the LOCAL PUBLIC UTILITY NOTIFICATION CENTER prior to any excavation per State regulations and to notify any utility owners who are not a member of the LOCAL PUBLIC UTILITY NOTIFICATION CENTER prior to any excavation. The LOCAL PUBLIC UTILITY NOTIFICATION CENTER is an agency for the protection and location of utilities prior to any excavation and contact number is available in local telephone directory. SectionlLl.doc Page 8 of 45 1 idrW) 5 Attachment number 6 Page 25 of 352 Section III - General Conditions 4.4 REFERENCE POINTS Engineer shall provide engineering surveys to establish reference points for construction, which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the Owner and Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by a surveyor licensed in the State of Florida. The Contractor is referred to the Technical Specifications for more specific information regarding the provision of construction surveys. If a City survey crew is assigned to the project and there is excessive stake replacement caused by negligence of Contractor's forces after initial line and grade have been set, as determined by the Engineer, the Contractor will be charged at the rate of $100.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments with a minimum charge of one hour. 5 BONDS AND INSURANCE 5.1 PERFORMANCE AND PAYMENT BOND/CONTRACT BOND Contractor shall furnish a Performance and Payment Bond in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. This bond shall remain in effect at least one year after the date when final payment becomes due, unless a longer period of time is prescribed by laws and regulations or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff, Bureau of Government Financial Operations, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of such agents' authority to act. All bonds shall be deemed to contain all of the Conditions of Section 255.05, Florida Statutes, even if such language is not directly contained within the bond and the Surety shall be licensed and qualified to do business in the State of Florida. Owner reserves the right to reject any surety. If the Surety on any Bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of these Contract Documents, the Contractor shall within five days after notice thereof substitute another Bond and surety, both of which must be acceptable to Owner. 5.2 INSURANCE Contractor shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance and furnishing of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed or furnished by Contractor, and Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable for the following: (i) Claims under worker's compensation, disability benefits and other similar employee benefit acts; (ii) Claims for damages because of bodily SectionlLl.doc Page 9 of 45 1 idrW) 5 Attachment number 6 Page 26 of 352 Section III - General Conditions injury, occupational sickness or disease, or death of Contractor's employees; (iii) Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; (iv) Claims for damages insured by customary personal injury liability coverage which are sustained by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or by any other person for any other reason; (v) Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and (vi) Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The Contractor shall deliver to the Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by the Owner or any other additional insured) which Contractor is required to purchase and maintain in accordance with this paragraph. The policies of insurance so required by this paragraph to be purchased and maintained shall: (i) include as additional insured (subject to any customary exclusion in respect of professional liability) Owner of Clearwater and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insured, and include coverage for the respective officers and employees of all such additional insures; (ii) include completed operations insurance; (iii) include contractual liability insurance covering Contractor's indemnity obligations in Article for Contractor's Responsibilities; (iv) contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to the Owner, and Contractor and to each other additional insured identified in the Supplemental Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor as described in this paragraph); (v) remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing or replacing defective Work in accordance with Article for Correction of Defective Work; (vi) with respect to completed operations insurance, and any insurance coverage written on a claims-made basis, shall remain in effect for at least two years after final payment. Contractor shall furnish the Owner and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to the Owner and any such additional insured, of continuation of such insurance at final payment and one year thereafter and (vii) Name and telephone number of the authorized insurance agent for the Insurer. The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by laws and regulations: 5.2.1 WORKER'S COMPENSATION INSURANCE Contract Award Amount Under $1,000,000. Contract Award Amount $1,000,000. and Over (1) Workers' Compensation Statutory Statutory (2) Employer's Liability $500,000. $1,000,000. 5.2.2 PUBLIC LIABILITY AND PROPERTY DAMAGE COVERAGE Comprehensive General Liability including Premise/Operations; Explosion, Collapse and Underground Property Damage; Products/Completed Operations, Broad Form Contractual, Independent Contractors; Broad Form Property Damage; and Personal Injury liabilities: Sectionl1l.doc Page 10 of 45 1 idrW) 5 Attachment number 6 Page 27 of 352 Section III - General Conditions Contract Award Amount Contract Award Amount Under $1,000,000. $1,000,000. and Over (1) Bodily Injury: $500,000. Each $1,000,000. Each Occurrence Occurrence $1,000,000. Annual $1,000,000. Annual Aggregate Aggregate (2) Property Damage: $500,000. Each $1,000,000. Each Occurrence Occurrence $1,000,000. Annual $1,000,000. Annual Aggregate Aggregate (3) Personal Injury, with $1,000,000. Annual $1,000,000. Annual employment exclusion deleted Aggregate Aggregate 5.2.3 COMPREHENSIVE AUTOMOBILE LIABILITY including all owned (private and others), hired and non-owned vehicles: Contract Award Amount Under $1,000,000. Contract Award Amount $1,000,000. and Over (1) Bodily Injury $500,000. Each Person $1,000,000. Each Person $500,000. Each Accident $1,000,000. Each Accident (2) Property Damage $500,000. Each $1,000,000. Each Occurrence Occurrence Receipt and acceptance by Owner of the Contractor's Certificate of Insurance, or other similar document does not constitute acceptance or approval of amounts or types of coverages, which may be less than required by these Contract Documents. The Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, Subcontractors or others in the Work. Owner may at its option require a copy of the Contractor's Insurance Policy(s). All insurance policies required within this Contract Document shall provide full coverage from the first dollar of exposure unless otherwise stipulated. No deductibles will be accepted without prior approval from Owner. Lon shore and Harbor Worker's Compensation Act: Section 32 of the Act, 33 U.S.C. 932, requires an employer, with employees in maritime employment, to secure the payment of benefits under the Act either by insuring with an insurance carrier authorized by the U.S. Department of Labor, or to be authorized by the U.S. Department of Labor as a self-insurer. For General Contractors: Section 4(a) of the Act provides that every employer shall be liable for and shall secure the payment to his employees of the compensation payable under Sections 7, 8, and 9 of the Act. In the case of an employer who is a subcontractor, only if such subcontractor fails to secure the payment of compensation shall the contractor be liable for and be required to secure the payment of compensation. SectionlLl.doc Page I I of 45 1 idrW) 5 Attachment number 6 Page 28 of 352 Section III - General Conditions 5.3 WAIVER OF RIGHTS The Owner and Contractor intend that all policies purchased in accordance with Article on Insurance will protect the Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insured or additional insured thereunder, the Owner and Contractor waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the work; and, in addition, waive all such rights against Sub-contractors, Engineer, Engineer's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insured or additional insured under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance otherwise payable under any policy so issued. In addition, the Owner waives all rights against Contractor, Subcontractors, Engineer, Engineer's Consultant and the officers, directors, employees and agents of any of them for: (i) loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the Owner property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the Owner and; (ii) loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by the Owner during partial utilization, after substantial completion or after final payment. 6 CONTRACTORS RESPONSIBILITIES 6.1 SUPERVISION AND SUPERINTENDENCE Contractor shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. Contractor shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. Contractor shall be responsible to see that the completed work complies accurately with the Contract Documents. Contractor shall keep on the work at all times during its progress a competent resident superintendent, who shall not be replaced without notice to the Owner's Representative except under extraordinary circumstances. The superintendent will be Contractor's representative at the site and shall have authority to act on behalf of Contractor. All communications to the superintendent shall be as binding as if given to Contractor. The Contractor's superintendent shall keep a mobile cell phone on his person so he can be contacted whenever necessary. Contractor shall employ only competent persons to do the work and whenever the Owner's Representative shall notify Contractor, in writing, that any person on the work appears to be incompetent, unfaithful, disorderly, or otherwise unsatisfactory, such person shall be removed Sectionl1l.doc Page 12 of 45 JJ&I 2W 5 Attachment number 6 Page 29 of 352 Section III - General Conditions from the project and shall not again be employed on it except with the written consent of the Owner's Representative. Contractor shall reimburse Owner for additional engineering and inspection costs incurred as a result of overtime work in excess of the regular working hours or on the Owner normally approved holidays. At such times when Inspector overtime is required, the Contractor shall sign an overtime slip documenting such hours and the Contractor shall be provided a copy for his records. At the end of the project and prior to payment of withheld retainage funds, the Contractor shall deliver to the Owner a check made out to the Owner of Clearwater for full reimbursement of all Inspector overtime hours. Withheld retainage shall not be released until the Owner has received this check. Minimum number of chargeable hours for inspection costs on weekends or holidays shall be four hours. The cost of overtime inspection per hour shall be $60.00 per hour. Contractor shall provide and maintain in a neat and sanitary condition, such sanitary accommodations for the use of Contractor's employees as may be necessary to comply with the requirements of Laws and Regulations and the Engineer. 6.2 LABOR, MATERIALS AND EQUIPMENT Contractor shall provide competent, suitably qualified personnel to survey, lay out and construct the work as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all work at the site shall be performed during regular working hours and Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without the Owner consent given after prior notice to Engineer. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. All materials and equipment installed in the Work shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractors shall furnish satisfactory evidence (including reports of required tests) as to the quality of materials and equipment. The Contractor shall provide suitable and secure storage for all materials to be used in the Work so that their quality shall not be impaired or injured. Materials that are improperly stored, may be rejected by the Engineer without testing. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturer, fabricator, supplier, or distributor, except as otherwise provided in the Contract Documents. The City of Clearwater, at its sole discretion, reserves the right to purchase major equipment to be incorporated into the WORK under the Owner Direct Purchase (ODP) Option, if indicated in the Contract Documents. In such event, the Contractor shall cooperate and assist the Owner of Clearwater, at no additional cost, to implement the ODP documents and procedures. Sectionl1l.doc Page 13 of 45 1 idrW) 5 Attachment number 6 Page 30 of 352 Section III - General Conditions 6.3 SUBSTITUTES AND "OR EQUAL" ITEMS Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer. If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer for approval. If in the Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or equal" item, it may be considered as a proposed substitute item. Contractor shall submit sufficient information as required by the Engineer to allow the Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and is an acceptable substitute therefore. Request for review of proposed substitute and "or equal" will be not be accepted by Engineer from anyone other than Contractor. Request for substitute and "or equal" items by Contractor must be submitted in writing to Owner's Representative and will contain all information as Engineer deems necessary to make a determination. All data provided by Contractor in support of any proposed substitute or "or equal" item will be at Contractor's expense. Engineer will be allowed a reasonable time to evaluate each proposal or submittal made per this paragraph. Engineer will be sole judge of acceptability. 6.4 RESPONSIBILITY FOR SUBCONTRACTORS, SUPPLIERS AND OTHERS Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person any contractual relationship between Owner or Engineer and any Subcontractor, Supplier or other person, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person. Contractor shall be solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers and other persons performing or furnishing any of the work under a direct or indirect contract with Contractor. Contractor shall require all Subcontractors, Suppliers and such other persons performing or furnishing any of the work to communicate with the Engineer through Contractor. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the work among Subcontractors or Suppliers or delineating the work to be performed by any specific trade. All work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Sectionl1l.doc Page 14 of 45 1 idrW) 5 Attachment number 6 Page 31 of 352 Section III - General Conditions Contractor shall not pay or employ any Subcontractor, Supplier or other person or organization whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the work against whom Contractor has reasonable objection. Owner or Engineer will not undertake to settle any differences between Contractor and his Subcontractors or between Subcontractors. 6.5 USE OF PREMISES Contractor shall confine construction equipment, the storage of materials and equipment and the operations of works to the site and land areas identified in and permitted by the Contract Documents on other land areas permitted by Laws and Regulations, right-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceed in or at law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless Owner, Engineer, Engineer's Consultant and their officials, directors, employees and agents from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work or at intervals established by the Engineer, Contractor shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 6.5.1 STAGING AREAS The Contactor shall obtain and deliver to the City written permission for the use of all staging and storage areas outside of the Limits of Construction. 6.5.2 RESTORATION TIME LIMITS The timely restoration of all impacted areas, especially right-of-ways, is very important to the Citizens of Clearwater; therefore these time limits are imposed: • Debris piles shall be removed within five (5) consecutive calendar days. • Concrete driveways and sidewalks shall be replaced within ten (10) consecutive calendar days of removal. Resident access shall be maintained at all times. • All arterial and collector roadways shall be restored ASAP. • Local streets and asphalt driveways shall be restored as soon as a sufficient quantity is generated, however, this is never to exceed fifteen (15) consecutive calendar days. Local and resident access shall be maintained at all times. Sectionl1l.doc Page 15 of 45 1 idrW) 5 Attachment number 6 Page 32 of 352 Section III - General Conditions • Sod must be restored with ten (10) consecutive calendar days of a successful pipe pressure test. It must be watered for a period of thirty (30) days after it is placed. Erosion control and dust control of denuded areas must be maintained at all times. If the project or a portion of it does not involve right-of ways, then a different schedule of sod restoration may be considered. 6.6 LICENSE AND PATENT FEES, ROYALTIES AND TAXES Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner or Engineer in the Contract Documents. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. Contractor shall pay all sales, consumer, use and other taxes required to be paid by Contractor in accordance with the Laws and Regulations of the State of Florida and other governmental agencies, which are applicable during the performance of the work. 6.7 LAWS AND REGULATIONS Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Owner's Representative shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. If Contractor performs any work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses and damages caused by or arising out of such work: however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations to the Owner to report and resolve discrepancies as described above. 6.8 PERMITS Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. The Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the work, and the Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Sectionl1l.doc Page 16 of 45 1 idrW) 5 Attachment number 6 Page 33 of 352 Section III - General Conditions Unless otherwise stated in the Contract Documents, Owner of Clearwater Building Permit Fees will be waived. 6.9 SAFETY AND PROTECTION 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: (i) all persons on the work site or who may be affected by the work, (ii) all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and (iii) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. In the event of temporary suspension of the work, or during inclement weather, or whenever Owner's Representative may direct; Contractor shall, and shall cause Subcontractors, to protect carefully the Work and materials against damage or injury from the weather. If, in the opinion of the Owner's Representative, any portion of Work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any Subcontractors to so protect the Work, such Work and materials shall be removed and replaced at the expense of Contractor. The Contractor shall initiate and maintain an accident prevention program which shall include, but shall not be limited to the establishment and supervision of programs for the education and training of employees in the recognition, avoidance and prevention of unsafe conditions and acts. Contractor shall provide first aid services and medical care to his employees. The Contractor shall develop and maintain an effective fire protection and prevention program and good housekeeping practices at the site of contract performance throughout all phases of construction, repair, alteration or demolition. Contractor shall require appropriate personal protective equipment in all operations where there is exposure to hazardous conditions. The Engineer may order that the work stop if a condition of immediate danger to the Owner's employees, equipment or if property damage exists. This provision shall not shift responsibility or risk of loss for injuries of damage sustained from the Contractor to Owner, and the Contractor shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of Contract performance. The Contractor shall instruct his employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use. The Contractor shall take the necessary precautions to protect pedestrians and motorists from harm, and to prevent disruptions of such traffic due to construction activity. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property and to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property caused, directly or indirectly, in whole or part, by Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the work or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor that the Work is acceptable. Sectionl1l.doc Page 17 of 45 1 idrW) 5 Attachment number 6 Page 34 of 352 Section III - General Conditions 6.10 EMERGENCIES In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, Contractor, with or without special instruction or authorization from Owner or the Owner's Representative, is obligated to act to prevent damage, injury or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Owner's Representative determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.11 DRAWINGS 6.11.1 SHOP DRAWINGS, SAMPLES, RFIs, and SUBMITTAL REVIEW Contractor shall submit Shop Drawings to Engineer for review and approval as called for in the Technical Specifications or required by the Engineer. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Engineer the materials and equipment Contractor proposes to provide and to enable Engineer to review the information. Contractor shall also submit Samples to Engineer for review and approval. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified: (i) all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, (ii) all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and (iii) all information relative to Contractor's sole responsibilities in respect to means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples with the requirements of the Work and the Contract Documents. Each submittal will bear a stamp or specific written indication that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. At the time of submission, Contractor shall give Engineer specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to Engineer for review and approval of each such variation. The Contractor shall maintain a submittal log as mentioned in Article 2.5. The Engineer and Construction Services Department shall receive updated copies at each progress meeting, and the Engineer shall respond to each submittal within twenty-one (21) consecutive calendar days. The Contractor shall maintain a request for information (RFI) log as mentioned in Article 2.5. The Engineer and Construction Services Department shall receive updated copies at each progress meeting, and the Engineer shall respond to each RFI within twenty-one (21) consecutive calendar days. The untimely submission of Submittal or RFIs shall not be grounds for a delay claim from the Contractor. Engineer's review and approval of Shop Drawings and Samples will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated the Contract Documents. Engineer's Sectionl1l.doc Page 18 of 45 1 idrW) 5 Attachment number 6 Page 35 of 352 Section III - General Conditions review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. Engineer's review and approval of Shop Drawings or Samples shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has in writing called Engineer's attention to each such variation at the time of submission and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by the Engineer relieve the Contractor from responsibility for complying with the requirements of paragraph above discussing field measurements by the Contractor. 6.11.2 AS-BUILT DRAWINGS The Contractor shall keep and maintain one set of blueprints, As-Built Drawings, in good order and legible condition to be continuously marked-up at the job site. The Contractor shall mark and annotate neatly and clearly all project conditions, locations, configurations and any other changes or deviations which may vary from the details represented on the original Contract Plans, including revisions made necessary by Addenda, Shop Drawings, and Change Orders during the construction process. The Contractor shall record the horizontal and vertical locations, in the plan and profile, of all buried utilities that differ from the locations indicated or which were not indicated on the Contract Plans and buried (or concealed), construction and utility features which are revealed during the construction period. The As-Built Drawings shall be available for inspection by the Engineer, Engineer's Consultant, and the Owner's Representative at all times during the progress of the Project. The As-Built Drawings shall be reviewed by the Owner's Representative, or his designee, for accuracy and compliance with the requirements of "As-Built Drawings" prior to submittal of the monthly pay requests. The pay requests shall be rejected if the marked-up blueline prints do not conform to the "As-Built Drawings" requirements. As-Built Drawings shall be submitted to the Owner Inspector for approval upon completion of the project and prior to acceptance of final pay request. Final pay request shall not be processed until As-Built Drawings have been reviewed by the Engineer or the Engineer's Consultant for accuracy and completeness. Prior to placing new potable water mains in service, the Contractor shall provide the Engineer intersection drawings, as specified for the water mains. The Owner's acceptance of the "As-Built Drawings" does not relieve the Contractor of the sole responsibility for the accuracy and completeness of the As-Built Drawings. 6.11.2.1 General The Contractor shall prepare an "AS-BUILT SURVEY" per chapter 61G17-6, Florida Administrative Code (see definition below), signed and sealed by a Florida registered land surveyor. The contractor will deliver to the Owner two hard copies of signed and sealed As-Built Drawings and an AutoCAD file. Sectionl1l.doc Page 19 of 45 1 idrW) 5 Attachment number 6 Page 36 of 352 Section III - General Conditions 61G17-6.002 Definition: (10)(a) As-Built Survey: a survey performed to obtain horizontal and/or vertical dimensional data so that constructed improvements may be located and delineate& also know as Record Survey. This survey shall be clearly titled "As-Built Survey" and shall be signed and sealed by a Florida registered land surveyor. The survey must be delivered to the Owner of Clearwater Construction Division upon substantial completion of the project. If this condition is not met, the Owner will procure the services of a Professional Surveyor and Mapper registered in the State of Florida and will back charge the contractor a fee of $1,800 per day or any portion thereof to provide the Owner with the required As-Built Survey. 6.11.2.2 Sanitary and Storm Sewer Piping Systems 1. Manholes and inlets shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. New sanitary service connections and replaced sanitary service connections shall be dimensioned to the nearest downstream manhole. All manholes, cleanouts and catch basin invert and rim elevations, manhole and catch basin dimensions, pipe sizes, and pipe material shall also be noted on the plan view and also on the profile if one exists. 2. Pipe materials and areas of special construction shall be noted. 6.11.2.3 Pressure Pipe construction (Water, Reclaimed Water, Forcemain) All pipes shall be located by survey coordinates (northing, easting and elevation) based on the approved horizontal and vertical datum or utilize the stationing supplied on the construction plans. Coordinates shall be at all pipe bends, tees, valves, reducers, and deflections. Also all new and replaced service connections for potable and reclaimed water will be located as described above. Additionally there must be survey coordinates no further than 100 feet apart on linear type construction and shall denote top of pipe elevation at those points. 6.11.2.4 Electrical and Control Wiring The as-built drawings shall include all changes to the original Contract Plans. The as-built drawings shall also include the size, color, and number of wires and conduit. For projects where this information is too voluminous to be contained on the blueline prints, the Contractor shall prepare supplemental drawings, on same size sheets as the blueline prints, showing the additional conduit runs, I-line diagrams, ladder diagrams, and other information. The wiring schematic diagrams shall show termination location and wiring identification at each point on the ladder diagram. 6.11.2.5 Horizontal and Vertical Control The As-Built survey shall be based on the original datum used for the construction design plans or if required by the Owner the datum shall be referenced to the North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. The unit of measurement shall be the United States Foot. Any deviation or use of any other datum, (horizontal and or vertical), must be approved by the Owner of Clearwater Engineering Department. SectionlLl.doc Page 20 of 45 JJ&I 2W 5 Attachment number 6 Page 37 of 352 Section III - General Conditions 6.11.2.6 Standards The As-Built survey shall meet the Minimum Technical Standards per Chapter 61G17 and the Clearwater CAD STANDARDS set forth below. In addition to locating all improvements that pertain to the as-built survey it is the requirement of the Owner to have minimum location points at every change in direction and no more than 100 feet apart on all pressure pipes. 6.11.2.7 Other The As-Built drawings shall reflect any differences from the original Contract Plans, in the same level of detail and units of dimensions as the Plans. 6.11.3 CAD STANDARDS 6.11.3.1 Layer Naming 6.11.3.1.1 Prefixes and Suffixes DI prefix denotes digitized or scanned entities EP prefix denotes existing points - field collected EX prefix denotes existing entities - line work and symbols PR prefix denotes proposed entities - line work and symbols FU prefix denotes future entities (proposed but not part of this contract) - line work and symbols TX suffix denotes text - use for all text, no matter the prefix 6.11.3.1.2 Laver Namina Definitions: GAS gas lines and appurtenances ELEC power lines and appurtenances PHONE telephone lines and appurtenances CABLE cable TV lines and appurtenances BOC curbs WALK sidewalk WATER water lines and appurtenances, sprinklers STORM storm lines and appurtenances TREES trees, bushes, planters SANITARY sanitary lines and appurtenances FENCE all fences BLDG buildings, sheds, finished floor elevation DRIVE driveways EOP edge of pavement without curbs Sectionl1l.doc Page 21 of 45 JJ&I 2W 5 Attachment number 6 Page 38 of 352 Section III - General Conditions TRAFFIC signal poles, control boxes TOPBANK top of bank TOESLOPE toe of slope TOPBERM top of berm TOEBERM toe of berm SEAWALL seawall CONCSLAB concrete slabs WALL walls, except seawall SHORE shoreline, water elevation CL centerline of road CLD centerline of ditch CLS centerline of swale CORNER property corners, monumentation BENCH benchmark, temporary benchmarks Other layers may be created as required, using above format. 6.11.3.2 Layer Properties All layers will use standard AutoCAD linetypes, bylayer. All layers will use standard AutoCAD colors, bylayer. All text will use standard AutoCAD fonts. 6.11.3.3 Text Styles Text style for EX layers will use the simplex font, oblique angle of 0°, and a text height of .008 times the plot scale. Text style for PR and FU layers will use the simplex font, oblique angle of 22.5°, and a text height of .010 times the plot scale. 6.11.4 DELIVERABLES: The as-built survey shall be produced on vellum or bond material, 24" x 36" at a scale of 1"=20' unless approved otherwise. The consultant shall deliver all drawing files in digital format. Acceptable file formats include: DWG, DXF of a shape file. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or e-mail address Thomas.Mahony(&Myclearwater.com. 6.12 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, SectionlLl.doc Page 22 of 45 JJ&I 2W 5 Attachment number 6 Page 39 of 352 Section III - General Conditions modification or operation by persons other than Contractor, Subcontractors or Suppliers. Until the acceptance of the Work by the Owner, the Work shall be under the charge and care of the Contractor, and he shall take every necessary precaution against injury or damage to any part thereof by action of the elements, or from any other cause whatsoever, arising from the execution or non-execution of the Work. The Contractor shall rebuild, repair and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any cause before its completion and final acceptance by the Owner. In addition, "the Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one year from the date of final acceptance". Contractor's warranty and guarantee hereunder excludes improper maintenance and operation by Owner's employees and normal wear and tear under normal usage for any portion of the Work, which has been partially accepted by the Owner for operation prior to final acceptance by the Owner. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: (i) observations by Owner's Representative, (ii) recommendation of any progress or final payment by Owner's Representative, (iii) the issuance of a certificate of Substantial Completion or any payment by the Owner to contractor under the Contract Documents, (iv) use or occupancy of the Work or any part thereof by Owner, (v) any acceptance by Owner or any failure to do so, (vi) any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of Acceptance by the Engineer. 6.13 CONTINUING THE WORK Contractor shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the Owner. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Owner or Contractor may otherwise agree in writing. 6.14 INDEMNIFICATION Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier, any person directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person. If, through acts of neglect on the part of Contractor, any other Contractor or any Subcontractor shall suffer loss or damage on the work, Contractor shall settle with such other Contractor or Subcontractor by agreement or arbitration if such other Contractor or Subcontractor will so settle. If such other Contractor or Subcontractor shall assert any claim against the Owner on such account of any damage alleged to have been sustained, the Owner shall notify Contractor, who SectionlLl.doc Page 23 of 45 JJ&I 2W 5 Attachment number 6 Page 40 of 352 Section III - General Conditions shall indemnify and save harmless the Owner against any such claim. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, any person directly or indirectly employed by any of them to perform or furnish any of the work, or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Sub-contractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. The indemnification obligations of Contractor under this paragraph shall not extend to the liability of Engineer and Engineer's Consultants, officers, directors, employees, or agents caused by the professional negligence, errors or omissions of any of them. 7 OTHER WORK 7.1 RELATED WORK AT SITE The City reserves the right to have its own forces enter the construction site at any time and perform work as necessary in order to perform infrastructure repair or maintenance, whether related to the project or not. The Contractor will allow complete access to all utility owners for these purposes. The City may have its own forces perform new work related to the project, however, this work will be identified in the Contract Scope of Work and coordination will be such that this activity is denoted in the Contractor's CPM Schedule so as not to cause any delays or interference with the Contractor's work or schedule. 7.2 COORDINATION If the Owner contracts with others for the performance of other work on the Project at the site, the following will be set forth in the Scope of Work: (i) the person who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; (ii) the specific matters to be covered by such authority and responsibility will be itemized; and (iii) the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, the Owner shall have sole authority and responsibility in respect of such coordination. 8 OWNERS RESPONSIBILITY Except as otherwise provided in these General Conditions, the Owner shall issue all communications from the Owner to the Contractor through Owner's Representative. The Owner shall furnish the data required of the Owner under the Contract Documents promptly and shall make payments to Contractor promptly when they are due as provided in these General Conditions. The Owner is obligated to execute Change Orders as indicated in the Article on Changes In The Work. The Owner's responsibility in respect of certain inspections, tests, and approvals is set forth in the Article on Tests and Inspections. SectionlLl.doc Page 24 of 45 JJ&I 2W 5 Attachment number 6 Page 41 of 352 Section III - General Conditions In connection with the Owner's right to stop work or suspend work, see the Article on Engineer may Stop the Work. The Article on Suspension of Work and Termination deals with the Owner's right to terminate services of Contractor under certain circumstances. Owner shall not supervise, direct or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The Owner will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. 9 OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION 9.1 OWNERS REPRESENTATIVE Dependant of the project type, the Owner's Representative during the construction period will either be the Construction Manager, the Engineer, or a designee of the Project's Owner. The duties, responsibilities and the limitations of authority of Owner's Representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 9.2 CLARIFICATIONS AND INTERPRETATIONS Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents regarding design issues only, in the form of Submittal responses, RFI responses, Drawings or otherwise, as Engineer may determine necessary, which shall be consistent with the intent of and reasonably inferable from Contract Documents. All other clarifications and interpretations of the Contract Documents shall be issued form the Owner's Representative. Such written clarifications and interpretations will be binding on the Owner and Contractor. If Contractor believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Time and the parties are unable to agree to the amount or extent thereof, if any, Contractor may make a written claim therefore as provided in the Articles for Change of Work and Change of Contract Time. 9.3 REJECTING OF DEFECTIVE WORK The Owner's Representative or the Engineer will have authority to disapprove or reject Work which Owner's Representative or the Engineer believes to be defective, or that Owner's Representative or the Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. The Owner's Representative or the Engineer will also have authority to require special inspection or testing of the Work whether or not the Work is fabricated, installed or completed. 9.4 SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS In connection with Engineer's authority as to Shop Drawings and Samples, see articles on Shop Drawings and Samples. In connection with Owner's Representative authority as to Change Orders, see the articles on Changes of Work, Contract Price and Contract Time. In connection SectionlLl.doc Page 25 of 45 JJ&I 2W 5 Attachment number 6 Page 42 of 352 Section III - General Conditions with Owner's Representative authority as to Applications for Payment, see the articles on Payments to Contractor and Completion. 9.5 DECISIONS ON DISPUTES The Owner's Representative will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder. Claims, disputes and other matters relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the work and Claims under the Articles for Changes of Work, Changes of Contract Time and Changes of Contract Price will be referred initially to Owner's Representative in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to Owner's Representative and the other party to the Agreement promptly, but in no event later than thirty (30) days, after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to Owner's Representative and the other party within sixty (60) days after the start of such occurrence or event unless Owner's Representative allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to Owner's Representative and the claimant within thirty (30) days after receipt of the claimant's last submittal, unless Owner's Representative allows additional time. Owner's Representative will render a formal decision in writing within thirty (30) days after receipt of the opposing party's submittal, if any, in accordance with this paragraph. Owner Representative's written decision on such claim, dispute or other matter will be final and binding upon the Owner and Contractor unless (i) an appeal from Owner Representative's decision is taken within thirty (30) days of the Owner Representative's decision, or the appeal time which may be stated in a Dispute Resolution Agreement between Owner and Contractor for the settlement of disputes or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from Owner Representative's written decision is delivered by the Owner or Contractor to the other and to Owner's Representative within thirty (30) days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty (60) days of the date of such decision, unless otherwise agreed in writing by the Owner and Contractor. When functioning as interpreter and judge, Owner's Representative will not show partiality to the Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Owner's Representative with respect to any such claim, dispute or other matter will be a condition precedent to any exercise by the Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuant the Article on Dispute Resolution. 9.6 LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES Neither Owner Representative's authority or responsibility under this paragraph or under any other provision of the Contract Documents nor any decision made by Owner's Representative in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by Owner's Representative shall SectionlLl.doc Page 26 of 45 JJ&I 2W 5 Attachment number 6 Page 43 of 352 Section III - General Conditions create, impose or give rise to any duty owed by Owner's Representative to Contractor, any Subcontractor, any Supplier, any other person or organization or to any surety for or employee or agent of any of them. Owner's Representative will not supervise, direct, control or have authority over or be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the work. Owner's Representative will not be responsible for Contractor's failure to perform or furnish the work in accordance with the Contract Documents. Owner's Representative will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the work. Owner Representative's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by the Contractor will only be to determine generally that their content complies with the requirements of the Contract Documents and, in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with the Contract Documents. The limitations upon authority and responsibility set forth in this paragraph shall also apply to Owner Representative's CEI, the Engineer's Consultants, and assistants. 10 CHANGES IN THE WORK Without invalidating the Agreement and without notice to any surety, the Owner may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as may otherwise be specifically provided). If the Owner and Contractor are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Time that should be allowed as a result of a Work Change Directive, a claim may be made therefore as provided in these General Conditions. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in these General Conditions except in the case of an emergency as provided or in the case of uncovering work as provided in article for Uncovering Work. The Owner and Contractor shall execute appropriate Change Orders or Written Amendments recommended by Owner's Representative covering: changes in the work which are (i) ordered by the Owner (ii) required because of acceptance of defective work under the article for Acceptance of Defective Work or correcting defective Work under the article for Owner May Correct Defective Work or (iii) agreed to by the parties; changes in the Contract Price or Contract Time which are agreed to by the parties; and SectionlLl.doc Page 27 of 45 JJ&I 2W 5 Attachment number 6 Page 44 of 352 Section III - General Conditions changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Owner's Representative pursuant to the article for Decisions on Disputes; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in the article for Continuing the Work. If notice of any change affecting the general scope of the work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 11 CHANGES IN THE CONTRACT PRICE 11.1 CHANGES IN THE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by Contractor shall be at Contractor's expense without change in the Contract Price. The Contract Price may only be adjusted by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on a written notice of claim stating the general nature of the claim, to be delivered by the party making the claim to the other party and to Owner's Representative or promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after the start of such occurrence or event, unless Owner's Representative allows additional time for claimant to submit additional or more accurate data in support of the claim, and shall be accompanied by claimant's written statement that the claimed adjustment covers all known amounts to which the claimant is entitled as a result of said occurrence or event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: (i) where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (ii) where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit), (iii) where the Work is not covered by unit prices contained in the Contract Documents and agreement is reached to establish unit prices for the Work. Where the work involved is not covered by unit prices contained in the Contract Documents and where the Owner's Representative, the Owner, the Engineer, the Engineer's Consultant, and Contractor cannot mutually agree on a lump sum price, the City of Clearwater shall pay for directed changes in the WORK, on "COST REIMBURSEMENT" basis. The Contractor shall apply for compensation, detailing Contractors forces, materials, equipment, subcontractors, and other items of direct costs required for the directed work. The application for Cost Reimbursement shall be limited to the following items: I. Labor, including foremen, for those hours associated with the direct work (actual payroll cost, including wages, fringe benefits, labor insurance and labor taxes SectionlLl.doc Page 28 of 45 JJ&I 2W 5 Attachment number 6 Page 45 of 352 Section III - General Conditions established by law). Expressly excluded from this item are all costs associated with negotiating the subject change. 2. Materials associated with the change, including sales tax. The costs of materials shall be substantiated through vendors' invoices. 3. Rental or equivalent rental costs of equipment, including necessary transportation costs if specifically used for the WORK. The rental rates shall not exceed the current rental rates prevailing in the locality or as defined in the rental Rate Blue Book for Construction Equipment (a.k.a. DataQuest Blue Book). The rental rate is defined as the full-unadjusted base rental rate for the appropriate item of construction equipment and shall cover the costs of all fuel, supplies, repairs, insurance, and other costs associated with supplying the equipment for work ordered. Contractor-owned equipment will be paid for the duration of time required to complete the work. Utilize lowest cost combination of hourly, daily, weekly, or monthly rates. Do not exceed estimated operating costs given in Blue Book. Operating costs will not be allowed for equipment on stand-by. 4. Additional costs for Bonds, Insurance if required by the City of Clearwater. The following fixed fees shall be added to the costs of the directed work performed by the Contractor or Subcontractor. A. A fixed fee of fifteen percent (15%) shall be added to the costs of Item I above. If work is performed by a subcontractor, the Contractor's fee shall not exceed five percent (5%), and the subcontractor's fee shall not exceed ten percent (10%). B. A fixed fee of ten percent (10%) shall be added to the costs of Item 2 above. C. No markup shall be added to the costs of Items 3 and 4. The fixed fees shall be considered the full compensation for all cost of general supervision, overhead, profit, and other general expense. 11.2 ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: (i) the allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and (ii) Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by Owner's Representative to reflect actual amounts due Contractor on account of Work covered by allowances and all the Work actually performed by the Contractor, and the Contract Price shall be correspondingly adjusted. 11.3 UNIT PRICE WORK Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to SectionlLl.doc Page 29 of 45 JJ&I 2W 5 Attachment number 6 Page 46 of 352 Section III - General Conditions the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Owner's Representative. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. The Owner or Contractor may make a claim for an adjustment in the Contract Price if: (i) the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Contract Documents; and (ii) there is no corresponding adjustment with respect to any other item of Work; and (iii) if Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or the Owner believes that the Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. On unit price contracts, Owner endeavors to provide adequate unit quantities to satisfactorily complete the construction of the project. It is expected that in the normal course of project construction and completion that not all unit quantities will be used in their entirety and that a finalizing change order which adjusts contract unit quantities to those unit quantities actually used in the construction of the project will result in a net decrease from the original Contract Price. Such reasonable deduction of final Contract Price should be anticipated by the Contractor in his original bid. 12 CHANGES IN THE CONTRACT TIME The Contract Time (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Time (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to Owner's Representative promptly, but in no event later than thirty (30) days, after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty (60) days after such occurrence, unless Owner's Representative allows an additional period of time to ascertain more accurate data in support of the claim, and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time (or Milestones) shall be determined by Owner's Representative. No claim for an adjustment in the Contract Time (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph. All time limits stated in the Contract Documents are of the essence of the Agreement. Where Contractor is prevented from completing any part of the work within the Contract Time (or Milestones) due to delay beyond the control of Contractor, the Contract Time (or Milestones) may be extended in an amount equal to the time lost due to such delay if a claim is made therefore as provided in the article for Changes in the Work. Delays beyond the control of Contractor shall include, but not be limited to, acts by the Owner, acts of utility owners or other contractors performing other work as contemplated by the article for Other Work, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. SectionlLl.doc Page 30 of 45 1 idrW) 5 Attachment number 6 Page 47 of 352 Section III - General Conditions Where Contractor is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both the Owner and Contractor, an extension of the Contract Time (or Milestones) in an amount equal to the time lost due to such delay shall be Contractor's sole and exclusive remedy for such delay. In no event shall the Owner be liable to Contractor, any Subcontractor, any Supplier, any other person, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of Contractor, or (ii) delays beyond the control of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts by utility owners or other contractors performing other work as contemplated by paragraph for Other Work. 13 TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 TESTS AND INSPECTION Contractor shall give Owner's Representative and Engineer timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. Contractor shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents. The costs for these inspections, tests or approvals shall be borne by the Contractor except as otherwise provided in the Contract Documents. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body including all Owner Building Departments and Owner Utility Departments, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish Owner's Representative the required certificates of inspection or approval. Unless otherwise stated in the Contract Documents, Owner permit and impact fees will be waived. Contractor shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation of the Work. If any Work (or the work of others) that is to be inspected tested or approved is covered by Contractor without written concurrence of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for observation. Uncovering Work as provided in this paragraph shall be at Contractor's expense unless Contractor has given Owner's Representative and Engineer timely notice of Contractor's intention to cover the same and Owner's Representative has not acted with reasonable promptness in response to such notice. 13.2 UNCOVERING THE WORK If any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered for Owner Representative's observation and replaced at Contractor's expense. Sectionl1l.doc Page 31 of 45 ? ?I112?F "I 5 Attachment number 6 Page 48 of 352 Section III - General Conditions If Owner's Representative considers it necessary or advisable that covered Work be observed by Owner's Representative or inspected or tested by others, Contractor, at Owner Representative's request, shall uncover, expose or otherwise make available for observation, inspection or testing as Engineer or Owner's Representative may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the Owner shall be entitled to an appropriate decrease in the Contract Price for the costs of the investigation, and, if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in the article for Change in Contract Price. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefore as provided the article for Change in Contract Price and Change of Contract Time. 13.3 OWNER'S REPRESENTATIVE MAY STOP THE WORK If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Engineer or Owner's Representative may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner's Representative to stop the Work shall not give rise to any duty on the part of Owner's Representative or Owner to exercise this right for the benefit of Contractor or any surety or other party. If the Owner's Representative stops Work under this paragraph, Contractor shall be entitled to no extension of Contract Time or increase in Contract Price. 13.4 CORRECTION OR REMOVAL OF DEFECTIVE WORK If required by Engineer or Owner's Representative, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer or Owner's Representative, remove it from the site and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.5 WARRANTY/CORRECTION PERIOD If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instructions; (i) correct such defective Work, or, if it has been rejected by the Owner, remove it from the site and replace it with Work that is not defective and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the Owner may have the defective Work corrected or the rejected. Work removed and replaced, and SectionlLl.doc Page 32 of 45 JJ&I 2W 5 Attachment number 6 Page 49 of 352 Section III - General Conditions all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if specifically and expressly so provided in the Specifications or by Written Amendment. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this paragraph the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. 13.6 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, the Owner prefers to accept it, the Owner may do so. Contractor shall pay all claims, costs, losses and damages attributable to the Owner's evaluation of and determination to accept such defective Work such costs to be approved by Owner's Representative as to reasonableness. If any such acceptance occurs prior to Owner Representative's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in article for Change of Contract Price. If the acceptance occurs after the Owner Representative's recommendation for final payment an appropriate amount will be paid by Contractor to the Owner. 13.7 OWNER MAY CORRECT DEFECTIVE WORK If Contractor fails within a reasonable time after written notice from Owner's Representative to correct defective Work or to remove and replace rejected Work as required by Owner's Representative in accordance with the article for Correction and Removal of Defective Work or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, the Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the Owner shall proceed expeditiously. In connection with such corrective and remedial action, the Owner may exclude Contractor from all or part of the site, take possession of all or part of the Work, and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's Representatives, agents and employees, the Owner's other contractors, and Owner's Representative, Engineer, and Engineer's Consultants access to the site to enable the Owner to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the Owner in exercising such rights and remedies will be charged against Contractor and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Owner may make a claim therefore as provided in the article for Change of SectionlLl.doc Page 33 of 45 1 idrW) 5 Attachment number 6 Page 50 of 352 Section III - General Conditions Contract Price. Such claims, costs, losses and damages will include but not be limited to all costs of repair or 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 (or Milestones) because of any delay in the performance of the Work attributable to the exercise by the Owner of the Owner's rights and remedies hereunder. 14 PAYMENTS TO CONTRACTOR AND COMPLETION Progress payments on account of Unit Price Work will be based on the number of units completed. 14.1 APPLICATION FOR PROGRESS PAYMENT Contractor shall submit (not more often than once a month) to Owner's Representative for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the 25th of each month and accompanied by such supporting documentation as is required by the Owner's Representative and the Contract Documents. Unless otherwise stated in the Contract Documents, payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor and equipment. A retainage of not less than five (5%) of the amount of each Application for Payment for the total of all Work, including as-built survey and Inspector overtime reimbursement, completed to date will be held until final completion and acceptance of the Work covered in the Contract Documents. No progress payment shall be construed to be acceptance of any portion of the Work under contract. The Contractor shall review with the Engineer or the Construction Inspector all quantities and work for which payment is being applied for and reach agreement prior to submittal of an Official Pay Request. The Engineer or the Construction Inspector will verify that the on-site marked up as-built drawings are up to date with the work and are in compliance with the Contract Documents. In addition to all other payment provisions set out in this contract, the Owner's Representative may require the Contractor to produce for Owner, within fifteen (15) days of the approval of any progress payment, evidence and/or payment affidavit that all subcontractors and suppliers have been paid any sum or sums then due. A failure on the part of the contractor to provide the report as required herein shall result in further progress or partial payments being withheld until the report is provided. 14.2 CONTRACTOR'S WARRANTY OF TITLE Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the Owner no later than the time of payment, free and clear of liens. No materials or supplies for the Work shall be purchased by Contractor or Subcontractor subject to any chattel mortgage or under a conditional sale contact or other agreement by which an interest is retained by the seller. Contractor warrants that he has good title to all materials and supplies used by him in the Work, free from all liens, claims or encumbrances. Contractor shall indemnify and save the Owner harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen, and furnisher's of machinery and parts thereof, equipment, power tools, and all supplies incurred in the furtherance of the performance of this Contract. Contractor shall at the Oweer's request, furnish satisfactory evidence that all obligations of the SectionlLl.doc Page 34 of 45 1 idrW) 5 Attachment number 6 Page 51 of 352 Section III - General Conditions nature hereinabove designated have been paid, discharged, or waived. If Contractor fails to do so, then the Owner may, after having served written notice on said Contractor either pay unpaid bills, of which the Owner has written notice, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payment to Contractor shall be resumed in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to the Contractor or the Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of Contractor and any payment so made by the Owner shall be considered as payment made under the Contract by the Owner to Contractor, and the Owner shall not be liable to Contractor for any such payment made in good faith. 14.3 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS Owner's Representative will within twenty (20) days after receipt of each Application for payment, either indicate a recommendation of payment and present Application to the Owner, or return the Application to Contractor indicating Owner Representative's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. Owner's Representative may refuse to recommend the whole or any part of any payment to Owner. Owner's Representative may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or test, nullify any such payment previously recommended, to such extent as may be necessary in Owner Representative's opinion to protect the Owner from loss because: (i) the Work is defective, or completed Work has been damaged requiring correction or replacement, (ii) the Contract Price has been reduced by amendment or Change Order, (iii) the Owner has been required to correct defective Work or complete Work, or (iv) Owner's Representative has actual knowledge of the occurrence of any of the events enumerated in the article on Suspension of Work and Termination. The Owner may refuse to make payment of the full amount recommended by the Owner's Representative because: (i) claims have been made against the Owner on account of Contractor's performance or furnishing of the Work, (ii) Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to the Owner to secure the satisfaction and discharge of such Liens, (iii) there are other items entitling the Owner to a set- off against the amount recommended, or (iv) the Owner has actual knowledge of any of the events described in this paragraph. The Owner shall give Contractor immediate notice of refusal to pay with a copy to the Owner's Representative, stating the reasons for such actions, and Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by the Owner and Contractor, when Contractor corrects to the Owner's satisfaction the reasons for such action. 14.4 PARTIAL UTILIZATION Use by the Owner at the Owner's option of any substantially completed part of the Work which (i) has specifically been identified in the Contract Documents, or (ii) Owner, Engineer, Owner's Representative, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by the Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Final Completion of all the Work subject to the following: SectionlLl.doc Page 35 of 45 1 idrW) 5 Attachment number 6 Page 52 of 352 Section III - General Conditions The Owner at any time may request Contractor in writing to permit the Owner to use any such part of the Work which the Owner believes to be ready for its intended use and substantially complete. If Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner, Owner's Representative, and Engineer that such part of the Work is substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner, Owner's Representative, and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Owner's Representative to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, Owner's Representative, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner, Owner's Representative, and Contractor in writing giving the reasons therefore. If Engineer considers that part of the Work to be substantially complete, the provisions of the articles for Substantial Completion and Partial Utilization will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.5 FINAL INSPECTION Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with Engineer, Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The Owner's Representative will produce a final punch list and assign a date for this work to be completed. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.6 FINAL APPLICATION FOR PAYMENT After Contractor has completed all such corrections to the satisfaction of Owner's Representative and has delivered in accordance with the Contract Documents all maintenance and operating instructions, As-built/Record Drawings, schedules, guarantees, Bonds, certificates or other evidence of insurance required by the paragraph for Bonds and Insurance, certificates of inspection, Inspector overtime reimbursement as required in the Contract Documents and other documents, Contractor may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (I) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by paragraph for Bonds and Insurance, (ii) consent of the surety, if any or if necessary, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to the Owner) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by the Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work for which the Owner or the Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to the Owner to indemnify the Owner against any Lien. SectionlLl.doc Page 36 of 45 1 idrW) 5 Attachment number 6 Page 53 of 352 Section III - General Conditions Prior to application for final payment, Contractor shall clean and remove from the premises all surplus and discarded materials, rubbish, and temporary structures, and shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work, and shall leave the Work in a neat and presentable condition. 14.7 FINAL PAYMENT AND ACCEPTANCE If through no fault of Contractor, final completion of the Work is significantly delayed and if Owner's Representative so confirms, the Owner shall, upon receipt of Contractor's final Application for payment and recommendation of Owner's Representative, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by the Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph for Bonds and Insurance, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Owner's Representative with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that such payment shall not constitute a waiver of claims. If on the basis of Owner Representative's observation of the Work during construction and final inspection, and Owner Representative's review of the final Application for Payment and accompanying documentation, all as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Owner's Representative will indicate in writing his recommendation of payment and present the Application to Owner for payment. Thereupon, Owner's Representative will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of this article. Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, the Owner shall, within twenty (20) days after receipt thereof pay contractor the amount recommended by Owner's Representative. 14.8 WAIVER OF CLAIMS The making and acceptance of final payment will constitute: a waiver of all claims by the Owner against Contractor, except claims arising from unsettled Liens, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and a waiver of all claims by Contractor against the Owner other than those previously made in writing and still unsettled. 15 SUSPENSION OF WORK AND TERMINATION 15.1 OWNER MAY SUSPEND THE WORK At any time and without cause, Owner's Representative may suspend the Work or any portion thereof for a period of not more than ninety (90) days by notice in writing to Contractor, which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the SectionlLl.doc Page 37 of 45 1 idrW) 5 Attachment number 6 Page 54 of 352 Section III - General Conditions Contract Times, or both, directly attributable to any such suspension if Contractor makes an approved claim therefore as provided in the articles for Change of Contract Price and Change of Contract Time. 15.2 OWNER MAY TERMINATE Upon the occurrence of any one or more of the following events; if Contractor persistently fails to perform the work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule as adjusted from time to time); if Contractor disregards Laws and Regulations of any public body having jurisdiction; if Contractor disregards the authority of Owner's Representative; if Contractor otherwise violates in any substantial way any provisions of the Contract Documents; or if the Work to be done under this Contract is abandoned, or if this Contract or any part thereof is sublet, without the previous written consent of the Owner, or if the Contract or any claim thereunder is assigned by Contractor otherwise than as herein specified, or at any time Owner's Representative certifies in writing to the Owner that the rate of progress of the Work or any part thereof is unsatisfactory or that the work or any part thereof is unnecessarily or unreasonably delayed. The Owner may, after giving Contractor (and the surety, if any), seven days' written notice and, to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the Owner has paid Contractor but which are stored elsewhere, and finish the Work as the Owner may deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by the Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to the Owner. Such claims, costs, losses and damages incurred by the Owner will be reviewed by Owner's Representative as to their reasonableness and when so approved by Owner's Representative incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph the Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by the Owner, the termination will not affect any rights or remedies of the Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by the Owner will not release Contractor from liability. Upon seven (7) days' written notice to Contractor and Owner's Representative, the Owner may, without cause and without prejudice to any other right or remedy of the Owner, elect to terminate the Agreement. In such case, Contractor shall be paid (without duplication of any items): SectionlLl.doc Page 38 of 45 1 idrW) 5 Attachment number 6 Page 55 of 352 Section III - General Conditions for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and for reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.3 CONTRACTOR MAY STOP WORK OR TERMINATE If, through, no act or fault of Contractor, the Work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority, or the Owner's Representative fails to act on any Application for Payment within thirty (30) days after it is submitted or the Owner fails for thirty (30) days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven (7) days' written notice to the Owner and Owner's Representative, and provided the Owner or Owner's Representative does not remedy such suspension or failure within that time, terminate the Agreement and recover from the Owner payment on the same terms as provided in the article for the Owner May Terminate. However, if the Work is suspended under an order of court through no fault of Owner, the Contractor shall not be entitled to payment except as the Court may direct. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if Owner's Representative has failed to act on an Application for Payment within thirty (30) days after it is submitted, or the Owner has failed for thirty (30) days to pay Contractor any sum finally determined to be due, Contractor may upon seven (7) day's written notice to the Owner and Owner's Representative stop the Work until payment of all such amounts due Contractor. The provisions of this article are not intended to preclude Contractor from making claim under paragraphs for Change of Contract Price or Change of Contract Time or otherwise for expenses or damage directly attributable to Contractor's stopping Work as permitted by this article. 16 DISPUTE RESOLUTION If and to the extent that the Owner and Contractor have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure will proceed. If no such agreement on the method and procedure for resolving such disputes has been reached, subject to the provisions of the article for Decisions on Disputes, the Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute provided, however, that nothing herein shall require a dispute to be submitted to binding arbitration. SectionlLl.doc Page 39 of 45 1 idrW) 5 Attachment number 6 Page 56 of 352 Section III - General Conditions 17 MISCELLANEOUS 17.1 SUBMITTAL AND DOCUMENT FORMS The form of all submittals, notices, change orders, pay applications, logs, schedules and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the Owner's Representative subject to the approval of Owner. 17.2 GIVING NOTICE Whenever any provision of the Contract Documents requires the giving of written notice, notice will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.3 NOTICE OF CLAIM Should the Owner or Contractor suffer injury or damage to person or property because of any error, omission or any act of the other party or of any of the other party's officers, employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.4 PROFESSIONAL FEES AND COURT COSTS INCLUDED Whenever reference is made to "claims, costs, losses and damages," the phrase shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs. 17.5 ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any rights thereunder without the approval of Owner, nor without the consent of surety unless the surety has waived its rights to notice of assignment. 17.6 RENEWAL OPTION Annual Contracts issued through the Engineering Department may be renewed for up to two (2) years, upon mutual consent of both the Owner and the Contractor/Vendor. All terms, conditions and unit prices shall remain constant unless otherwise specified in the contract specifications or in the Invitation to bid. Renewals shall be made at the sole discretion of the Owner, and must be agreed to in writing by both parties. All renewals are contingent upon the availability of funds, and the satisfactory performance of the Contractor as determined by the Construction Department. 18 ORDER AND LOCATION OF THE WORK The City reserves the right to accept and use any portion of the work whenever it is considered to the public interest to do so. The Engineer shall have the power to direct on what line or street the Contractor shall work and order thereof. SectionlLl.doc Page 40 of 45 1 idrW) 5 Attachment number 6 Page 57 of 352 Section III - General Conditions 19 MATERIAL USED All material incorporated into the final work shall be new material unless otherwise approved by the Engineer. If requested by the Engineer, the Contractor shall furnish purchase receipts of all materials. 20 CONFLICT BETWEEN PLANS AND SPECIFICATIONS The various Contract Documents shall be given precedence, in case of conflict, error or discrepancy, as follows: Modifications, Contract Agreement, Addenda, Supplementary General Conditions, General Conditions, Supplementary Technical Specifications, Technical Specifications, Drawings. In a series of Modifications or Addenda the latest will govern. 21 OWNER DIRECT PURCHASE (ODP) OPTION The Owner reserves the right, when identified during the bidding process as part of the project's documents, to contract with the Contractor to purchase certain portions of materials identified in the project as a sales tax savings option in compliance with Florida Law since the Owner is exempt from payment of sales tax. The Contract price includes Florida sales and other applicable taxes for materials, supplies, and equipment, which will be a part of the Contractor's work. The Owner, being exempt from sales tax, reserves the right to make direct purchases of various construction materials included in the Contractor's contract. The Owner purchasing of construction materials, if selected, will be administered on a deductive Change Order basis. Additionally, Purchase Orders will include Owner's Certificate of Exemption number. See SECTION IV, ARTICLE 1.1 - SCOPE DESCRIPTION for ODP items included in the Contract Documents and the APPENDIX for ODP Documents. 22 RESIDENT NOTIFICATION OF START OF CONSTRUCTION 22.1 GENERAL The Contractor shall notify all residents along the construction route or within a 500-foot radius, unless stated otherwise in the Contract Documents, with a printed door hanger notice indicating the following information about the proposed construction work and the Contractor performing the work: City seal or logo; the scheduled date for the start of construction; the type of construction; general sequence and scheduling of construction events; possibility of water service disruption and/or colored water due to construction efforts; Contractor's name, the Superintendent's name, Contractor address and telephone number; Contractor's company logo (optional); requirement for residents to remove landscaping and/or other private appurtenances which are in conflict with the proposed construction; and other language as appropriate to the scope of Contract work. Sample door hanger including proposed language shall be approved by the City prior to the start of construction. Notification shall be printed on brightly colored and durable card stock and shall be a minimum of 4-1/4 by 11 inches in size. Notification (door hanger) shall be posted to residences and businesses directly affected by the Contractor's activities no later than seven (7) days prior to the start of construction activity. Directly affected by the Contractor's activities shall mean all Contractor operations including staging areas, equipment and material storage, principal access routes across private property, etc. Contractor cannot start without proper seven (7) day notice period to residents. Contractor is required to maintain sufficient staff to answer citizen inquiries during normal business hours and to maintain appropriate message recording equipment to receive citizen inquires after business hours. Sectionl1l.doc Page 41 of 45 1 idrW) 5 Attachment number 6 Page 58 of 352 Section III - General Conditions Resident notification by the Contractor is a non-specific pay item to be included in the bid items provided in the contract proposal. 22.2 EXAMPLE CITY SEAL Of CITY OF CLEARWATER NOTICE OF CONSTRUCTION TODAY'S DATE: PLEASE EXCUSE US FOR ANY INCONVENIENCE We are the construction contractor performing (state type of contract) for the City of Clearwater in your area. The work will be performed in the public right-of-way adjacent to your property. This notice is placed a minimum of seven (7) days in advance of construction to notify property owners of the pending start of construction. (Brief description of the construction process to be expected by the property owners) The construction process may necessitate the removal of certain items from the right-of-way. Typical items such as sprinklers, grass, and postal approved mailboxes will be replaced by the contractor within a reasonably short period of time. The replacement of driveways and sidewalks will be made using standard asphalt or concrete materials. The property owner is responsible for the expense and coordination to replace driveways and sidewalks which have customized colors, textures and/or materials. Small trees, shrubs, landscaping materials, unauthorized mailboxes or structures within the right-of-way which must be removed due to the construction process will not be replaced. The property owner is responsible to relocate any such items which the property owner wishes to save prior to the start of construction. Vehicles parked on the streets or within the right-of-way may be required to be placed elsewhere. We are available to answer any questions you may have regarding the construction process or any particular item that must be relocated. Please contact our Construction Superintendent at (727) . We will be more than happy to assist you. Construction is anticipated to begin on: Company Name Company Address Contractor Phone Number 23 PROJECT INFORMATION SIGNS 23.1 SCOPE AND PURPOSE The Owner desires to inform the general public on the Owner's use and expenditure of public funding for general capital improvement and maintenance projects. To help accomplish this purpose, the Contractor is required to prepare and display public project information signs during the full course of the contract period. These signs will be displayed at all location(s) of active work. Payment to Contractor for the preparation, installation and management of project sign(s) shall be included in the cost of the work. The number of and type of signs will be stated in SECTION IV, ARTICLE 1.1 -SCOPE DESCRIPTION. SectionlLl.doc Page 42 of 45 JJ&I 2W 5 Attachment number 6 Page 59 of 352 Section III - General Conditions 23.2 TYPE OF PROJECT SIGN, FIXED OR PORTABLE Sign type shall be "fixed" on stationary projects and "portable" on projects which have extended locations or various locations. The particular wording to be used on the signs will be determined after contract award has been approved. Contractor will be provided the wording to be used on sign at the preconstruction conference. 23.3 FIXED SIGN Fixed sign shall be 4-foot by 6-foot (4'x6') in size and painted on a sheet of exterior grade plywood of the same size and a minimum thickness of 1/2-inches. Sign shall be attached to a minimum of two (2) 4-inch by 4-inch (4"x4") below grade pressure treated (P.T.) wooden posts and braced as necessary for high winds. Posts shall be long enough to provide secure anchoring in the ground. Bottom of sign must be a minimum of 24-inches above the ground. Alternate mounting system or attachment to fencing or other fixed structure can be considered for approval. Sign shall be painted white on both sides with exterior rated paint. 23.4 PORTABLE SIGNS Portable sign shall be a minimum of 24-inches by 30-inches (24"00") in size and will be attached to a standard sized portable traffic barricade. Sign material shall be aluminum, 0.080- inches or thicker, background of white reflective sheeting, and shall be silkscreen or vinyl lettering. Portable sign shall be two signs located and attached to each side of the traffic barricade. 23.5 SIGN COLORING Background shall be white. Project Descriptive Name shall be in blue lettering. All other lettering shall be black. Basic lettering on sign shall be in all capital letters, of size proportional to the sign itself. Each sign shall depict the City's sun and waves logo. The color of the sun shall be pantone yellow; the wave shall be process blue; and the text shall be black. 23.6 SIGN PLACEMENT Signs shall be placed where they are readily visible by the general public which pass by the project site. Signs are not to be placed where they may become a hazard or impediment to either pedestrian or vehicular traffic. For construction projects outside of the Owner's right-of-way, the signs will be placed on the project site. For projects constructed inside of the Owner's right-of- way, the signs will be placed in the right-of-way. Portable signs are to be moved to the locations of active work on the project. Multiple portable signs will be necessary where work is ongoing in several locations at the same time. Fixed signs are to be placed at the start of construction and will remain in place until the request for final payment. 23.7 SIGN MAINTENANCE The Contractor is responsible for preparation, installation, movement, maintenance, replacement, removal and disposal of all project signs during the full course of the contract period. The Contractor will place and secure portable signs from dislocation by wind or other actions. Signs are to be cleaned as necessary to maintain legibility and immediately replaced if defaced. SectionlLl.doc Page 43 of 45 1 idrW) 5 Attachment number 6 Page 60 of 352 Section III - General Conditions 23.8 TYPICAL PROJECT SIGN F PROJECT NAME (CONTRACT NUMBER) DEPARTMENT NAME) PROJECT N CONTRACTOR: COMPLETION DATE: FUNDING: OWNER'S REPRESENTATIVE: Clearwater U 2'-3' 4"x4" P.T. - E Post (Typ.) E I I 24 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE It will be required that the work will commence not later than five (5) calendar days after the Engineer gives written notice to proceed (NTP), which notice shall be given as outlined in Article 2 of these General Conditions. It is further required that all work within this contract be completed within the indicated number of consecutive calendar days as determined in SECTION IV, ARTICLE 1.1 - SCOPE DESCRIPTION. Contract date to commence at issuance of notice to proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract, per calendar day, for each day that the contract remains incomplete. The work shall be discontinued on Saturdays, Sundays, and approved Holidays. If it becomes necessary for the Contractor to perform work on Saturdays, Sundays, and approved City of Clearwater Employee SectionlLl.doc Page 44 of 45 1 idrW) 5 Attachment number 6 Page 61 of 352 Section III - General Conditions Holidays, that in the opinion of the Engineer, will require the presence of Inspectors, the Contractor shall pay the City of Clearwater, Florida, the amount of Four Hundred Eighty Dollars ($480.00) per each eight-hour (8) day for each Inspector given such assignment. The Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one (1) year from the date of final acceptance. SectionlLl.doc Page 45 of 45 1 idrW) 5 Attachment number 6 Page 62 of 352 SECTION IIIa SUPPLEMENTARY GENERAL CONDITIONS General Conditions of the Construction Contract are a part of this contract. The following supplements modify, change, delete from or add to the General Conditions of the Construction Contract. Where any article of the General Conditions is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. MODIFICATIONS TO GENERAL CONDITIONS SECTION III 2.0 - PRELIMINARY MATTERS 2.3 COMMENCMENT OF CONTRACT TIME; NOTICE TO PROCEED; STARTING THE PROJECT 2.3.1 The work required in the Contract for Pump Station 41 Rehabilitation shall be substantially complete no later than 160 calendar days after the date when the Contract Time commences to run. 2.3.2 Substantial completion is defined as having all components installed and ready for daily operation. Substantial completion includes start-up, operation, testing, manufacturers checks and services, operator training, and similar items. The following items need not be completed for Substantial Completion: a. Finish paving b. Final clean-up and restoration c. Final application for payment and final acceptance 2.3.3 All work in the Contract shall be completed and ready for final payment within 180 calendar days after the date when the Contract Time commences to run. 5.0 - BONDS AND INSURANCE 5.2 Insurance: Include as an additional insured the Owner's Engineering Consultant: Cardno TBE 380 Park Place Boulevard, Suite 300 Clearwater, Florida 33759 TBE Group, Inc. Supplementary General Conditions J:A00083\00083169.00\DOC\Specs\Sectionllla.doc Section IIIa-I FebrfteM* l 5 Attachment number 6 Page 63 of 352 6.0 CONTRACTOR'S RESPONSIBILITIES 6.8 PERMITS 6.8.1 The Contractor shall be required to pay all connection and impact fees. 6.9 SAFETY AND PROTECTION 6.9.1 The Contractor shall provide the City with a Hurricane Preparation Plan. 14.0 PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 APPLICATION FOR PROGRESS PAYMENT 14. 1.1 The City shall provide a disk with the Pay Application Format to the Contractor at the Preconstruction Meeting. TBE Group, Inc. Supplementary General Conditions J:A00083\00083169.00\DOC\Specs\Sectionllla.doc Section IIIa-2 Febr-MMO (l 5 Attachment number 6 Page 64 of 352 SECTION IV TECHNICAL SPECIFICATIONS Table of Contents: 1 SCOPE OF WORK ........................................................................................................... 1 1.1 SCOPE DESCRIPTION ................................................................................................ . 1 1.2 SCOPE OF WORK CHECKLIST ................................................................................. . 2 2 FIELD ENGINEERING .................................................................................................. 3 2.1 LINE AND GRADE SHALL BE PERFORMED BY THE CONTRACTOR .............. . 3 2. 1.1 GRADES, LINES AND LEVELS ............................................................................ . 3 2. 1.2 LAYOUT DATA ...................................................................................................... . 4 2.2 LINE AND GRADE SHALL BE PERFORMED BY THE CITY ................................ . 4 3 DEFINITION OF TERMS ............................................................................................... 4 3.1 REFERENCE STANDARDS ........................................................................................ . 4 3.2 ABBREVIATIONS AND SYMBOLS .......................................................................... . 4 4 ORDER AND LOCATION OF THE WORK ................................................................ 6 5 EXCAVATION FOR UNDERGROUND WORK .......................................................... 6 6 CONCRETE ......................................................................................................................7 7 EXCAVATION AND FORMS FOR CONCRETE WORK .......................................... 7 7.1 EXCAVATION ............................................................................................................... .7 7.2 FORMS .......................................................................................................................... . 7 8 REINFORCEMENT .........................................................................................................7 8.1 BASIS OF PAYMENT .................................................................................................. . 8 9 OBSTRUCTIONS .............................................................................................................8 10 RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT ............................................................................................ 8 11 WORK IN EASEMENTS OR PARKWAYS .................................................................. 9 12 DEWATERING .................................................................................................................9 12.1 GENERAL ..................................................................................................................... . 9 12.2 PERMIT REQUIREMENTS ........................................................................................ 10 12.2.1 DEWATERING CONTROL ................................................................................... 10 12.2.2 GENERIC PERMIT FOR THE DISCHARGE OF PRODUCED GROUND WATER FROMANYNON-CONTAMINATED SITE ACTIVITY ........................... 10 13 SANITARY MANHOLES .............................................................................................. 12 13.1 BUILT UP TYPE .......................................................................................................... 12 13.2 PRECAST TYPE .......................................................................................................... 13 13.2.1 MANHOLE ADJUSTMENT RINGS (GRADE RINGS) ........................................ 13 13.3 DROP MANHOLES ..................................................................................................... 13 13.4 FRAMES AND COVERS ............................................................................................ 14 SectionIV.doc i 1P81W "15 Attachment number 6 Page 65 of 352 13.5 MANHOLE COATINGS .............................................................................................. 14 13.6 CONNECTIONS TO MANHOLES ............................................................................. 14 14 BACKFILL ...................................................................................................................... 14 15 STREET CROSSINGS, ETC ........................................................................................ 14 16 RAISING OR LOWERING OF SANITARY SEWER, STORM DRAINAGE STRUCTURES ................................................................................................................ 15 16.1 BASIS OF PAYMENT ................................................................................................. 15 17 UNSUITABLE MATERIAL REMOVAL ..................................................................... 15 17.1 BASIS OF MEASUREMENT ...................................................................................... 15 17.2 BASIS OF PAYMENT ................................................................................................. 15 18 UNDERDRAINS ............................................................................................................. 15 18.1 BASIS OF MEASUREMENT ...................................................................................... 16 18.2 BASIS OF PAYMENT ................................................................................................. 16 19 STORM SEWERS .......................................................................................................... 16 19.1 AS BUILT INFORMATION ......................................................................................... 16 19.2 TESTING ...................................................................................................................... 16 19.3 BASIS OF PAYMENT ................................................................................................. 17 20 SANITARY SEWERS AND FORCE MAINS .............................................................. 17 20.1 MATERIALS ................................................................................................................ 17 20.1.1 GRAVITYSEWER PIPE ........................................................................................ 17 20.1.2 FORCE MAIN PIPE ............................................................................................. 17 20.2 INSTALLATION .......................................................................................................... 18 20.2.1 GRAVITYSEWER PIPE ........................................................................................ 18 20.2.2 FORCE MAIN PIPE ............................................................................................. 18 20.3 AS BUILT DRAWINGS ............................................................................................... 18 20.4 TESTING ...................................................................................................................... 18 20.4.1 TESTING OF GRAVITYSEWERS ........................................................................ 18 20.4.2 TESTING OF FORCE MAINS .............................................................................. 19 20.5 BASIS OF PAYMENT ................................................................................................. 19 20.5.1 GRAVITYSEWER PIPE ........................................................................................ 19 20.5.2 FORCE MAIN PIPE ............................................................................................. 19 21 DRAINAGE ..................................................................................................................... 19 22 ROADWAY BASE AND SUBGRADE .......................................................................... 19 22.1 BASE ............................................................................................................................ 19 22.1.1 BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE ................... 21 22.1.2 BASIS OF PAYMENT FOR BASE AND REWORKED BASE ............................... 21 22.2 SUBGRADE ................................................................................................................. 21 22.2.1 BASIS OF MEASUREMENT ................................................................................ 22 22.2.2 BASIS OF PAYMENT ............................................................................................ 22 23 ASPHALTIC CONCRETE MATERIALS ................................................................... 22 SectionlV.doc ii 10/13/2 008 Item # 15 Attachment number 6 Page 66 of 352 23.1 ASPHALTIC CONCRETE ........................................................................................... 22 23.1.1 AGGREGATE ........................................................................................................ 22 23.1.2 BITUMINOUS MATERIALS ................................................................................. 22 23.2 HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE ............................................................................................ 22 23.3 ASPHALT MIX DESIGNS AND TYPES .................................................................... 23 23.4 ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS ............................... 23 23.5 GENERAL CONSTRUCTION REQUIREMENTS .................................................... 24 23.6 CRACKS AND POTHOLE PREPARATION .............................................................. 24 23.6.1 CRACKS ................................................................................................................ 24 23.6.2 POTHOLES ........................................................................................................... 25 23.7 ADJUSTMENT OF MANHOLES ............................................................................... 25 23.8 ADDITIONAL ASPHALT REQUIREMENTS ............................................................ 25 23.9 SUPERPAVE ASPHALTIC CONCRETE .................................................................... 26 23.10 BASIS OF MEASUREMENT ...................................................................................... 26 23.11 BASIS OF PAYMENT ................................................................................................. 27 24 ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT .................................. 27 25 GENERAL PLANTING SPECIFICATIONS .............................................................. 27 25.1 IRRIGATION ................................................................................................................ 27 25.1.1 DESCRIPTION ..................................................................................................... 27 25.1.2 PRODUCTS .......................................................................................................... 29 25.1.3 EXECUTION ......................................................................................................... 33 25.2 LANDSCAPE ............................................................................................................... 36 25.2.1 GENERAL ............................................................................................................. 36 25.2.2 PRODUCTS .......................................................................................................... 41 25.2.3 EXECUTION ......................................................................................................... 44 26 HDPE DEFORMED - REFORMED PIPE LINING ................................................... 51 26.1 INTENT ........................................................................................................................ 51 26.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY ........................ 51 26.3 MATERIALS ................................................................................................................ 51 26.4 CLEANING/SURFACE PREPARATION .................................................................... 52 26.5 TELEVISION INSPECTION ....................................................................................... 52 26.6 LINER INSTALLATION ............................................................................................. 53 26.7 LATERAL RECONNECTION ..................................................................................... 53 26.8 TIME OF CONSTRUCTION ....................................................................................... 53 26.9 PAYMENT .................................................................................................................... 53 27 PLANT MIX DRIVEWAYS ........................................................................................... 53 27.1 BASIS OF MEASUREMENT ...................................................................................... 54 27.2 BASIS OF PAYMENT ................................................................................................. 54 28 REPORTING OF TONNAGE OF RECYCLED MATERIALS ................................ 54 29 CONCRETE CURBS ..................................................................................................... 54 29.1 BASIS OF MEASUREMENT ...................................................................................... 54 29.2 BASIS OF PAYMENT ................................................................................................. 54 SectionlV.doc iii 10/13/2 008 Item # 15 Attachment number 6 Page 67 of 352 30 CONCRETE SIDEWALKS AND DRIVEWAYS ......................................................... 54 30.1 CONCRETE SIDEWALKS .......................................................................................... 54 30.2 CONCRETE DRIVEWAYS ......................................................................................... 55 30.3 BASIS OF MEASUREMENT ...................................................................................... 55 30.4 BASIS OF PAYMENT ................................................................................................. 55 31 SODDING ........................................................................................................................ 55 32 SEEDING ......................................................................................................................... 56 33 STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES ................................................................................................................ 56 33.1 BUILT UP TYPE STRUCTURES ................................................................................ 56 33.2 PRECAST TYPE .......................................................................................................... 57 33.3 BASIS OF PAYMENT ................................................................................................. 57 34 MATERIAL USED ......................................................................................................... 57 35 CONFLICT BETWEEN PLANS AND SPECIFICATIONS ...................................... 57 36 STREET SIGNS .............................................................................................................. 57 37 AUDIO/VIDEO RECORDING OF WORK AREAS .................................................. 57 37.1 CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING ................................ 57 37.2 SCHEDULING OF AUDIO/VIDEO RECORDING ................................................... 57 37.3 PROFESSIONAL VIDEOGRAPHERS ....................................................................... 58 37.4 EQUIPMENT ............................................................................................................... 58 37.5 RECORDED INFORMATION, AUDIO ...................................................................... 58 37.6 RECORDED INFORMATION VIDEO ....................................................................... 58 37.7 VIEWER ORIENTATION ............................................................................................ 58 37.8 LIGHTING ................................................................................................................... 59 37.9 SPEED OF TRAVEL .................................................................................................... 59 37.10 VIDEO LOG/INDEX ................................................................................................... 59 37.1 1 AREA OF COVERAGE ............................................................................................... 59 37.12 COSTS OF VIDEO SERVICES ................................................................................... 59 38 EROSION AND SILTATION CONTROL ................................................................... 59 38.1 STABILIZATION OF DENUDED AREAS ................................................................. 59 38.2 PROTECTION AND STABILIZATION OF SOIL STOCKPILES ............................. 60 38.3 PROTECTION OF EXISTING STORM SEWER SYSTEMS .................................... 60 38.4 SEDIMENT TRAPPING MEASURES ........................................................................ 60 38.5 SEDIMENTATION BASINS ....................................................................................... 60 38.6 WORKING IN OR CROSSING WATERWAYS OR WATERBODIES ...................... 60 38.7 SWALES, DITCHES AND CHANNELS .................................................................... 61 38.8 UNDERGROUND UTILITY CONSTRUCTION ....................................................... 61 38.9 MAINTENANCE ......................................................................................................... 61 38.10 COMPLIANCE ............................................................................................................. 61 39 UTILITY TIE IN LOCATION MARKING ................................................................. 64 40 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE .................... 64 SectionlV.doc iv 10/13/2008 Item # 15 Attachment number 6 Page 68 of 352 41 POTABLE WATERMAINS, RECLAIMED WATERMAINS AND APPURTENANCES ....................................................................................................... 64 41 .1 SCOPE .......................................................................................................................... 64 41 .2 MATERIALS ................................................................................................................ 65 41.2.1 GENERAL ............................................................................................................. 65 41.2.2 PIPE MATERIALS AND FITTINGS ..................................................................... 65 41.2.3 GATE VALVES ...................................................................................................... 67 41.2.4 VALVE BOXES ...................................................................................................... 67 41.2.5 HYDRANTS ........................................................................................................... 68 41.2.6 SERVICE SADDLES ............................................................................................. 69 41.2.7 TESTS, INSPECTIONAND REPAIRS .................................................................. 69 41.2.8 BACKFLOW PREVENTERS ................................................................................ 69 41.2.9 TAPPING SLEEVES ............................................................................................. 70 41.2.10 BLOW OFF HYDRANTS ...................................................................................... 70 41 .3 CONSTRUCTION ........................................................................................................ 70 41.3.1 MATERIAL HANDLING ....................................................................................... 70 41.3.2 PIPE LAYING ....................................................................................................... 70 41.3.3 SETTING OF VALVES, HYDRANTS AND FITTINGS ......................................... 72 41.3.4 CONNECTIONS TO EXISTING LINES ............................................................... 72 41 .4 TESTS ........................................................................................................................... 73 41.4.1 HYDROSTATIC TESTS ......................................................................................... 73 41.4.2 NOTICE OF TEST ................................................................................................ 73 41 .5 STERILIZATION ......................................................................................................... 73 41.5.1 STERILIZING AGENT .......................................................................................... 73 41.5.2 FL USHING SYSTEM ............................................................................................ 73 41.5.3 STERILIZATION PROCEDURE .......................................................................... 73 41.5.4 RESIDUAL CHLORINE TESTS ............................................................................ 74 41.5.5 BACTERIAL TESTS .............................................................................................. 74 41 .6 ME ASUREMENT AND PAYMENT ........................................................................... 74 41.6.1 GENERAL ............................................................................................................. 74 41.6.2 FURNISHAND INSTALL WATER MAINS ........................................................... 75 41.6.3 FURNISH AND INSTALL FITTINGS ................................................................... 75 41.6.4 FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND CO VERS ................................................................................................................ 75 41.6.5 FURNISH AND INSTALL FIRE HYDRANTS ....................................................... 75 42 GAS SYSTEM SPECIFICATIONS .............................................................................. 76 43 TENNIS COURTS .......................................................................................................... 76 43.1 PAVED TENNIS COURTS .......................................................................................... 76 43.1.1 SOIL TREATMENTS ............................................................................................. 76 43.1.2 BASE COURSE ..................................................................................................... 76 43.1.3 PRIME COAT ....................................................................................................... 76 43.1.4 LEVELING COURSE ............................................................................................ 76 43.1.5 SURFACE COURSE ............................................................................................. 76 43.1.6 COLOR COAT ...................................................................................................... 77 43.2 CLAY TENNIS COURTS ............................................................................................ 78 SectionlV.doc v 10/13/2008 Item # 15 Attachment number 6 Page 69 of 352 43.2.1 GENERAL ............................................................................................................. 78 43.2.2 SITE PREPARATION ............................................................................................ 79 43.2.3 SLOPE ................................................................................................................... 79 43.2.4 BASE CONSTRUCTION ....................................................................................... 80 43.2.5 PERIMETER CURBING ....................................................................................... 80 43.2.6 SURFACE COURSE ............................................................................................. 80 43.2.7 ROOT BARRIER ................................................................................................... 80 43.2.8 FENCING ............................................................................................................. 81 43.2.9 WINDSCREENS .................................................................................................... 81 43.2.10 COURT EQUIPMENT .......................................................................................... 81 43.2.11 SHADE STRUCTURE ........................................................................................... 83 43.2.12 WATER SOURCE (Potable) .................................................................................. 83 43.2.13 CONCRETE .......................................................................................................... 83 43.2.14 EXISTING SPORT TENNIS COURT LIGHTING ................................................ 83 43.2.15 WATER COOLER ................................................................................................. 84 43.2.16 DEMONSTRATION .............................................................................................. 84 43.2.17 WARRANTY ........................................................................................................... 84 44 WORK ZONE TRAFFIC CONTROL ......................................................................... 85 44.1 CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL ......... 85 44.2 WORK ZONE TRAFFIC CONTROL PLAN .............................................................. 85 44.2.1 WORK ZONE SAFETY ......................................................................................... 85 44.3 ROADWAY CLOSURE GUIDELINES ....................................................................... 86 44.3.1 ALL ROADWAYS ................................................................................................... 86 44.3.2 MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS ................. 86 44.3.3 MAJOR ARTERIALS, MINOR ARTERIALS ......................................................... 86 44.3.4 MAJOR ARTERIALS ............................................................................................. 86 44.4 APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN ................................... 86 44.5 INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION .................... 87 44.6 PAYMENT FOR WORK ZONE TRAFFIC CONTROL ............................................. 87 44.7 CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR............ 87 45 CURED-IN-PLACE PIPE LINING .............................................................................. 87 45.1 INTENT ........................................................................................................................ 87 45.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY ........................ 88 45.3 MATERIALS ................................................................................................................ 88 45.4 CLEANING/SURFACE PREPARATION .................................................................... 88 45.5 TELEVISION INSPECTION ....................................................................................... 89 45.6 LINER INSTALLATION ............................................................................................. 89 45.7 LATERAL RECONNECTION ..................................................................................... 89 45.8 TIME OF CONSTRUCTION ....................................................................................... 89 45.9 PAYMENT .................................................................................................................... 89 46 SPECIFICATIONS FOR POLYETHYLENE SLIPLINING ..................................... 90 46.1 MATERIALS ................................................................................................................ 90 46.1.1 PIPE AND FITTINGS ........................................................................................... 90 46.1.2 QUALITYCONTROL ........................................................................................... 90 SectionlV.doc vi 10/13/2008 Item # 15 Attachment number 6 Page 70 of 352 46.1.3 SAMPLES .............................................................................................................. 90 46.1.4 REJECTION ......................................................................................................... 90 46.2 PIPE DIMENSIONS ..................................................................................................... 90 46.3 CONSTRUCTION PRACTICES ................................................................................. 91 46.3.1 HANDLING OF PIPE ........................................................................................... 91 46.3.2 REPAIR OF DAMAGED SECTIONS .................................................................... 91 46.3.3 PIPE JOINING ..................................................................................................... 91 46.3.4 HANDLING OF FUSED PIPE ............................................................................. 91 46.4 SL IPLINING PROCEDURE ........................................................................................ 91 46.4.1 PIPE REQUIREMENTS AND DIMENSIONS ...................................................... 91 46.4.2 CLEANING AND INSPECTION ........................................................................... 91 46.4.3 INSERTION SHAFT AND EXCAVATIONS .......................................................... 92 46.4.4 INSERTION OF THE LINER ................................................................................ 92 46.4. 5 CONFIRMATION OF PIPE SIZES ...................................................................... 92 46.4.6 UNDERDRAIN CONNECTIONS IF REQUIRED ................................................ 92 46.4.7 BACKFILLING ..................................................................................................... 93 46.4.8 POINT REPAIR ..................................................................................................... 93 46.4.9 CLEAN UP OPERATIONS ................................................................................... 93 47 SPECIFICATIONS FOR POLYVINYL CHLORIDE RIBBED PIPE ...................... 93 47.1 SCOPE .......................................................................................................................... 93 47.2 MATERIALS ................................................................................................................ 93 47.3 PIPE .............................................................................................................................. 93 47.4 JOINING SYSTEM ...................................................................................................... 94 47.5 FITTINGS ..................................................................................................................... 94 48 GUNITE SPECIFICATIONS ........................................................................................ 94 48.1 PRESSURE INJECTED GROUT ................................................................................ 94 48.2 REHABILITATION OF CORRUGATED METAL PIPE WITH GUNITE ................. 94 48.3 COMPOSITION ........................................................................................................... 94 48.4 STRENGTH REQUIREMENTS .................................................................................. 95 48.5 MATERIALS ................................................................................................................ 95 48.6 WATER ......................................................................................................................... 95 48.7 REINFORCEMENT ..................................................................................................... 95 48.8 STORAGE OF MATERIALS ....................................................................................... 95 48.9 SURFACE PREPARATION ......................................................................................... 96 48.10 PROPORTIONING ....................................................................................................... 96 48.11 MIXING ........................................................................................................................ 96 48.12 APPLICATION ............................................................................................................. 96 48.13 CONSTRUCTION JOINTS ......................................................................................... 97 48.14 SURFACE FINISH ....................................................................................................... 97 48.15 CURING ....................................................................................................................... 97 48.16 ADJACENT SURFACE PROTECTION ..................................................................... 97 48.17 INSPECTION ............................................................................................................... 98 48.18 EQUIPMENT ............................................................................................................... 98 49 SANITARY AND STORM MANHOLE LINER RESTORATION ........................... 99 SectionlV.doc vii 10/13/2008 Item # 15 Attachment number 6 Page 71 of 352 49.1 SCOPE AND INTENT ................................................................................................. 99 49.2 PAYMENT .................................................................................................................. .. 99 49.3 FIBERGLASS LINER PRODUCTS .......................................................................... .. 99 49.3.1 MATERIALS ........................................................................................................ ..99 49.3.2 INSTALLATIONAND EXECUTION .................................................................. 100 49.4 STRONG SEAL MS-2 LINER PRODUCT SYSTEM .............................................. 100 49.4.1 MATERIALS ........................................................................................................ 101 49.5 INFILTRATION CONTROL ...................................................................................... 101 49.6 GROUTING MIX ....................................................................................................... 101 49.7 LINER MIX ................................................................................................................ 101 49.8 WATER ....................................................................................................................... 102 49.9 OTHER MATERIALS ................................................................................................ 102 49.10 EQUIPMENT ............................................................................................................. 102 49.11 INSTALLATION AND EXECUTION ....................................................................... 102 49.11.1 PREPARATION ................................................................................................... 102 49.11.2 MIXING ............................................................................................................... 103 49.11.3 SPRAYING .......................................................................................................... 103 49.11.4 PRODUCT TESTING ......................................................................................... 103 49.11.5 CURING .............................................................................................................. 103 49.11.6 MANHOLE TESTING AND ACCEPTANCE ...................................................... 104 49.12 INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM ....... 104 49.12.1 SCOPE ................................................................................................................ 104 49.12.2 MATERIALS ........................................................................................................ 104 49.12.3 INSTALLATIONAND EXECUTION .................................................................. 106 50 PROJECT INFORMATION SIGNS .......................................................................... 108 51 IN-LINE SKATING SURFACING SYSTEM ............................................................ 108 51 .1 SCOPE ........................................................................................................................ 108 51 .2 SURFACE PREPARATIONS ..................................................................................... 109 51.2.1 ASPHALT ............................................................................................................ 109 51.2.2 CONCRETE ........................................................................................................ 109 51.2.3 COURT PATCH BINDER MIX ........................................................................... 109 51 .3 APPLICATION OF ACRYLIC FILLER COAT ......................................................... 109 51 .4 APPLICATION OF FORTIFIED PLEXIPAVE .......................................................... 110 51 .5 PLEXIFLOR APPLICATION .................................................................................... 110 51 .6 PLAYING LINES ....................................................................................................... 110 51 .7 GENERAL .................................................................................................................. 110 51 .8 LIMITATIONS ........................................................................................................... 110 52 RESIDENT NOTIFICATION OF START OF CONSTRUCTION ..........................111 53 GABIONS AND MATTRESSES ..................................................................................111 53.1 MATERIAL ................................................................................................................. 111 53. 1.1 GABIONAND RENO MATTRESS MATERIAL ................................................... 111 53. 1.2 GABIONAND MATTRESS FILLER MATERIAL :............................................... 113 53. 1.3 MATTRESS WIRE ................................................................................................ 114 53. 1.4 GEOTEXTILE FABRIC ........................................................................................ 114 SectionlV.doc viii 10/13/2008 Item # 15 Attachment number 6 Page 72 of 352 53.2 PERFORMANCE ....................................................................................................... 114 54 LAWN MAINTENANCE SPECIFICATIONS ...........................................................115 54.1 SCOPE ........................................................................................................................ 115 54.2 SCHEDULING OF WORK ........................................................................................ 115 54.3 WORK METHODS .................................................................................................... 116 54.3.1 MAINTENANCE SCHEDULING ........................................................................ 116 54.3.2 DUTIES PER SERVICE VISIT ............................................................................ 116 54.4 LITTER ....................................................................................................................... 116 54.5 VISUAL CHECK ....................................................................................................... 116 54.6 PLANT TRIMMING AND PALM PRUNING .......................................................... 116 54.7 PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.)..... 116 54.8 DEBRIS REMOVAL .................................................................................................. 116 54.9 TRAFFIC CONTROL ................................................................................................ 117 54.10 PEDESTRIAN SAFETY ............................................................................................ 117 54.11 PLANT FERTILIZATION .......................................................................................... 117 54.12 WEED REMOVAL IN LANDSCAPED AREA ......................................................... 117 54.13 MULCH CONDITION ............................................................................................... 117 54.14 IRRIGATION SERVICE AND REPAIR .................................................................... 117 54.15 LAWN AND ORNAMENTAL PEST CONTROL ..................................................... 117 54.16 PALM FERTILIZATION ............................................................................................ 117 54.17 FREEZE PROTECTION ............................................................................................ 118 54.18 LEVEL OF SERVICE ................................................................................................. 118 54.19 COMPLETION OF WORK ....................................................................................... 118 54.20 INSPECTION AND APPROVAL .............................................................................. 118 54.21 SPECIAL CONDITIONS ........................................................................................... 118 55 MILLING OPERATIONS ............................................................................................119 55.1 EQUIPMENT, CONSTRUCTION & MILLED SURFACE ...................................... 119 55.2 ADDITIONAL MILLING REQUIREMENTS .......................................................... 119 55.3 SALVAGEABLE MATERIALS ................................................................................. 120 55.4 DISPOSABLE MATERIALS ..................................................................................... 120 55.5 ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES .................. 120 55.6 ADJUSTMENT OF UTILITY MANHOLES ............................................................ 120 55.7 TYPES OF MILLING ................................................................................................ 120 55.8 MILLING OF INTERSECTIONS .............................................................................. 121 55.9 BASIS OF MEASUREMENT .................................................................................... 121 55.10 BASIS OF PAYMENT ............................................................................................... 121 56 CLEARING AND GRUBBING ................................................................................... 121 56.1 BASIS OF MEASUREMENT .................................................................................... 121 56.2 BASIS OF PAYMENT ............................................................................................... 121 57 RIPRAP ......................................................................................................................... 121 57.1 BASIS OF MEASUREMENT .................................................................................... 121 57.2 BASIS OF PAYMENT ............................................................................................... 122 58 TREATMENT PLANT SAFETY ................................................................................ 122 SectionlV.doc A 10/13/2008 Item # 15 Attachment number 6 Page 73 of 352 58.1 HAZARD POTENTIAL ............................................................................................. 122 58.2 REQUIRED CONTRACTOR TRAINING ................................................................ 122 59 TRAFFIC SIGNAL EQUIPMENT AND MATERIALS ........................................... 122 59.1 BASIS OF MEASUREMENT AND PAYMENT ....................................................... 123 60 SIGNING AND MARKING ......................................................................................... 123 60.1 BASIS OF MEASUREMENT AND PAYMENT ....................................................... 123 61 ROADWAY LIGHTING .............................................................................................. 123 61.1 BASIS OF MEASUREMENT AND PAYMENT ....................................................... 123 62 TREE PROTECTION .................................................................................................. 124 62.1 TREE BARRICADES ................................................................................................ 124 62.2 ROOT PRUNING ....................................................................................................... 124 62.3 PROPER TREE PRUNING ........................................................................................ 125 63 PROJECT WEB PAGES .............................................................................................. 126 63.1 WEB PAGES DESIGN ............................................................................................... 126 63.2 WEB ACCESSIBILITY GUIDELINES ..................................................................... 126 63.3 THE SUN AND WAVES LOGO AND ITS USE ....................................................... 126 63.4 MAPS AND GRAPHICS ........................................................................................... 127 63.5 INTERACTIVE FORMS ............................................................................................ 127 63.6 POSTING .................................................................................................................... 127 63.7 WEB PAGES UPDATES ............................................................................................ 127 SectionlV.doc x 10/13/2008 Item # 15 Attachment number 6 Page 74 of 352 Section IV - Technical Specifications 1 SCOPE OF WORK 1.1 SCOPE DESCRIPTION Project Name: Pump Station 41 Rehabilitation Project Number: 07-0009-UT Scope of Work: The work consists of furnishing and installing all labor and equipment to rehabilitate Pump Station 41 as shown on the plans and described in the Contract Documents. This includes all by- pass pumping and piping, new pumps, controls, valve vault, piping, restoration, traffic control, and all other appurtenances to make a complete and operational Pump Station 41. The Contractor shall provide I fixed project signs as described in SECTION III, ARTICLE 23 of the Contract Documents. CONTRACT PERIOD: 180 CONSECUTIVE CALENDAR DAYS SectionIV.doc Page I of 127 JP61r?2W 5 Attachment number 6 Page 75 of 352 Section IV - Technical Specifications 1.2 SCOPE OF WORK CHECKLIST Project Name: Pump Station 41 Rehabilitation Project Number: 07-0009-UT The following Articles of the Technical Specifications will apply to this contract if marked "X" as shown below: 1 ® Scope Of Work 2.1 ® Line and Grade Shall Be Performed B The Contractor 2.2 ? Line and Grade Shall Be Performed B The City 3 ® Definition Of Terms 4 ® Order And Location Of The Work 5 ® Excavation For Underground Work 6 ® Concrete 7 ® Excavation And Forms For Concrete Work 8 ® Reinforcement 9 ® Obstructions 10 ® Restoration Or Replacement Of Driveways, Curbs, Sidewalks And Street Pavement 11 ? Work In Easements Or Parkways 12 ® Dewaterin 13 ® Sanitary Manholes 14 ® Backfill 15 ? Street Crossings, Etc. 16 ? Raisin Or Lowering Of Sanitary Sewer, Storm Drainage Structures 17 ® Unsuitable Material Removal 18 ? Underdrains 19 ? Storm Sewers 20 ® Sanitary Sewers And Force Mains 21 ? Drainage 22 ? Roadway Base And Sub grade 23 ? Asphaltic Concrete Materials 24 ? Adjustment To The Unit Bid Price For Asphalt 25 ? General Planting Specifications 26 ? Hd e Deformed - Reformed Pipe Lining 27 ? Plant Mix Driveways 28 ? Reporting Of Tonnage Of Recycled Materials 29 ® Concrete Curbs 30 ® Concrete Sidewalks And Driveways 31 ® Sodding 32 ? Seeding 33 ? Storm Manholes, Inlets, Catch Basins Or Other Storm Structures 34 ® Material Used 35 ® Conflict Between Plans And Specifications 36 ? Street Signs 37 ® Audio/Video Recording Of Work Areas 38 ® Erosion And Siltation Control 39 ® Utility Tie In Location Markin SectionlV.doc Page 2 of 127 JP61r?2W 5 Attachment number 6 Page 76 of 352 Section IV - Technical Specifications 40 ® Award Of Contract, Work Schedule And Guarantee 41 ? Potable Water Mains, Reclaimed Water Mains and Appurtenances 42 ? Gas System Specifications 43 ? Tennis Courts 44 ® Work Zone Traffic Control 45 ? Cured-In-Place Pipe Lining 46 ? Specifications for Polyethylene Sli limn 47 ? Specifications for Polyvinyl Chloride Ribbed Pipe 48 ? Gunite Specifications 49 ? Sanitary and Storm Manhole Liner Restoration 50 ® Project Information Signs 51 ? In-Line Skating Surfacing System 52 ® Resident Notification of Start of Construction 53 ? Gabions and Mattresses 54 ? Lawn Maintenance Specifications 55 ? Milling Operations 56 ? Clearing and Grubbing 57 ? Ri ra 58 ? Treatment Plant Safety 59 ? Traffic Signal Equipment and Materials 60 ? Signing And Markin 61 ? Roadway Lighting 62 ® Tree Protection 63 ? Project Web Pages 2 FIELD ENGINEERING 2.1 LINE AND GRADE SHALL BE PERFORMED BY THE CONTRACTOR The Contractor shall provide and pay for field engineering service required for the project. Such work shall include survey work to establish lines and levels and to locate and lay out site improvements, structures, and controlling lines and levels required for the construction of the work. Also included are such Engineering services as are specified or required to execute the Contractor's construction methods. Engineers and Surveyors shall be licensed professionals under the laws of the state of Florida. The Contractor shall provide three (3) complete sets of As- built Survey to the Engineer prior to final payment being made as outlined in Section III (General Conditions), Article 6.11.2 of these Contract Documents. 2.1.1 GRADES, LINES AND LEVELS Existing basic horizontal and vertical control points for the project are those designated on the Drawings or provided by the City. Control points (for alignment only) shall be established by the Engineer. The Contractor shall locate and protect control points prior to starting site work and shall preserve all permanent reference points during construction. In working near any permanent property corners or reference markers, the Contractor shall use care not to remove or disturb any such markets. In the event that markers must be removed or are disturbed due to the SectionlV.doc Page 3 of 127 JP61r?2W 5 Attachment number 6 Page 77 of 352 Section IV - Technical Specifications proximity of construction work, the Contractor shall have them referenced and reset by a Land Surveyor qualified under the laws of the state of Florida. 2.1.2 LAYOUT DATA The Contractor shall layout the work at the location and to the lines and grades shown on the Drawings. Survey notes indicating the information and measurements used in establishing locations and grades shall be kept in notebooks and furnished to the Engineer with the record drawings for the project. 2.2 LINE AND GRADE SHALL BE PERFORMED BY THE CITY At the completion of all work the contractor shall be responsible to have furnished to the project inspector a replacement of the wooden lath and stakes used in the construction of this project. Excessive stake replacement caused by negligence of Contractor's forces, after initial line and grade have been set, as determined by the City Engineer, will be charged to the Contractor at the rate of $100.00 per hour. Time shall be computed for actual time on the project. All time shall be computed in one-hour increments. Minimum charge is $100.00. The City will generate the project Record construction drawings. 3 DEFINITION OF TERMS For the purpose of these Technical Specifications, the definition of terms from SECTION III, ARTICLE I - DEFINITIONS of these Contract Documents shall apply. For the purpose of the Estimated Quantities, the Contractor's attention is called to the fact that the estimate of quantities as shown on the Proposal Sheet is approximate and is given only as a basis of calculation upon which the award of the contract is to be made. The City does not assume any responsibility that the final quantities will remain in strict accordance with estimated quantities nor shall the contractor plead misunderstandings or deception because of such estimate of quantities or of the character or location of the work or of other conditions or situations pertaining thereto. 3.1 REFERENCE STANDARDS Reference to the standards of any technical society, organization, or associate, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of receipt of bids, unless specifically stated otherwise. 3.2 ABBREVIATIONS AND SYMBOLS Abbreviations used in the Contract Documents are defined as follows: AA Aluminum Association, Inc. AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute AISI American Iron and Steel Institute AMA Acoustical Materials Association AMCA Air Moving and Conditioning Association, Inc. ANSI American National Standards Institute SectionlV.doc Page 4 of 127 JP61r?2W 5 Attachment number 6 Page 78 of 352 Section IV - Technical Specifications APA American Plywood Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating Refrigerating and Air Conditioning ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWG American Wire Gauge AWMA Aluminum Window Manufacturer's Association AWS American Welding Society AWWA American Water Works Association CFR Code of Federal Regulations CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standards and National Bureau of Standards DEP Department of Environmental Protection (Florida) DOT Department of Transportation (Florida) EPA Environmental Protection Agency FAC Florida Administrative Code FBC Florida Building Code FFPC Florida Fire Prevention Code FGC Florida Gas Code FMC Florida Mechanical Code FPC Florida Plumbing Code FedSpec Federal Specifications HI Standards of Hydraulic Institute IBBM Iron Body, Bronzed Mounted IEEE Institute of Electrical and Electronics Engineers IPS Iron Pipe Size MIL Military Specification NAAMM National Association of Architectural Metal Manufacturers NBFU National Board of Fire Underwriters NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NPT National Pipe Thread NWMA National Woodwork Manufacturers' Association PCA Portland Cement Association PCI Prestressed Concrete Institute SBC Standard Building Code (SBCCI) SBCCI Southern Building Code Congress International, Inc. SDI Steel Door Institute SFPC Standard Fire Prevention Code (SBCCI) SGC Standard Gas Code (SBCCI) SJI Steel Joist Institute SMACCNA Sheet Metal and Air Conditioning Contractors' National Association SectionlV.doc Page 5 of 127 JP61r?2W 5 Attachment number 6 Page 79 of 352 Section IV - Technical Specifications SMC Standard Mechanical Code (SBCCI) SPC Standard Plumbing Code (SBCCI) SPIB Southern Pine Inspection Bureau SSPC Steel Structures Painting Council TCA Title Council of America UL Underwriters' Laboratories 4 ORDER AND LOCATION OF THE WORK This article deleted. See SECTION III, ARTICLE 18 - ORDER AND LOCATION OF THE WORK. 5 EXCAVATION FOR UNDERGROUND WORK The contractor is responsible to take all necessary steps to conduct all excavation in a manner which provides for the successful completion of the proposed work while at all times maintaining the safety of the workmen, the general public and both public and private property. The contractor's methods of work will be consistent with the standard practices and requirements of all appropriate Safety Regulatory Agencies, particularly the Occupational Safety and Health Administration (OSHA) requirements for excavation. Unless otherwise specifically stated in these plans and specifications, the methods of safety control and compliance with regulatory agency safety requirements are the full and complete responsibility of the contractor. For the purposes of the Contractor's safety planning in the bidding process, the contractor is to consider all excavation to be done in the performance of this contract to be in soil classified as OSHA "Type C". The Contractor's attention is called to specific requirements of OSHA for excavation shoring, employee entry, location of excavated material adjacent to excavation, the removal of water from the excavation, surface encumbrances and in particular the requirement of a "Competent Person" to control safety operations. The Contractor will identify his Competent Person to City staff at the start of construction. City staff are required from time to time to perform inspections, tests, survey location work, or other similar activity in an excavation prepared by the contractor. City staff in conformance with the OSHA Excavation Safety Requirements are to only enter an excavation in compliance with these OSHA standards. The City's staff reserve the option to refuse entry into the Contractor's excavation if, in the opinion of the City's staff, the entry into the Contractor's excavation is unsafe or does not conform OSHA requirements. If this circumstance occurs, the contractor must either provide the necessary safety requirements or provide alternate means for the accomplishment of the City's work at the Contractor's expense. The restoration quantities, if any, contained in the bid proposal for this contract to not contain sufficient quantities to allow the contractor to perform excavation work using strictly the "open cut" method whereby no shoring systems are used and trench side slopes are cut to conform to OSHA safety requirements without a shoring system. In addition to safety reasons, the Contractor is required to use excavation and trench-shoring methods in compliance with all safety requirements which allow the Contractor to control the amount of restoration work necessary to complete the project. Not more than one hundred (100) feet of trench shall be opened at one time in advance of the completed work unless written permission is received from the Engineer for the distance specified. For pipe installation projects, the trench shall be six (6) inches wider on each side than the greatest external horizontal width of the pipe or conduit, including hubs, intended to be laid SectionlV.doc Page 6 of 127 JP61r?2W 5 Attachment number 6 Page 80 of 352 Section IV - Technical Specifications in them. The bottom of the trench under each pipe joint shall be slightly hollowed, to allow the body of the pipe to rest throughout its length. In case a trench is excavated at any place, excepting at joints, below the grade of its bottom as given, or directed by the Engineer, the filling and compaction to grade shall be done in such manner as the Engineer shall direct, without compensation. 6 CONCRETE Unless otherwise directed, all concrete work shall be performed in accordance with the latest editions of the Design and Control of Concrete Mixtures by the Portland Cement Association, the American Concrete Institute, and FDOT's Standard Specifications. All appropriate testing shall be performed according to the American Society of Testing Materials. Unless otherwise specified, all concrete shall have fiber mesh reinforcing and have a minimum compressive strength of 3000 p.s.i. at 28 days. The cement type shall be Type I and shall conform to AASHTO M-85. The aggregate shall conform to ASTM C-33. All ready mix concrete shall conform to ASTM C-94. The slump for all concrete shall be in the range of 3" to 5", except when admixtures or special placement considerations are required. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all concrete placement. All concrete shall be tested in the following manner: Placement of less than 5 cubic yards (cy) shall be tested at the Engineer's discretion. Otherwise, for each class, for each day, for every 50 cy or part thereof exceeding 5 cy, one set of 3 compressive strength cylinders will be required (1 at 7 days and 2 at 28 days). At the discretion of the Engineer, unacceptable test results may require the Contractor to provide further tests, as determined by the Engineer, to determine product acceptability, or need for removal, and compensation or denial thereof. 7 EXCAVATION AND FORMS FOR CONCRETE WORK 7.1 EXCAVATION Excavating for concrete work shall be made to the required depth of the subgrade or base upon which the concrete is to be placed. The base or subgrade shall be thoroughly compacted to a point 6" outside said concrete work before the forms are placed. Concrete shall be poured "in the dry" 7.2 FORMS Forms for concrete work shall be either wood or metal (except curbs, metal only, unless by written permission from Engineer). They shall be free from warps or bends, shall have a depth equal to the dimensions required for the depth of the concrete deposited against them and shall be of sufficient strength when staked to resist the pressure of concrete without moving or springing. 8 REINFORCEMENT When required, reinforcement shall be placed in the concrete work. Bar reinforcement shall be deformed: ASTMA-A 615, steel shall be billet Intermediate or Hard Grade: Rail Steel A.A.S.H.T.O. M42. Twisted Bars shall not be used, Fabric Reinforcement shall conform to the SectionlV.doc Page 7 of 127 JP61r?2W 5 Attachment number 6 Page 81 of 352 Section IV - Technical Specifications requirements of AASHTO M55 (ASTM A185). Welded deformed steel wire fabric for Concrete reinforcement shall meet the requirements of AASHTO M 221 (ASTM A497). Epoxy coated reinforcing Steel Bars shall meet ASTM 775/A77 M-86 requirements. 8.1 BASIS OF PAYMENT Reinforcement shall not be paid for separately. The cost of such work shall be included in the contract unit price for the item of work specified. 9 OBSTRUCTIONS Any pipes, conduits, wires, mains, footings, driveways, or other structures encountered shall be carefully protected from injury or displacement. Any damage thereto shall be fully, promptly, and properly repaired by the Contractor to the satisfaction of the Engineer and the owner thereof. Should it become necessary to change the position of water or gas or other pipes, sewer drains, or poles, the Engineer shall be at once notified of the locality and circumstances, and no claims for damages arising from the delay in adjusting the pipe, sewer drains or poles shall be made. Failure of the plans to show the location, nature or extent of any existing structures or obstructions shall not be the basis of a claim for extra work. Any survey monument or benchmark which must be disturbed shall be carefully referenced before removal, and unless otherwise provided for, shall be replaced upon completion of the work by a registered land surveyor. Any concrete removed due to construction requirements shall be removed to the nearest expansion joint or by saw cut. Contractor shall consult Inspector for the approved means. 10 RESTORATION OR REPLACEMENT OF DRIVEWAYS, CURBS, SIDEWALKS AND STREET PAVEMENT Driveways, sidewalks, and curbs destroyed or damaged during construction shall be replaced and shall be the same type of material as destroyed or damaged, or to existing City Standards, whichever provides the stronger repair. All street pavement destroyed or damaged shall be replaced with the same type of material, to existing City Standards, unless the existing base is unsuitable as determined by the Engineer, then the base shall be replaced with City approved material. All replaced base shall be a minimum 8" compacted thickness, or same thickness as base destroyed plus 2", if over 6", and compacted to 98% of maximum density per AASHTO T- 180. Unless called for in the proposal as separate bid items, cost of the above work including labor, materials and equipment required shall be included in the bid price per lineal foot of main or square yard of base. The bid price for street pavement, restoration or replacement when called for in the proposals, shall include all materials, labor and equipment required to complete the work, and shall be paid for on a square yard basis. When replacement is over a trench for utilities, the area of replacement shall be limited to twice the depth of the cut plus twice the inside diameter of the pipe. All over this will be at the Contractor's expense. The bid price for restoration or placement of driveways, curbs and sidewalks, when called for in the proposals, shall include all materials, labor and equipment required to complete the work and shall be paid for on the basis of the following units: Driveways, plant mix - per square yard: concrete - per square foot; curbs - per lineal foot; sidewalk 4" or 6" thick - per square foot. SectionlV.doc Page 8 of 127 JP61r?2W 5 Attachment number 6 Page 82 of 352 Section IV - Technical Specifications Concrete walks at drives shall be a minimum of 6" thick and be reinforced with 6/6 X 10/10 welded wire mesh (also see Articles 8 and 30). The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all driveway, curb, sidewalk and street restoration and replacement work. 11 WORK IN EASEMENTS OR PARKWAYS Restoration is an important phase of construction, particularly to residents affected by the construction progress. The Contractor will be expected to complete restoration Activities within a reasonable time following primary construction activity. Failure by the Contractor to accomplish restoration within a reasonable time shall be justification for a temporary stop on primary construction activity or a delay in approval of partial payment requests. Reasonable care shall be taken for existing shrubbery. Contractor shall replace all shrubbery removed or disturbed during construction. No separate payment shall be made for this work. The contractor shall make provision and be responsible for the supply of all water, if needed, on any and all phases of the contract work. The contractor shall not obtain water from local residents or businesses except as the contractor shall obtain written permission. Reuse water is available for the Contractor's use without charge from the City's wastewater treatment plants, provided the water is used on City of Clearwater contractual work. Details for Contractor to obtain and reuse water from the treatment plants will be coordinated at the pre- construction conference. The Contractor's use of reuse water must conform to all regulatory requirements. 12 DEWATERING 12.1 GENERAL Unless specifically authorized by the Engineer, all pipe, except subdrains, shall be laid "in the dry". The contractor shall dewater trench excavation as required for the proper execution of the work, using one or more of the following approved methods: well point system, trenched gravity underdrain system, or sumps with pumps. Well point systems must be efficient enough to lower the water level in advance of the excavation and maintain it continuously in order that the trench bottom and sides shall remain firm and reasonably dry. The well points shall be designed especially for this type of service, and the pumping unit used shall be capable of maintaining a high vacuum, and at the same time, of handling large volumes of air as well as of water. The Contractor shall be responsible for disposing of all water resulting from trench dewatering operations, and shall dispose of the water without damage or undue inconvenience to the work, the surrounding area, or the general public. He shall not dam, divert, or cause water to flow in excess in existing gutters, pavements or other structures: and to do this he may be required to conduct the water to a suitable place of discharge may be determined by the Engineer. The cost of dewatering shall be included in the unit price bid per lineal foot of pipe, or, in the case of other underground structures, in the cost of such structures. SectionlV.doc Page 9 of 127 JP61r?2W 5 Attachment number 6 Page 83 of 352 Section IV - Technical Specifications 12.2 PERMIT REQUIREMENTS 12.2.1 DEWATERING CONTROL The City of Clearwater will hold the Contractor responsible for obtaining a Generic Permit for the Discharge of Produced Groundwater from Any Non-Contaminated Site Activity prior to dewatering or discharging into the City's streets, storm sewers or waterways. Prior to discharging produced groundwater from any construction site, the contractor must collect samples and analyze the groundwater, which must meet acceptable discharge limits. The following document has been incorporated into this section for reference... 12.2.2 GENERIC PERMIT FOR THE DISCHARGE OF PRODUCED GROUND WATER FROM ANY NON-CONTAMINATED SITE ACTIVITY City Notification Procedure - Contractor must provide the City of Clearwater Environmental Department with the following information prior to beginning dewatering activities: 1) A copy of all groundwater laboratory results 2) A copy of the FDEP Notification Failure to follow the above procedure will result in a Violation and a Stop Work Order will be placed on the project. Depending on the severity of the Violation, the City's Engineering Department may be required to notify the Department of Environmental Protection for enforcement action. The following procedure will be followed: 1 st occurrence - Stop Work Order 2nd occurrence - Notification to FDEP It is recommended that the Contractor call or meet with the City Environmental staff if you have any questions. You may contact the City at 562-4750 for direction or further assistance. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION GENERIC PERMITOR THE DISCHARGE OF PRODUCED GROUND WATER FROM ANY NON-CONTAMINATED SITE ACTIVITY The facility is authorized to discharge produced ground water from any non-contaminated site activity which discharges by a point source to surface waters of the State, as defined in Chapter 62- 620, F.A.C., only if the reported values for the parameters listed in Table 1 do not exceed any of the listed screening values. Before discharge of produced ground water can occur from such sites, analytical tests on samples of the proposed untreated discharge water shall be performed to determine if contamination exists. Minimum reporting requirements for all produced ground water dischargers. The effluent shall be sampled before the commencement of discharge, again within thirty (30) days after commencement of discharge, and then once every six (6) months for the life of the project to maintain continued coverage under this generic permit. Samples taken in compliance with the provisions of this permit SectionlV.doc Page 10 of 127 JP61r?2W 5 Attachment number 6 Page 84 of 352 Section IV - Technical Specifications shall be taken prior to actual discharge or mixing with the receiving waters. The effluent shall be sampled for the parameters listed in Table 1. TABLE 1 Screening Values for Discharges into: Parameter Fresh Waters Coastal Waters Total Organic Carbon (TOC) 10.0 mg/l 10.0 mg/l PH, standard units 6.0-8.5 6.5-8.5 Total Recoverable Mercury - by Method 1631E 0.012 µg/l 0.025 µg/l Total Recoverable Cadmium 9.3 µg/l 9.3 µg/l Total Recoverable Copper 2.9 µg/l 2.9 µg/l Total Recoverable Lead 0.03 mg/l 5.6 µg/l Total Recoverable Zinc 86.0 µg/l 86.0 µg/l Total Recoverable Chromium (Hex.) 11.0 µg/l 50.0 µg/l Benzene 1.0 µg/l 1.0 µg/l Naphthalene 100.0 µg/l 100.0 µg/l If any of the analytical test results exceed the screening values listed in Table 1, except TOC, the discharge is not authorized by this permit or by the Citv of Clearwater. (a) For initial TOC values that exceed the screening values listed in Table 1, which may be caused by naturally occurring, high molecular weight organic compounds, the permittee may request to be exempted from the TOC requirement. To request this exemption, the permittee shall submit additional information with a Notice of Intent (NOI), described below, which describes the method used to determine that these compounds are naturally occurring. The Department shall grant the exemption if the permittee affirmatively demonstrates that the TOC values are caused by naturally occurring, high molecular weight organic compounds. (b) The NOI shall be submitted to the appropriate Department district office thirty (30) days prior to discharge, and contain the following information: 1. the name and address of the person that the permit coverage will be issued to; 2. the name and address of the facility, including county location; 3. any applicable individual wastewater permit number(s); 4. a map showing the facility and discharge location (including latitude and longitude); SectionIV.doc Page I I of 127 JP61r?2W 5 Attachment number 6 Page 85 of 352 Section IV - Technical Specifications 5. the name of the receiving water; and 6. the additional information required by paragraph (3)(a) of this permit. (c) Discharge shall not commence until notification of coverage is received from the Department. For fresh waters and coastal waters, the pH of the effluent shall not be lowered to less than 6.0 units for fresh waters, or less than 6.5 units for coastal waters, or raised above 8.5 units, unless the permittee submits natural background data confirming a natural background pH outside of this range. If natural background of the receiving water is determined to be less than 6.0 units for fresh waters, or less than 6.5 units in coastal waters, the pH shall not vary below natural background or vary more than one (1) unit above natural background for fresh and coastal waters. If natural background of the receiving water is determined to be higher than 8.5 units, the pH shall not vary above natural background or vary more than one (1) unit below natural background of fresh and coastal waters. The permittee shall include the natural background pH of the receiving waters with the results of the analyses required under paragraph (2) of this permit. For purposes of this section only, fresh waters are those having a chloride concentration of less than 1500 mg/l, and coastal waters are those having a chloride concentration equal to or greater than 1500 mg/l. In accordance with Rule 62-302.500(1)(a-c), F.A.C., the discharge shall at all times be free from floating solids, visible foam, turbidity, or visible oil in such amounts as to form nuisances on surface waters. If contamination exists, as indicated by the results of the analytical tests required by paragraph (2), the discharge cannot be covered by this Generic Permit. The facility shall apply for an individual wastewater permit at least ninety (90) days prior to the date discharge to surface waters of the State is expected, or, if applicable, the facility may seek coverage under any other applicable Department generic permit. No discharge is permissible without an effective permit. If the analytical tests required by paragraph (2) reveal that no contamination exists from any source, the facility can begin discharge immediately and is covered by this permit without having to submit an NOI request for coverage to the Department. A short summary of the proposed activity and copy of the analytical tests shall be sent to the applicable Department district office within one (1) week after discharge begins. These analytical tests shall be kept on site during discharge and made available to the Department if requested. Additionally, no Discharge Monitoring Report forms are required to be submitted to the Department. All of the general conditions listed in Rule 62-621.250, F.A.C., are applicable to this Generic Permit. There are no annual fees associated with the use of this Generic Permit. 13 SANITARY MANHOLES 13.1 BUILT UP TYPE Manholes shall be constructed of brick with cast iron frames and covers as shown on the drawings. Invert channels shall be constructed smooth and semicircular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be formed by one of the following methods: form directly into concrete manhole base, build up with brick and mortar, lay half the in concrete, or lay full section of sewer pipe through manhole and break out top half of pipe. SectionlV.doc Page 12 of 127 JP61r?2W 5 Attachment number 6 Page 86 of 352 Section IV - Technical Specifications The manhole floor outside of channels shall be made smooth and sloped toward channels. Free drop in manholes from inlet pipe invert to top of floor outside the channels shall not exceed twenty four inches. Standard Drop Manholes shall be constructed wherever free drop exceeds twenty four inches. Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of manholes. The entire exterior of brick manholes shall be plastered with one half inch of mortar. Brick used may be solid only. Brick shall be laid radially with every sixth course being a stretcher course. 13.2 PRECAST TYPE Precast Sanitary Manholes shall conform to this specification unless otherwise approved by the City Engineer. AASHTO M 85 Type II cement shall be used throughout with a minimum wall thickness of 5 inches. The precast sections shall conform to ASTM C 478 latest revision. Section joints shall be a tongue and groove with "ram neck" gasket or "O" ring to provide a watertight joint. Minimum concrete strength shall be 4000 psi at 28 days. Three sets of shop drawings and location inventory shall be submitted to the City Engineer for approval. Approval of shop drawings does not relieve contractor of responsibility for compliance to these specifications unless letter from contractor requesting specific variance is approved by the City Engineer. Location inventory submitted with shop drawing shall detail parts of manhole per manhole as numbered on the construction plans. All manhole parts shall be numbered or lettered before being sent to the job site to permit proper construction placement. A plan or list of the numbering system shall be present on the job site when manhole components are delivered. Precast manhole dimensions, drop entry, grout flow of channel, etc., shall be as shown on City of Clearwater Engineering Detail #302 Sheet 2 of 3. Manhole sections shall be rejected if abused during shipping or placement and if pipe openings are not properly aligned. The "break in" to precast manholes for pipe entry will not be allowed. The manhole base shall be set on a pad of A I or A 2 Classification soil approximately five (5) inches thick to secure proper seating and bearing. 13.2.1 MANHOLE ADJUSTMENT RINGS (GRADE RINGS) Between the top of the manhole cone and the manhole cover frame, a manhole adjustment ring shall be installed. The intent of the manhole adjustment ring is to accommodate future grade changes without disturbing the manhole. See Section IV, Article 23.7 - Asphaltic Concrete - Adjustment of Manholes. 13.3 DROP MANHOLES Standard drop inlets to manholes shall be constructed of commercial pipe, fittings and specials as detailed on the drawings. SectionlV.doc Page 13 of 127 ???1 2(10 5 Attachment number 6 Page 87 of 352 Section IV - Technical Specifications 13.4 FRAMES AND COVERS Manhole frames and covers shall be set in a full bed of mortar with the top of the cover flush with or higher than finished grade as directed. Refer to Detail 301. 13.5 MANHOLE COATINGS The exterior and interior of all built up manholes shall be coated with two (2) coats of Type II Asphalt emulsion, moisture and damp proof (Specification ASTM D 1227 Type II Class I) as manufactured by W.R. Meadows Sealtite or approved equal. Interior of built up manholes which have sewers entering with a free drop or which receive discharge from a force main shall have the inside plastered with 1/2-inch of grout and coated as precast manholes below. The exterior and interior of all precast manholes shall be coated with at least 15 mils dry thickness of Type II Asphalt emulsion, moisture and damp proof (Specification ASTM D 1227 Type II Class I) as manufactured by W.R. Meadows Sealtite. 13.6 CONNECTIONS TO MANHOLES Connections to existing sanitary manholes using approved PVC sewer main shall be made with a manhole adapter coupling by Flo Control, Inc., or approved water stop coupling. 14 BACKFILL Material for backfill shall be carefully selected from the excavated material or from other sources as may be required by the Engineer. Such material shall be granular, free from organic matter or debris, contain no rocks or other hard fragments greater than 3" in the largest dimension and all fill shall be similar material. Backfill placed around pipes shall be carefully placed around the sides and top of pipe by hand shovels and thoroughly compacted to 12" above the pipe by tamping or other suitable means. Backfill under all types of paving shall be compacted in layers not to exceed 12" in thickness unless alternate method is approved by the Engineer. Backfill shall be a minimum of 98% compaction as determined by the modified Proctor Density Test to the bottom of pavement. Backfill outside of pavement areas shall be compacted the full depth to the ground surface to a minimum of 95% compaction ofAASHTO T 180 Standard Density Test. The cost of backfill shall be included in the unit price bid per lineal foot of the pipe, or, in the case of other underground structures, in the cost of such structure. 15 STREET CROSSINGS, ETC. At such crossings, and other points as may be directed by the Engineer, the trenches shall be bridged in an open and secure manner, so as to prevent any serious interruption of travel upon the roadway or sidewalk, and also to afford necessary access to public or private premises. The material used, and the mode of constructing said bridges, and the approaches, thereto, must be satisfactory to the Engineer. The cost of all such work must be included in the cost of the trench excavation. SectionlV.doc Page 14 of 127 JP61r?2W 5 Attachment number 6 Page 88 of 352 Section IV - Technical Specifications 16 RAISING OR LOWERING OF SANITARY SEWER, STORM DRAINAGE STRUCTURES Sanitary Sewer or Storm Drainage Structures shall be raised or lowered as indicated on the plans or as indicated by the Engineer. 16.1 BASIS OF PAYMENT Payment, unless covered by a bid item, shall be included in the cost of the work. 17 UNSUITABLE MATERIAL REMOVAL All unsuitable material, such as muck, clay, rock, etc., shall be excavated and removed from the site. All material removed is property of the Contractor, who shall dispose of said material off- site at his expense. The limits of the excavation shall either be shown on the plans, or determined in the field by the Engineer in conjunction with the City's Materials Tester. 17.1 BASIS OF MEASUREMENT The basis of measurement shall be the amount of cubic yards of unsuitable material excavated and replaced with suitable material as determined by either cross sections of the excavation, truck measure, or lump sum as specified in the Scope of Work and Contract Proposal. 17.2 BASIS OF PAYMENT The unit price for the removal of unsuitable material shall include: all materials, equipment, tools, labor, disposal, hauling, excavating, dredging, placing, compaction, dressing surface and incidentals necessary to complete the work. If no pay item is given, the removal of unsuitable material shall be included in the most appropriate bid item. 18 UNDERDRAINS The Contractor shall construct sub-surface drainage pipe as directed in the Contract Scope of Work and detail drawings contained in the Project construction plans. In general, underdrain pipe shall be embedded in a bed of #6 FDOT crushed aggregate, located behind the back of curb and aggregate surface covered with a non-degradable fibrous type filter material. A #57 aggregate may be used in lieu of #6 if it is washed and screened to remove fines. The aggregate may be stone, slag or crushed gravel. Unless otherwise noted on the plans, underdrain pipe shall be 8" diameter, polyvinyl chloride pipe, in conformance with ASTM F-758 "Standard Specification For Smooth Wall PVC Underdrain Systems for Highways" latest revision, minimum stiffness of 46 in conformance with ASTM D2412, perforations in conformance with AASHTO M-189 described in FDOT Section 948-4.5 or latest revision and in conformance with ASTM D3034 - SDR 35. Alternate acceptable underdrain pipe material is Contech A-2000 which is a rigid PVC pipe exceeds ASTM Specifications D1784, minimum cell classification of 12454B or 12454C, manufactured per ASTM F949-93a, minimum pipe stiffness of 50 psi, with no evidence of splitting, cracking or breaking when pipe is tested in accordance with ASTM D2412 at 60% flatting and with a double gasket joint. Underdrain pipe placed beneath existing driveways and roadways shall be non-perforated pipe with compacted backfill. All poly-chloride pipe which has become deteriorated due to exposure SectionlV.doc Page 15 of 127 JP61r?2W 5 Attachment number 6 Page 89 of 352 Section IV - Technical Specifications to ultra violet radiation shall be rejected. Where ductile iron pipe is specified, pipe material shall be the same as specified for potable water pipe in these technical specifications. All underdrain aggregate shall be fully encased in a polyester filter fabric "sock" (Mirafi 140-N or approved equal) per the construction detail drawings. 18.1 BASIS OF MEASUREMENT Measurement shall be the number of lineal feet of 8" Sub-drain in place and accepted. 18.2 BASIS OF PAYMENT Payment shall be based upon the unit price per lineal foot for underdrain as measured above, which shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, and labor necessary to construct the underdrain (specifically underdrain pipe, aggregate and filter fabric). Underdrain clean-outs, sod, driveway, road and sidewalk restoration shall be paid by a separate bid item. 19 STORM SEWERS All storm drain pipe installed within the City of Clearwater shall be reinforced concrete unless otherwise specified or approved by the City Engineer. Said pipe shall comply with Section 941 of the current FDOT Specifications. All reinforced concrete pipe joints shall be wrapped with Mirafi 140N filter fabric or equivalent (as approved by the City Engineer). The cost for all pipe joint wraps shall be included in the unit price for the pipe. All pipe, just before being lowered into a trench, is to be inspected and cleaned. If any difficulty is found in the fitting the pieces together, this fitting is to be done on the surface of the street before laying the pipe, and the tops plainly marked in the order in which they are to be laid. No pipe is to be trimmed or chipped to fit. Each piece of pipe is to be solidly and evenly bedded, and not simply wedged up. Before finishing each joint, some suitable device is to be used to find that the inverts coincide and pipe is clear throughout. 19.1 AS BUILT INFORMATION The Contractor shall submit to the Engineer the stations and left or right offsets of all manholes, inlet structures and terminals ends of subdrains, as measured from the nearest downstream manhole along the centerline of the sewer along with the elevations of the north edge of manhole cover, inverts of all pipe in structures, and the flow line of inlets. (Gutter) 19.2 TESTING The Contractor shall take all precautions to secure a perfectly watertight sewer under all conditions. At the discretion of the City Engineer or his designee, the watertightness of a sewer which has a crown lying below groundwater level may be tested by measuring the infiltration. The watertightness of sewers having crowns lying above groundwater level may be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section of the water table outside of the sewer, whichever is higher, and then measuring the exfiltration. In no case shall the infiltration or exfiltration exceed 150 gallon per inch of diameter per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the SectionlV.doc Page 16 of 127 JP61r?2W 5 Attachment number 6 Page 90 of 352 Section IV - Technical Specifications Engineer's direction. Where the infiltration or exfiltration is excessive the Contractor at his own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No trench made joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. 19.3 BASIS OF PAYMENT Payment shall be the unit price per lineal foot for storm sewer pipe in place and accepted, measured along the centerline of the storm sewer pipe to the inside face of exterior walls of storm manholes or drainage structures and to the outside face of endwalls. Said unit price includes all work required to install the pipe (i.e. all materials, equipment, filter fabric wrap, labor and incidentals, etc.). 20 SANITARY SEWERS AND FORCE MAINS 20.1 MATERIALS 20.1.1 GRAVITY SEWER PIPE GRAVITY SEWER PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Polyvinyl chloride pipe and fittings shall conform with ASTM specification D 3034 for S.D.R. 35. Sewer pipe with more than 10 feet of cover shall be SDR 26. The pipe shall be plainly marked with the above ASTM designation. The bell end of joints and fittings shall have a rubber sealing ring to provide a tight flexible seal in conformance with ASTM D 3212 76. The laying length of pipe joints shall be a maximum of 20-feet. Unless otherwise noted in these specifications or construction plans, Ductile Iron pipe and fittings for gravity sewer shall conform to Section 41 of these Technical Specifications for DIP water main except pipe shall be interior "polylined" in accordance with manufacturer's recommendations. Where sanitary sewer main is to be placed between building lots in a sideline easement, the sewer main shall, insofar as possible, be constructed without manholes or lateral connections within the side easement. The pipe material in the side easement between streets shall be C 900, SDR 18 polyvinyl chloride water main pipe as described in Technical Section 41. A two-way cleanout shall be installed on each lateral at the property line. 20.1.2 FORCE MAIN PIPE FORCE MAIN PIPE SHALL BE POLYVINYL CHLORIDE OR DUCTILE IRON. Unless otherwise noted in the specifications or construction plans, both polyvinyl chloride and ductile iron force main pipe and fittings shall conform to Section 41 of these Technical Specifications for water main pipe except that DIP shall be "polylined" in accordance with manufactures recommendations. All polyvinyl chloride pipe which has become deteriorated due to exposure to ultra violet radiation shall be rejected. SectionlV.doc Page 17 of 127 ???1 2(10 5 Attachment number 6 Page 91 of 352 Section IV - Technical Specifications 20.2 INSTALLATION 20.2.1 GRAVITY SEWER PIPE Installation of gravity sewer pipe shall be in conformance with recommended practices contained in ASTM D 2321 and Unibell UNI B 5. The bottom trench width in an unsupported trench shall be limited to the minimum practicable width (typically pipe OD plus 8 to 12-inch on each side) allowing working space to place and compact the haunching material. The use of trench boxes and movable sheeting shall be performed in such a manner that removal, backfill and compaction will not disturb compacted haunching material or pipe alignment. Dewatering of the trench bottom shall be accomplished using adequate means to allow preparation of bedding, placement of the haunching material and pipe in the trench without standing water. Dewatering shall continue until sufficient backfill is placed above the pipe to prevent flotation or misalignment. Where pipe bedding is insufficient to adequately support pipe, the contractor will be required to remove unsuitable material and bed pipe in Class I material (1/2" Dia. aggregate) to provide firm support of pipe. Connections to manholes with sanitary pipe shall use a joint 2 feet in length and shall use an approved water stop around pipe joint entry. The laterals shown on the plans do not necessarily reflect exact locations. The contractor is required to locate all existing laterals for reconnection and to coordinate with the construction inspector the location of all new laterals. 20.2.2 FORCE MAIN PIPE Installation of force main pipe shall be in conformance with Section 41 of these Technical Specifications for water main pipe. 20.3 AS BUILT DRAWINGS The contractor shall submit to the Engineer a marked set of "As Built" construction drawings describing both the stations and left or right offset of all lateral terminal ends as measured from the nearest downstream manhole along the center line of the sewer main. The as built drawings will also describe elevations of the north edge of the manhole cover rings and inverts of all main pipes in manholes. 20.4 TESTING 20.4.1 TESTING OF GRAVITY SEWERS The Contractor shall take all precautions to secure a perfectly water tight sewer under all conditions. The water tightness of a sewer which has a crown lying below groundwater level may be tested by measuring infiltration. The water tightness of sewers having crowns lying above groundwater level may be tested by filling the pipe with water so as to produce a hydrostatic head of two feet or more above the crown of the sewer at the upper end of the test section or the water table outside of the sewer, whichever is higher, and then measuring the exfiltra- tion. In no case shall the infiltration or exfiltration exceed 50 gallon per inch of diameter SectionlV.doc Page 18 of 127 JP61r?2W 5 Attachment number 6 Page 92 of 352 Section IV - Technical Specifications per mile per day. The Contractor shall furnish all labor, materials and equipment to test the amount of infiltration or exfiltration under the Engineer's direction. Where the infiltration or exfiltration is excessive, the Contractor at his own expense shall take the necessary steps to remedy such conditions by uncovering the sewer, remaking the joints or by replacing the entire length of sewer as required by the Engineer. No such repaired joints may be backfilled until after they have been tested and found to be acceptable. Care shall be taken to avoid flotation. The Contractor shall TV inspect all mains to verify the true and uniform grade and the absence of bellies or dropped joints prior to acceptance. Any infiltration, dips or sags of more than 1/4- inches shall be cause for rejection. The above tests shall be performed at the discretion of the Engineer on any or all sections of the line. 20.4.2 TESTING OF FORCE MAINS Force mains shall be tested under a hydrostatic pressure of 150 P.S.I. for two (2) hours, as described in Section 41.04 of these Technical Specifications for the testing of water mains. 20.5 BASIS OF PAYMENT 20.5.1 GRAVITY SEWER PIPE Payment for in place sanitary sewer gravity main pipe shall be the unit price per lineal foot per appropriate range of depth of cut as contained in the contract proposal. Measurement for payment shall be along the centerline of the sewer main from center to center of manholes. Payment for laterals shall be the unit price per lineal foot of pipe as measured from the centerline of the sewer main pipe to the terminal end of the lateral pipe including a two-way cleanout at the property line. Payment for sewer pipe shall include all labor, equipment and materials necessary to complete the installation. This shall include clearing and grubbing, excavation, shoring and dewatering, backfill and grading. 20.5.2 FORCE MAIN PIPE Payment and measurement of force main pipe shall be the same as described in Section 41 of these Technical Specifications for water main pipe. 21 DRAINAGE The Contractor shall provide proper outlet for all water courses and drains interrupted during the progress of the work and replace them in as good condition as he found them. 22 ROADWAY BASE AND SUBGRADE 22.1 BASE This specification describes the construction of roadway base and subgrade. The Contractor shall refer to Section IV, Article I "Scope of Work" of the city's Contract Specifications for additional roadway base and subgrade items. SectionlV.doc Page 19 of 127 JP61r?2W 5 Attachment number 6 Page 93 of 352 Section IV - Technical Specifications Roadway base shall be 8" compacted minimum thickness unless otherwise noted on the plans or directed by the Engineer. The subgrade shall be 12" compacted minimum thickness with a minimum Limerock Bearing Ratio (LBR) of 40 unless otherwise noted on the plans or directed by the Engineer. The Contractor shall obtain from an independent testing laboratory a Proctor and an LBR for each type material. The Contractor shall also have an independent testing laboratory perform all required density testing. Where unsuitable material is found within the limits of the base, Section IV, Article 17 (Unsuitable Material Removal) of the city's Contract Specifications will apply. Once the roadway base is completed, it shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications (latest edition). Repairs required to the base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City approves the repaired base. The cost for placement of prime material shall be included in the bid item for base. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all base and subgrade placement or reworking. The following base materials are acceptable: 1. SHELL BASE: Shell base shall be constructed in accordance with Sections 200 and 913 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The shell shall be FDOT approved. The cost of the prime coat shall be included in the bid item price for base. 2. LIMEROCK BASE: Limerock base shall be constructed in accordance with Sections 200 and 911 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The Limerock shall be from a FDOT approved certified pit. The cost of the prime coat shall be included in the bid item price for base. 3. CRUSHED CONCRETE BASE: Crushed concrete base shall be constructed in accordance with Sections 204 and 901 of FDOT's Standard Specifications (latest edition), and shall have a minimum compacted thickness as shown on the plans. The crushed concrete material shall be FDOT approved. The Contractor shall provide certified laboratory tests on gradation to confirm that the crushed concrete base material conforms to the above specifications. The LBR shall be a minimum of 185. LBR and gradation tests shall be provided to the city by the Contractor once a week for continuous operations, or every 1000 tons of material, unless requested more frequently by the City Engineer or designee. The cost of the prime coat shall be included in the bid item price for base. 4. SOIL CEMENT BASE: Unless otherwise noted, soil cement base shall be constructed in accordance with Section 270 of FDOT's 2000 Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. An Asphalt Rubber Membrane Interlayer (ARMI) shall be included in the pavement design per Section 341 of FDOT's Standard Specifications (latest edition) to minimize reflective cracking unless otherwise noted in the project plans and specifications. The ARMI layer shall be overlaid with asphalt on the same day it is placed for the Contractor to receive full compensation for the work. SectionlV.doc Page 20 of 127 JP61r?2W 5 Attachment number 6 Page 94 of 352 Section IV - Technical Specifications The soil cement base design shall be by a certified lot under the direction of a Registered Florida Professional Engineer, and must be approved by the City Engineer. Said design shall provide for a minimum of 300 P.S.I. in seven days. All plant mixed soil cement shall be certified by a registered laboratory that has been approved by the Engineer. The only approved method for spreading the cement is the use of a spreader box. The use of a spreader bar for spreading cement will not be allowed. The applying of the cement shall not be allowed when the wind velocity is sufficient to jeopardize material interests (i.e. vehicles, etc.) from airborne cement particles. The density testing frequency shall be at the discretion of the registered Florida Professional Engineer responsible for the soil cement design. 5. ASPHALT BASE: Full depth asphalt base shall be constructed in accordance with Section 280 of FDOT's 2000 Standard Specifications, and shall have a minimum compacted thickness as shown on the plans. The cost for preparation, placement and compaction shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. The cost of the tack coat shall be included in the bid item price for asphalt or base. 6. REWORKED BASE: When the plans call for the working of the existing base, the finished reworked base shall have a minimum compacted thickness of 8" unless otherwise shown on the plans or directed by the Engineer, and be constructed in accordance with the applicable FDOT requirements for the type of material used. The density requirements (except for asphalt and soil cement base) shall be per Section 200 6 of FDOT's Standard Specifications (latest edition). For asphalt, the density requirements are per Section 330-11, and for soil cement per Section 270-5 of FDOT's 2000 Standard Specifications. 22.1.1 BASIS OF MEASUREMENT FOR BASE AND REWORKED BASE The basis of measurement shall be the number of square yards of base in place and accepted as called for on the plans. The maximum allowable deficiency shall be a half-inch (1/2"). Areas deficient in thickness shall either be fixed by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place. 22.1.2 BASIS OF PAYMENT FOR BASE AND REWORKED BASE The unit price for base shall include: all materials, roadbed preparation, placement, spreading, compaction, finishing, prime, base, subgrade (unless the plans specify a separate pay item), stabilization, mixing, testing, equipment, tools, hauling, labor, and all incidentals necessary to complete the work. Payment for asphalt base shall be included in the per ton unit cost for asphalt unless otherwise noted in the project scope and plans. 22.2 SUBGRADE All subgrade shall be stabilized and constructed in accordance with Sections 160 and 914 of FDOT's Standard Specifications (latest edition) unless otherwise noted herein. All subgrade shall have a minimum compacted thickness of 12" unless otherwise shown on the plans or directed by the Engineer. If limerock is used, it shall also meet the requirements of Section 911 of FDOT's Standard Specifications (latest edition). Where unsuitable material is found within the limits of the subgrade, Section IV, Article 17 (Unsuitable Material Removal) of the city's Contract SectionlV.doc Page 21 of 127 JP61r?2W 5 Attachment number 6 Page 95 of 352 Section IV - Technical Specifications Specifications will apply. The extent of said removal shall be determined by the Engineer in accordance with accepted construction practices. The Contractor is responsible for clearing, grading, filling, and removing any trees or vegetation in the roadbed below the subgrade to prepare it per the plans. The cost of this work shall be included in the unit price for base or subgrade. The Contractor shall obtain from an independent testing laboratory the bearing value after the mixing of materials for the stabilized subgrade. 22.2.1 BASIS OF MEASUREMENT The basis of measurement shall be the number of square yards of stabilized subgrade in place and accepted as called for on the plans. The maximum allowable deficiency for mixing depth shall be per Section 161-6.4 of FDOT's 2000 Standard Specifications. Acceptable bearing values shall be per FDOT Section 160-7.2. Areas deficient in thickness or bearing values shall either be corrected by the Contractor to within acceptable tolerance, or if so approved in writing by the City Engineer, may be left in place. No payment, however, will be made for such deficient areas that are left in place (latest edition). 22.2.2 BASIS OF PAYMENT The unit price for subgrade shall include: roadbed preparation, placement, spreading, compaction, finishing, testing, stabilizing, mixing, materials, hauling, labor, equipment and all incidentals necessary to complete the work. If no pay item is given, subgrade shall be included in the bid item for base. 23 ASPHALTIC CONCRETE MATERIALS This specification is for the preparation and application of all S-Type Marshall Mix Design asphaltic concrete materials on roadway surfaces unless otherwise noted. 23.1 ASPHALTIC CONCRETE 23.1.1 AGGREGATE All aggregates shall be obtained from an approved FDOT source and shall conform to Sections 901 through 919 of FDOT's 2000 Standard Specifications. 23.1.2 BITUMINOUS MATERIALS All bituminous materials shall conform to Section 916 of FDOT's 2000 Standard Specifications. 23.2 HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITY ASSURANCE The plant and methods of operation used to prepare all asphaltic concrete and bituminous materials shall conform to the requirements of Section 320 of FDOT's Standard Specifications (latest edition). Unless otherwise noted, all acceptance procedures and quality control/assurance procedures shall conform to the requirements of Section 330 of FDOT's 2000 Standard Specifications. The Contractor shall note that the City shall have the right to have an independent testing laboratory select, test, and analyze, at the expense of the City, test specimens of any or all materials to be used. Tests to be performed by the independent testing laboratory every 1000 tons SectionlV.doc Page 22 of 127 JP61r?2W 5 Attachment number 6 Page 96 of 352 Section IV - Technical Specifications include, but are not limited to, Marshall stability and flow, extraction/gradation and cores to determine density and thickness. The results of such tests and analyses shall be considered, along with the tests or analyses made by the Contractor, to determine compliance with the applicable specifications for the materials so tested or analyzed. The Contractor hereby understands and accepts that wherever any portion of the work is discovered, as a result of such independent testing or investigation by the City, which fails to meet the requirements of the Contract documents, all costs of such independent inspection and investigation as well as all costs of removal, correction, reconstruction, or repair of any such work shall be borne solely by the Contractor. Payment reductions for asphalt related items shall be determined by the following: 1. Density per Section 330-11 of FDOT's 2000 Standard Specifications. 2. Final surface or friction course tolerances per Section 330-13 of FDOT's 2000 Standard Specifications. 3. Thickness will be determined from core borings. Deficiencies of 1/4" or greater shall be corrected by the Contractor, without compensation, by either replacing the full thickness for a length extending at least 25' from each end of the deficient area, or when the Engineer allows for an overlay per Section 330-15.2.3 of FDOT's Standard Specifications (2000 edition). In addition, for excesses of 1/4" or greater, the Engineer will determine if the excess area shall be removed and replaced at no compensation, or if the pavement in question can remain with payment to be made based on the thickness specified in the contract. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all asphalt. 23.3 ASPHALT MIX DESIGNS AND TYPES All asphalt mix designs shall conform to the requirements of Sections 331 and 337 of FDOT's 2000 Standard Specifications. All asphalt mix designs shall be approved by the Engineer PRIOR to the commencement of the paving operation. NO RECLAIMED ASPHALT PAVEMENT (RAP) MATERIAL SHALL BE ALLOWED IN THE ASPHALTIC CONCRETE MIXES. 23.4 ASPHALT PAVEMENT DESIGNS AND LAYER THICKNESS All asphalt pavement designs shall conform to the following requirements: Table 1: Layer Thickness for Asphalt (Layers Are Listed in Sequence of Construction) COURSE LAYER THICKNESS (Inches) THICKNESS (Inches) Type S-I Type S-I with Type S-III Top Layer Type S-III FC-3 Type S-III with FC-3 Top Layer Type S-I with FC-3 Top Layer I st 2nd I st 2nd I st 2nd I st 2nd I st 2nd I st 2nd I I I 11/ 11/ SectionlV.doc Page 23 of 127 JP61r?2W 5 Attachment number 6 Page 97 of 352 Section IV - Technical Specifications 2 1 1/4 3/4 1 1 21/2 11/4 1 '/4 1 '/2 1 1 '/2 1 3 11/2 11/2 2 1 2 1 * At the Engineer's discretion, 2" of S-III is acceptable for use on residential streets Additional Notes: 1. Type S-III shall be limited to the final (top) structural layer (one layer only). 2. All asphalt pavement designs shall conform to the requirements of sections 331 and 337 of FDOT's 2000 Standard Specifications. 3. All pavement designs shall include a minimum of two inches of asphalt. 4. The Contractor shall be responsible to review the project plans for complete pavement design detail. 5. Unless otherwise specified on the plans, Type S-III per Section 331 of FDOT's 2000 Standard Specifications shall be used as final riding surface on streets with the speed limit of less than 35 mph, streets with an average daily traffic (ADT) of less than 3000, and all residential streets. 6. An FC-3 friction course per section 337 of FDOT's 2000 Standard Specifications shall be used on streets with a speed limit of 35 mph or greater, and streets with an ADT of 3000 or greater. 23.5 GENERAL CONSTRUCTION REQUIREMENTS The general construction requirements for all hot bituminous pavements (including limitations of operations, preparation of mixture, preparation of surface, placement and compaction of mixture, surface requirements, correction of unacceptable pavement, etc.) shall be in accordance with Section 330 of FDOT's 2000 Standard Specifications. 23.6 CRACKS AND POTHOLE PREPARATION 23.6.1 CRACKS Cracks in roadway pavement shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris to be removed from cracks by compressed air or other suitable method. 2. Apply a multiple layered application of bituminous binder and fine aggregate, as appropriate to the depth of the crack until the void of the crack is completely filled to the level of the surrounding roadway surface. 3. If application of asphaltic concrete is not to begin immediately after crack repair, cracks are to be sanded to prevent vehicular tracking. 4. Payment for crack filling shall be included in the unit price for asphaltic concrete. SectionlV.doc Page 24 of 127 JP61r?2W 5 Attachment number 6 Page 98 of 352 Section IV - Technical Specifications 23.6.2 POTHOLES Potholes shall be repaired prior to the application of asphaltic concrete by the following steps: 1. All debris is to be removed from potholes by hand, sweeping, or other suitable method. 2. A tack coat is to be applied to the interior surface of the pothole. 3. The pothole is to be completely filled with asphaltic concrete, and thoroughly compacted. 4. Payment for pothole preparation shall be included in the unit price for asphaltic concrete. 23.7 ADJUSTMENT OF MANHOLES The necessary adjustments of sanitary sewer and storm drain manholes and appurtenances shall be accomplished by the Contractor. The Contractor shall be paid on a per unit basis for each item. The use of manhole adjustment risers is acceptable under the following conditions: The riser shall meet or exceed all FDOT material, weld, and construction requirements. The riser shall consist of an A-36 hot rolled steel meeting or exceeding the minimum requirements of A.S.T.M. A-36. The riser shall be a single piece with a stainless steel adjustment stud and shall have a rust resistant finish. The use of cast iron, plastic, or fiberglass risers is not permitted. In addition, the installation of each riser shall be per manufacturers specifications. Each manhole shall be individually measured, and each riser shall be physically marked to ensure that the proper riser is used. Also, the ring section shall be cleaned, and a bead of chemically resistant epoxy applied to the original casting, prior to installation of the riser. It is the Contractors responsibility to ensure that the manholes are measured, the risers are physically marked, the ring sections are thoroughly cleaned, and that the epoxy is properly applied prior to installation of each riser. If risers are not used, the adjustment of manholes shall be accomplished by the removal of pavement around manhole, grade adjustment of ring and cover, and acceptable replacement and compaction of roadway materials prior to paving. A full depth backfill using asphalt is acceptable. The use of Portland cement for backfill is not acceptable. All manhole and valve adjustments shall be accomplished prior to the application of final asphaltic concrete surface. Unless otherwise noted in the specs or on the plans, the paving operation shall occur within seven (7) calendar days from the completion of the adjustment. On arterial roadways, the rims manholes are to be ramped with asphalt during the time period between initial adjustment and final resurfacing. Water and gas valves, sewer cleanouts, valve boxes, tree aeration vents, etc. will be adjusted by the Contractor with the cost for this work to be included in the unit cost of the asphalt. Care must be taken around said appurtenances to ensure that they are not paved over, It is the Contractor's responsibility to inform the owners of all utilities of impending work and coordinate their adjustments so they are completed prior to the scheduled paving. 23.8 ADDITIONAL ASPHALT REQUIREMENTS 1. All impacted radius returns within project limits shall be paved unless otherwise directed by the Engineer or Project Inspector, with payment to be included in the per ton bid item for asphalt. SectionlV.doc Page 25 of 127 ???1 2(10 5 Attachment number 6 Page 99 of 352 Section IV - Technical Specifications 2. All pavement markings impacted by placement of asphalt shall be replaced prior to the road being open to traffic unless otherwise noted in the contract scope and plans. 3. All project related debris shall be hauled off the job site by the Contractor in a timely manner and at their own expense in conformance with all regulatory requirements. 4. The Contractor shall pay particular attention to sweeping when paving. The Broom Tractor way of sweeping will not be permitted. Prior to paving, all construction areas shall be swept with a Municipal type sweeper (either vacuum or mechanical type) that picks up and hauls off, dust and dirt. The sweeper must be equipped with its own water supply for pre-wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways, curbs and roadways each day before leaving the job site. 5. The application of tack and prime coats (either required or placed at the Engineer's discretion) shall be placed per Section 300 of FDOT's Standard Specifications (latest edition). Tack shall also be applied to the face of all curbs and driveways. The cost (including heating, hauling and applying) shall be included in the per ton bid item for asphalt, unless otherwise noted in the project scope and plans. 6. Leveling course and spot patching shall be applied to sections of the road as noted on the plans, or as directed by the Engineer, per Section 330 of FDOT's 2000 Standard Specifications. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 7. If an asphalt rubber binder is required, it shall conform to the requirements of Section 336 of FDOT's 2000 Standard Specifications. 8. On all streets with curb and gutter, the final compacted asphalt shall be 1/4" above the lip or face of said curb per City Index 101. 23.9 SUPERPAVE ASPHALTIC CONCRETE 1. Unless otherwise noted in this section, all of the asphaltic concrete specifications in Sections A through H above shall apply to superpave asphaltic concrete. All asphaltic concrete pavement shall be designed and placed in accordance with the FDOT Standard Specifications for Road and Bridge Construction (latest edition). 2. All aggregate shall be obtained from an approved FDOT source and shall conform to Sections 901 and 902 of FDOT's Standard Specifications (latest edition). 3. All bituminous materials shall conform to Section 916 of FDOT's Standard Specifications (latest edition). Asphaltic binder shall be Grade PG 67-22 unless otherwise specified in the Scope of Work. 4. All superpave mix designs shall conform to Sections 320 and 334 of FDOT's Standard Specifications (latest edition). 5. All general construction requirements shall conform to Section 330 of FDOT's Standard Specifications (latest edition). 23.10 BASIS OF MEASUREMENT Basis of measurement will be the number of tons of asphaltic concrete completed, in place and accepted. Truck scale weights will be required for all asphaltic concrete used. SectionlV.doc Page 26 of 127 ???1 2(10 5 Attachment number 6 Page 100 of 352 Section IV - Technical Specifications 23.11 BASIS OF PAYMENT Payment shall be made at the contract unit price for asphaltic concrete surface as specified and measured above. This price shall include all materials, preparation, hauling, placement, tack and/or prime coat either required or placed at Engineer's discretion, leveling, spot patching, filling of cracks, pothole repair, sweeping, debris removal, labor, equipment, tools, and incidentals necessary to complete the asphalt work in accordance with the plans and specifications. 24 ADJUSTMENT TO THE UNIT BID PRICE FOR ASPHALT When this Article applies to the contract, the unit bid price for asphalt will be adjusted in accordance with the following provisions: 1. Price adjustment for asphalt shall only be made when the current FDOT Asphalt Price Index varies more than 10% from the bid price at the time of the bid opening. 2. The Bituminous Material Payment Adjustment Index published monthly by the FDOT shall be used for the adjustment of unit prices. This report is available on FDOT's internet site. The address is: http://wwwl l.myflorida.com. It is under the section "Doing Business with FDOT" in the "Contracts Administration" section under "Asphalt Index". For additional information, call FDOT @ 850-414-4000. 3. The FDOT Payment Adjustment Index in effect at the time of the bid opening will be used for the initial determination of the asphalt price. 4. The FDOT Payment Adjustment Index in effect at the time of placement of the asphalt will be used for payment calculation. 5. The monthly billing period for contract payment will be the same as the monthly period for the FDOT Payment Adjustment Index. 6. No adjustment in bid prices will be made for either tack coat or prime coat. 7. No price adjustment reflecting any further increases in the cost of asphalt will be made for any month after the expiration of the allowable contract time. 8. The City reserves the right to make adjustments for decreases in the cost of asphalt. 25 GENERAL PLANTING SPECIFICATIONS 25.1 IRRIGATION 25.1.1 DESCRIPTION A. The work specified in this Section consists of the installation of an automatic underground irrigation system as shown or noted in the plans. Provide all labor, materials, equipment, services and facilities required to perform all work in connection with the underground sprinkler irrigation system, complete, as indicated on the drawings and/or specified. Work noted as " NIC", "existing", or "by others" is not included in this pay item. B. The irrigation plans are schematic in nature. Valves and pipes shall be located in the turf/landscape areas except at road/paving crossings. All piping under paving shall be SectionlV.doc Page 27 of 127 JP61r?2W 5 Attachment number 6 Page 101 of 352 Section IV - Technical Specifications sleeved. Changes in the irrigation system layout shall be modified with the approval of the Engineer. 25.1.1.1 QUALITY ASSURANCE A. The irrigation work shall be installed by qualified personnel or a qualified irrigation subcontracting company that has experience in irrigation systems of similar size, scope, mainline, system pressure, controls, etc. B. All applicable ANSI, ASTM, FED.SPEC. Standards and Specifications, and all applicable building codes and other public agencies having jurisdiction upon the work shall apply. C. Workmanship: All work shall be installed in a neat, orderly and responsible manner with the recognized standards of workmanship. The Engineer reserves the right to reject material or work which does not conform to the contract documents. Rejected work shall be removed or corrected at the earliest possible time at the contractor's expense. D. Operation and Maintenance Manuals: The contractor shall prepare and deliver to the Engineer within ten (10) calendar days prior to completion of construction a minimum of three (3) hard cover binders with three rings containing the following information: I. Index sheet stating the contractor's address and business telephone number, 24 hour emergency phone number, person to contact, list of equipment with name(s) and address(es) of local manufacturer's representative(s) and local supplier where replacement equipment can be purchased. 2. Catalog and part sheet on every material and equipment installed under this contract. 3. Complete operating and maintenance instructions on all major equipment. 4. Provide the Engineer and the City of Clearwater maintenance staff with written and "hands on" instructions for major equipment and show evidence in writing to the Engineer at the conclusion of the project that this service has been rendered. a. Four-hour instruction (minimum) for the Drip Emitter equipment operation and maintenance. b. Two-hour instruction (minimum) for automatic control valve operation and maintenance. 25.1.1.2 PROJECT CONDITIONS A. The Irrigation Contractor shall coordinate the work with all other trades, all underground improvements, the location and planting of trees and all other planting. Verify planting requiring excavation 24 in. diameter and larger with the Engineer prior to installation of main lines. B. Provide temporary irrigation at all times to maintain plant materials. C. The Irrigation Contractor is responsible to maintain the work area and equipment until final acceptance by the Engineer. Repairs and replacement of equipment broken, stolen, or missing as well as regular maintenance operations shall be the obligation of the contractor. D. The Irrigation Contractor shall submit a traffic control plan (per FDOT specifications) to the Engineer prior to initiating construction on the site. The Contractor shall be SectionlV.doc Page 28 of 127 JP61r?2W 5 Attachment number 6 Page 102 of 352 Section IV - Technical Specifications responsible for the maintenance of traffic signs, barriers, and any additional equipment to comply with the FDOT standards and to ensure the safety of its employees and the public. 25.1.1.3 WARRANTY A. The Manufacturer(s) shall warrant the irrigation system components to give satisfactory service for one (1) year period from the date of acceptance by the Engineer and the City of Clearwater. Should any problems develop within the warranty period due to inferior or faulty materials, they shall be corrected at no expense to the City of Clearwater or FDOT. 25.1.2 PRODUCTS 25.1.2.1 GENERAL A. All materials throughout the system shall be new and in perfect condition. No deviations from the specifications shall be allowed except as noted. 25.1.2.2 PIPING A. The irrigation system pipe shall be as stated herein and shall be furnished, installed and tested in accordance with these specifications. B. All pipe is herein specified to be Polyvinyl Chloride (PVC) Pipe, 1120, Schedule 40, conforming to ASTM D2665 and D1785. C. All nipples, pipe connections, bushings, swing joints, connecting equipment to the mainline is required to be threaded Polyvinyl Chloride (PVC) Pipe, Schedule 80. 25.1.2.3 PIPE FITTINGS A. All pipe fittings for Schedule 40 PVC pipe shall be as follows: Fittings shall conform to the requirements of ASTM D2466, Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval. The connection of mainline pipe to the automatic control valve shall be assembled with threaded Schedule 80 fittings and threaded Schedule 80 nipples. 25.1.2.4 PVC PIPE CEMENT AND PRIMER A. Provide solvent cement and primer for PVC solvent weld pipe and fittings as recommended by the manufacturer. Pipe joints for solvent weld pipe to be belled end. B. Purple primer shall be applied after the pipe and fittings has been cut and cleaned. The Primer shall be of contrasting color and be easily recognizable against PVC pipe. 25.1.2.5 THREADED CONNECTIONS A. Threaded PVC connections shall be made using Teflon tape or Teflon pipe sealant. 25.1.2.6 GATE VALVES 25.1.2.6.1 MANUAL GATE VALVES 2 IN. AND SMALLER A. Provide the following, unless otherwise noted on Drawings: SectionlV.doc Page 29 of 127 JP61r?2W 5 Attachment number 6 Page 103 of 352 Section IV - Technical Specifications 1. 200-250 psi Ball Valve 2. PVC body - with Teflon Ball Seals 3. Threaded-Dual end Union Connectors 4. Non-Shock Safe-T-Shear Stem 5. Safe-T-Shear True Union Ball Valve as manufactured by Spears Manufacturing Company, Sylmer, California, or approved equal. 25.1.2.6.2 GATE VALVES 2'/2" IN. AND LARGER A. Provide the following, unless otherwise noted on Drawings: 1. AWWA-C-509 2. 200 lb. O.W.G. 3. Cast Iron body - ASTM A 126 Class B 4. Deep socket joints 5. Rising stem 6. Bolted bonnet 7. Double disc 8. Equipped with 2" square operating key with tee handle B. Provide two (2) operating keys for gate valve 3" and larger. The "street key" shall be 5' long with a 2" square operating nut. 25.1.2.7 SLEEVES A. Sleeves: (Existing by City of Clearwater) 25.1.2.8 REMOTE CONTROL VALVES A. The remote control valve shall be a solenoid actuated, balance-pressure across-the diaphragm type capable of having a flow rate of 25-30 gallons per minute (GPM) with a pressure loss not to exceed 6.1 pounds per square inch (PSI). The valve pressure rating shall not be less than 150 psi. B. The valve body and bonnent shall be constructed of high impact weather resistant plastic, stainless steel and other chemical/UV resistant materials. The valve's one-piece diaphragm shall be of durable santoprene material with a clog resistant metering orifice. C. The valve body shall have a I" inch (FNPT) inlet and outlet or a one inch slip by slip inlet and outlet for solvent weld pipe connections. D. The valve construction shall be as such to provide for all internal parts to be removable from the top of the valve without disturbing the valve installation. E. The valve shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California, or approved equal. F. Identify all control valves using metal I.D. tags numbered to match drawings. SectionlV.doc Page 30 of 127 JP61r?2W 5 Attachment number 6 Page 104 of 352 Section IV - Technical Specifications 25.1.2.9 VALVE BOXES A. For remote control drip valve assembly and UNIK control timer use a Brooks #36 concrete value box with #36-T cast iron traffic bearing cover, or approved equal. B. For flush valve assembly use an Ametek #181014 (10") circular valve box with #181015 cover comparable to Brooks, or approved equal. C. For air relief assembly use an Ametek #182001 (6") economy turf box with #182002 cover comparable to Brooks, or approved equal. 25.1.2.10 DRIP IRRIGATION 25.1.2.10.1 CONSTRUCTION A. Techline shall consist of nominal sized one-half inch (1/2") low-density linear polyethylene tubing with internal pressure compensating, continuously self-cleaning, integral drippers at a specified spacing, (12", 18", or 24" centers). The tubing shall be brown in color and conform to an outside diameter (O.D.) of 0.67 inches and an inside diameter (I.D.) of 0.57 inches. Individual pressure compensating drippers shall be welded to the inside wall of the tubing as an integral part of the tubing assembly. These drippers shall be constructed of plastic with a hard plastic diaphragm retainer and a self- flushing/cleaning elastomer diaphragm extending the full length of the dripper. 25.1.2.10.2 OPERATION A. The drippers shall have the ability to independently regulate discharge rates, with an inlet pressure of seven to seventy (7-70) pounds per square inch (PSI), at a constant flow and with a manufacturer's coefficient of variability (Cv) of 0.03. Recommended operating pressure shall be between 15-45 PSI. The dripper discharge rate shall be 0.4, 0.6, or 0.9 gallons per hour (GPH) utilizing a combination turbulent flow/reduced pressure compensation cell mechanism and a diaphragm to maintain uniform discharge rates. The drippers shall continuously clean themselves while in operation. The dripperline shall be available in 12", 18" and 24" spacing between drippers unless otherwise specified. Techline pipe depth shall be under mulch unless otherwise specified on Plans. Maximum system pressure shall be 45 PSC. Filtration shall be 120 mesh or finer. Bending radius shall be 7". B. For on-surface or under mulch installations, 6" metal wire staples (TLS6) shall be installed 3'-5' on center, and two staples installed at every change of direction. 25.1.2.10.3 LINE FLUSHING VALVES A. The sub-surface system shall utilize Automatic Line Flush Valves at the end of each independent zone area. This valve shall be capable of flushing one gallon at the beginning of each irrigation cycle. The valves shall match the dripline manufacturer and connect directly to the dripline. 25.1.2.10.4 AIR/VACUUM RELIEF VALVE A. Each independent irrigation zone shall utilize an Air/Vacuum Relief Valve at its high point(s). The air and vacuum relief valve shall seal effectively from 2 to I10 psi. SectionlV.doc Page 31 of 127 J??1 2(10 5 Attachment number 6 Page 105 of 352 Section IV - Technical Specifications 25.1.2.10.5 PRESSURE REGULATORS A. The pressure regulator shall be designed to handle steady inlet pressures over 150 pounds per square inch (psi) and maintain a constant outlet pressures of 25 psi. Regulating accuracy shall be within =/-6%. The pressure regulator shall be manufactured from high- impact engineering grade thermoplastics. Regulation shall be accomplished by a fixed stainless steel compression spring which shall be enclosed in a chamber separate from the water passage. 25.1.2.10.6 FILTERS A. The filter shall be a multiple disc type filter with notation indicating the minimum partial size to travel through or the mesh size of the element being used. The discs shall be constructed of chemical resistant thermoplastic for corrosion resistance. 25.1.2.10.7 FITTINGS A. All connections shall be made with barb or compression type fitting connections. Fittings and dripline shall be as manufactured by the manufacturer of the dripline to ensure the integrity of the subsurface irrigation system. 25.1.2.11 AUTOMATIC CONTROL TIMER A. The irrigation controller (control module) shall be programmable by a separate transmitter device only. The program shall be communicated to the Control Module from the Field Transmitter via an infrared connection. The controller shall be of a module type which may be installed in a valve box underground. The controller shall function normally if submerged in water and the communication from the transmitter shall function if submerged in water. B. The control module shall be housed in an ABS plastic cabinet and shall be potted to insure waterproof operation. The control module shall have two mounting slots for screws allowing the module to be securely mounted inside a valve box. C. The controller shall operate on one nine volt alkaline battery for one full year regardless of the number of stations utilized. The controller shall operate 1, 2, or 4 stations either sequentially or independently. D. The controller shall have three independent programs with eight start times each, station run time capability from one minute to twelve hours in one minute increments, and a seven day calendar. The controller shall turn on stations via latching solenoids installed on the valves. Manual operations shall be initiated by attaching the Field Transmitter to the Control Module and programming a manual start. The controller shall be capable of manual single station or manual program operation. E. The controller shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.2.12 FIELD TRANSMITTER A. The irrigation controller shall be programmable by a separate transmitter device (Field Transmitter) only. The Field Transmitter shall communicate to the Control Module via an infrared connection. The Field Transmitter shall be water resistant and housed in ABS SectionlV.doc Page 32 of 127 JP61r?2W 5 Attachment number 6 Page 106 of 352 Section IV - Technical Specifications plastic and have a removable, reversible protective sheath. The Field Transmitter shall operate on one 9V alkaline battery. B. The Field Transmitter shall have a large LCD screen and a seven-key programming pad. A beep sound shall confirm every key stroke. The screen shall automatically turn off after one minute when not in use. C. The Field Transmitter shall be capable of programming an unlimited number of UNIK Control Modules. D. The Field Transmitter shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.2.13 LATCHING SOLENOID A. The Latching Solenoid shall be supplied with an installed, filtered adapter allowing installation of the solenoid onto any Rain Bird DV, PGA, PEB, PES-B, GB, of EFB series valve. B. The Latching Solenoid shall be as manufactured by Rain Bird Sprinkler Mfg. Corp., Glendora, California USA. 25.1.3 EXECUTION 25.1.3.1 GENERAL INSTALLATION REQUIREMENTS A. Before work is commenced, hold a conference with the Engineer to discuss general details of the work. B. Verify dimensions and grades at job site before work is commenced. C. During the progress of the work, a competent superintendent and any assistants necessary shall be on site, all satisfactory to the Engineer. This superintendent shall not be changed, except with the consent of the Engineer. The superintendent shall represent the Contractor in his absence and all directions given to the superintendent shall be as binding as if given to the Contractor. D. Obtain and pay for all irrigation and plumbing permits and all inspections required by outside authorities. E. All work indicated or notes on the Drawings shall be provided whether or not specifically mentioned in these Technical Special Provisions. F. If there are ambiguities between the Drawings and Specifications, and specific interpretation or clarification is not issued prior to bidding, the interpretation or clarification will be made only by the Engineer, and the Contractor shall comply with the decisions. In event the installation contradicts the directions given, the installation shall be corrected by the Contractor at no additional cost. G. Layout of sprinkler lines shown on the Drawing is diagrammatic only. Location of sprinkler equipment is contingent upon and subject to integration with all other underground utilities. Contractor shall employ all data contained in the contract Documents and shall verify this information at the construction site to confirm the manner by which it relates to the installation. SectionlV.doc Page 33 of 127 ???1 2(10 5 Attachment number 6 Page 107 of 352 Section IV - Technical Specifications H. Do not proceed with the installation of the sprinkler system when it is apparent that obstructions or grade differences exist or if conflicts in construction details, legend, or specific notes are discovered. All such obstructions, conflicts, or discrepancies shall be brought to the attention of the Engineer. 1. The disturbance of existing paving will not be permitted. Install all required sleeving prior to roadway base. 25.1.3.2 EXCAVATING AND BACKFILLING 25.1.3.2.1 TRENCHING - GENERAL A. Dig sides of trenches straight. Provide continuous support for pipe on bottom of trenches. Lay pipe to uniform grade. Trenching excavation shall follow layout indicated on Drawings. B. Maintain 6 in. horizontal and minimum clearance between sprinkler lines and between all lines of other trades. C. Do not install sprinkler lines directly above another line of any kind. D. Maintain 6 in. vertical minimum between sprinkler lines which cross at angles of 45 degrees to 90 degrees. E. Exercise care when excavating, trenching and working near existing utilities. 25.1.3.2.2 BACKFILLING A. All pressure supply lines (mainline) shall have 18" of fill placed over the pipe. B. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than 1/2 in. C. Compact backfill according to Section 125 of FDOT Specification Book, 1996 Edition. D. Do not, under any circumstances, use equipment or vehicle wheels for compacting soil. E. Restore grades and repair damages where settling occurs. F. Compact each layer of fill with approved equipment to achieve a maximum density per AASHTO T 180 - latest edition. Under landscaped area, compaction shall not exceed 95% of maximum density. G. Compaction shall be obtained by the use of mechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than six (6") inches thick. The hand tampers shall be suitable for this purpose and shall have a face area of not more than 100 square inches. Special precautions shall be taken to prevent damage to the irrigation system piping and adjacent utilities. 25.1.3.2.3 ROUTING OF PIPING: A. Routing of pressure and non-pressure piping lines are indicated diagrammatically on Drawings. B. Coordinate specimen trees and shrubs with routing of lines. 1. Planting locations shall take precedence over sprinkler and piping locations. 2. Report to Owner any major deviation from routing indicated. SectionlV.doc Page 34 of 127 ???1 2(10 5 Attachment number 6 Page 108 of 352 Section IV - Technical Specifications C. Conform to Drawings layout without offsetting the various assemblies from the pressure supply line. D. Layout drip tube and make any minor adjustments required due to differences between site and Drawings. Any such deviations in layout shall be within the intent of the original Drawings, and without additional cost. E. Layout all systems using an approved staking method, and maintain the staking of approved layout. 25.1.3.3 INSTALLATION 25.1.3.3.1 WATER SUPPLY A. Connections to the water sources shall be at the approximate locations indicated on the Drawings. Make minor changes caused by actual site conditions without additional cost to the Owner. 25.1.3.3.2 ASSEMBLIES A. Routing or pressure supply lines as indicated on Drawings is diagrammatic only. Install lines and required assemblies in accordance with details on Drawings. B. Do not install multiple assemblies on plastic lines. Provide each assembly with its own outlet. When used, the pressure relief valve shall be the last assembly. C. Install all assemblies in accord with the respective detail Drawings and these Technical Special Provisions. D. Plastic pipe and threaded fittings shall be assembled using Teflon tape, applied to the male threads only. 25.1.3.3.3 SLEEVES: (EXISTING BY CITY OF CLEARWATER) A. The contractor shall verify the location of all existing sleeves as shown on the roadway, utility and/or irrigation plans and notify the Engineer of any discrepancies. 25.1.3.3.4 PLASTIC PIPE A. Install plastic pipe in accord with manufacturer's recommendations. B. Prepare all welded joints with manufacturer's cleaner prior to applying solvent. 1. Allow welded joints as least 15 minutes setup/curing time before moving or handling. 2. Partially center load pipe in trenches to prevent arching and shifting when water pressure is on. 3. Do not permit water in pipe until a period of at least four hours has elapsed for solvent weld setting and curing, unless recommended otherwise by solvent manufacturer. C. Curing 1. When the temperature is above 80 degrees F., allow soluble weld joints at least 24 hours curing time before water is introduced under pressure. D. Flushing the system: SectionlV.doc Page 35 of 127 JP61r?2W 5 Attachment number 6 Page 109 of 352 Section IV - Technical Specifications 1. After all sprinkler pipe lines and risers are in place and connected, open the control valves and flush out the system with a full head of water. E. Installing piping under existing pavement: 1. Piping under existing pavement maybe installed by jacking & boring. 2. Secure permission from the Engineer before cutting or breaking any existing pavement. All repairs and replacements shall be approved by Engineer and shall be accomplished at no additional cost. 25.1.3.3.5 CONTROLLERS A. Install all automatic controllers as shown in the plans. 1. The location of all controllers shall be approved by the Engineers representative prior to installation. 25.1.3.3.6 REMOTE CONTROL VALVES A. Install at sufficient depth to provide not more than 6 in., nor less than 4 in. cover from the top of the valve to finish grade. B. Install valves in a plumb position with 24 in. minimum maintenance clearance from other equipment, 3 feet minimum from edges of sidewalks, buildings, and walls, and no closer than 7 feet from the back of curb or edge of pavement along roadways. C. Contractor shall adjust the valve to provide the proper flow rate or operating pressure for each sprinkler zone. 25.1.3.3.7 GATE VALVES A. Install where indicated and with sufficient clearance from other materials for proper maintenance. B. Check and tighten valve bonnet packing before backfill. 25.2 LANDSCAPE 25.2.1 GENERAL 25.2.1.1 RELATED DOCUMENTS A. The Contract Documents shall include the Plans, Details, Specifications, Bid Proposal, Contract Agreement, including Installation Schedule, all Addenda, and Contractual and Special Conditions when required. 25.2.1.2 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with Federal, State, Local, and other duly constituted authorities and regulatory agencies, without additional cost to the Owner in matters pertaining to codes, safety, and environmental matters. B. Any permits for the installation or construction of any of the work included under the contract, which are required by any of the legally constituted authorities having SectionlV.doc Page 36 of 127 JP61r?2W 5 Attachment number 6 Page 110 of 352 Section IV - Technical Specifications jurisdiction, shall be arranged for by the Contractor and paid for directly by the Contractor, unless otherwise agreed upon in writing. 25.2.1.3 SCOPE OF WORK A. All provisions of Contract, including General and Special Provisions and Plans, apply to the work specified in this Section. The Scope of Work includes everything for and incidental to executing and completing all landscape work shown on the Plans, Schedules, Notes and as specified herein. B. Furnish and provide all labor, plants and materials tools and equipment necessary to prepare the soil for plantings, to install and care for all plant materials (including finish grading if necessary); to remove and/or transplant existing plants if indicated; to furnish, plant, fertilize, guy and brace, water, mulch and prune all new plant materials; and to execute all other Work as described herein or indicated on the Plans. C. Work under this Section shall include labor and materials for final grading and raking to prepare the site for sodding, sprigging, or seeding, so finished lawn or playing field will appear even and uniform, will drain adequately, and will comply with the intent of the landscape drawings. D. Initial maintenance of landscape materials as specified in this document. 25.2.1.4 QUALITY ASSURANCE A. Landscape work shall be contracted to a single firm specializing in landscape work, who shall in turn subcontract no more than 40% of the work specified. All subcontractors under the control of the Contractor involved in the completion of the landscape work, shall be made known to the Owner and the Landscape Architect prior to their commencement of work on the project. B. All work of this Section shall conform to the highest standard of landscape practices. C. The Plant Material Schedule included with these Plans is provided only for the Contractor's convenience; it shall not be construed as to conflict or predominate over the Plans. If conflict between the Plans and Specifications exists, the Plan shall predominate and be considered the controlling document. D. During this work, the Contractor shall be responsible for maintaining safety among persons in his employ in accordance with the standards set by The Occupational Safety and Health Act of 1970 (and all subsequent amendments). Owner and Landscape Architect shall be held harmless from any accident, injury or any other incident resulting from compliance or non-compliance with these standards. E. The Contractor shall cooperate with and coordinate with all other trades whose work is built into or affects the work in this Section. F. All appropriate utility companies and agencies shall be contacted 72 hours prior to excavation. Call "One Call" at 1-800-432-4770. G. The Contractor shall carefully examine the site and all existing conditions affecting the work, such as: soil, obstructions, existing trees, utilities, etc. Report any conditions in conflict with the work to the Landscape Architect. SectionlV.doc Page 37 of 127 ???1 2(10 5 Attachment number 6 Page 111 of 352 Section IV - Technical Specifications 25.2.1.5 SUBMITTALS A. The Contractor is required to submit prior to the expiration of the required maintenance period, two copies of typewritten instructions recommending procedures to be established by the Owner for maintenance of landscape work for a period of one year. B. Furnish unit prices for all plant materials and inert materials, including labor for all specified work. 25.2.1.6 ALTERNATES, ADDITIONS, DELETIONS, SUBSTITUTIONS A. If there are additions/alternates included in these Plans and Specifications, the Contractor must propose prices to accomplish the work stated as additions/alternates at the time of bidding. B. The Owner, through his Project Representative, reserves the right to add or deduct any of the work stated herein without rendering the Contract void. C. The Contractor must have written approval by the Project Representative for any substitutions not previously agreed to in the purchase agreement: installation without approval is entirely at the Contractor's risk. D. All material acquired through additions or substitutions shall be subject to all conditions and warranties stated herein. 25.2.1.7 ABBREVIATIONS/DEFINITIONS O.A. or HT.: The over-all height of the plant measured from the ground to the natural, untied state of the majority of the foliage, not including extreme leaves, branches or fronds. CT: C. W.: SPR.: ST. TR.: MIN.: GAL.: Clear trunk is measured from the ground to the bottom of the first leaf or frond stem with no foliage from ground to specified height. For example, on Canary Island Date Palms or similar, the clear trunk measurement includes the "nut" at the base of the fronds. Clear wood is measured from the ground to the bottom of the base of the lowest leaf sheath or boot, trimmed in a natural manner. For example, on Canary Island Date Palms or similar, the clear wood measurement does not include the "nut" at the base of the fronds. Spread, branches measured in natural untied position to the average crown diameter, not including extreme leaves, branches or fronds. Straight trunk. Minimum. Gallon container size, i.e., I gallon, 3 gallon, 7 gallon, etc. O. C.: On center, distance between plant centers. SectionlV.doc Page 38 of 127 JP6?2W) 5 Attachment number 6 Page 112 of 352 Section IV - Technical Specifications DIA. : Diameter. LVS.: Leaves. D.B.H.: Diameter or caliper of main trunk of tree as measured at breast height at 4-1/2 feet above grade. CAL.: B&B: PPP: FG: STD.: Caliper, the outside diameter of up to a four inch tree is measured six inches above grade, larger trees are measured at 12 inches above grade. Balled and burlapped in accordance with horticultural standards of the American Association of Nurserymen. Plants per pot. Field grown. Standard, single, straight trunk. Owner To be known as that entity which holds title or control to the premises on which the work is performed. Owner's Representative: Owner's on-site representative shall be responsible for approval of quantity and quality of materials specified and execution of installation. Contractor: Shall refer to that person or enterprise commonly known as the Landscape Contractor. Landscape Architect.: This person or firm is the responsible representative of the Owner who produces the landscape Plans and Specifications. 25.2.1.8 PRODUCT DELIVERY, STORAGE, AND HANDLING 25.2.1.8.1 PLANT MATERIALS A. Provide container grown or, if appropriate, freshly dug trees and shrubs. Do not prune prior to delivery. Do not bend or bind trees or shrubs in such a manner as to damage bark, break branches or destroy natural shape. Provide protective covering during delivery. If plant delivery is made in open vehicles, the entire load shall be suitably covered. B. All plants are to be handled at all times so that roots or root balls are adequately protected from sun, cold, or drying winds. No root balls for trees and container plants that have been cracked or broken shall be planted except upon special approval. Plants shall not be pulled by the tops or stems, nor handled in a rough or careless manner at any time. SectionlV.doc Page 39 of 127 J??1 2(10 5 Attachment number 6 Page 113 of 352 Section IV - Technical Specifications C. Balled and burlapped plants shall be moved with firm, natural, balls of soil, not less than 1 foot diameter of ball to every 1 inch caliper of trunk; root ball depth shall not be less than 2/3 of root ball diameter. B & B plants which cannot be planted upon delivery shall have their root balls covered with moist soil or mulch. D. Trees shall be dug with adequate balls, burlapped, and wire bound if needed. Root pruning to be done a minimum of 4 weeks before removal from the field and planting at the site. Root balls may not be encased in "grow bags" or other synthetic material, except plastic shrink wrap for transport only. E. Remove all fronds form sabal palms prior to planting, but leave a minimum of 12 inches of new frond growth above the bud. Do not damage bud. On all other palms, only a minimum of palm fronds shall be removed from crown to facilitate moving and handling. Clear trunk shall be determined after minimum fronds have been removed. Boots shall be removed from trunk unless otherwise specified. Palms shall be planted within 24 hours of delivery. F. Deliver trees and shrubs after preparations for planting have been completed and plant immediately. If planting is delayed more than 6 hours after delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and cover to keep the roots moist. G. Label at least one tree and one shrub of each variety with a securely attached waterproof tag bearing legible designation of botanical and common name. H. Sod: Time delivery so that sod will be placed within twenty-four (24) hours after stripping. Protect sod against drying and breaking by covering palettes of sod or placing in a shaded area. 25.2.1.9 JOB CONDITIONS 25.2.1.9.1 ACCEPTANCE OF JOB CONDITIONS. A. The Contractor shall examine the sub-grade, verify elevations, observe the conditions under which work is to be performed and notify the Landscape Architect or Project Representative in writing of unsatisfactory conditions prior to beginning work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Landscape Architect. Start of work shall indicate acceptance of conditions and full responsibility for the completed work. B. Proceed with and complete the landscape work as rapidly as portions of the site become available, working within the seasonal limitations for each kind of landscape work and following the approved schedule. If seasonal limitations apply, notify the Landscape Architect for adjustments to the Schedule. C. Determine locations of all underground utilities and review for conflicts with planting procedures. D. When adverse conditions to plant growth are encountered, such as rubble fill, drainage conditions or obstruction, the Contractor shall notify the Landscape Architect in writing prior to planting. E. Plant trees and shrubs after final grades are established and prior to the planting of lawns, protecting lawn trees and promptly repairing damages from planting operations. SectionlV.doc Page 40 of 127 J??1 2(10 5 Attachment number 6 Page 114 of 352 Section IV - Technical Specifications 25.2.1.9.2 SCHEDULING OF WORK A. The work shall be carried out to completion with the utmost speed. Immediately upon award of contract, the Contractor shall prepare a construction schedule and furnish a copy to the Owner's Representative and/or the Landscape Architect for approval. The Contractor shall carry out the work in accordance with the approved schedule. B. If the Contractor incurs unforeseen costs, such as overtime hours, holidays, etc. in order to complete the work within the time stated in the Contract, and/or to maintain the progress schedule, all said costs shall be borne by the Contractor at no additional cost to the Owner. C. The Owner's Representative's may request in writing work stoppage. Upon written request from the Owner's Representative, the Landscape Contractor shall suspend delivery of material and stop all work for such a period as deemed necessary by the Owner, the Owner's Representative, or the General Contractor with respect to any additional costs which may result from work stoppage. 25.2.1.9.3 UTILITIES A. The Contractor shall perform work in a manner which will avoid conflicts with utilities. Hand excavate, as required, to minimize possibility of damage to underground utilities. Maintain grade stakes set by others until removal is mutually agreed upon by all parties concerned. 25.2.2 PRODUCTS 25.2.2.1 MATERIALS 25.2.2.1.1 PLANT MATERIALS: NOMENCLATURE A. Plant species, sizes, etc. shall be per Plans and Specifications on Plant Material Scheduled. Nomenclature is per Manual of Cultivated Plant, Standard Encyclopedia of Horticulture, L.H. Bailey, or Standardized Plant Names Dictionary, American Joint Committee on Horticultural Nomenclature (latest editions), or conforms with names accepted in the nursery trade. 25.2.2.1.2 PLANT MATERIALS: QUALITY ASSURANCE A. Provide healthy, vigorous stock grown under climatic conditions similar to conditions in the locality of the project. Plants shall have a habit of growth that is normal for the species and be sound, healthy, vigorous and free from insect pests or their eggs, plant diseases, defects and injuries. Plants shall be well branched and densely foliated when in leaf and shall have healthy, well-developed root systems. B. Trees shall be heavily branched or, in the case of palms, be heavily leafed. Some plant materials may be collected stock with the approval of the Landscape Architect. Provided tree species that have a single main trunk (central leader), unless otherwise stated. Trees that have the main trunk forming a "Y" shape or parallel branching are not acceptable. C. Plant materials shall be specified and shall be Florida #1 or better as to shape and quality for the species as outlined in Grades and Standards for Nursery Plants Part I and II, Florida Department of Agriculture and Consumer Services (latest edition). SectionlV.doc Page 41 of 127 J??1 2(10 5 Attachment number 6 Page 115 of 352 Section IV - Technical Specifications D. The Owner or Landscape Architect reserves the right to inspect plant materials either at the place of growth or at the project site prior to planting for compliance with requirements for name variety, size quality, or designated area. E. Landscape materials shall be shipped with certificates of inspection as required by governmental authorities. The Contractor shall comply with all governing regulations that are applicable to landscape materials. F. Do not make substitutions. If specified landscape material is not available, submit Landscape Architect proof of it being non-available. In such event, if the Landscape Architect designates an available source, such shall be acquired from designated source. When authorized, a written change order for substitute material will be made by adjustment to Contract amount. G. Height and/or width of trees shall be measured from ground up; width measurement shall be normal crown spread of branches with plants in the normal position. This measurement shall not include immediate terminal growth. All measurements shall be taken after pruning for specified sizes. All trees and shrubs shall conform to measurements specified in the plant material schedule, except that plant material larger than specified may be used with the approval of the Owner or Landscape Architect; with no increase to the Contract price. Plant materials shall not be pruned prior to delivery. H. Plant Material shall be symmetrical, typical for variety and species. Plants used where symmetry is required shall be matched as nearly as possible. 1. Balled and burlapped plants shall have firm, natural balls of earth of sufficient diameter and depth to encompass the feeding root system necessary for full development of the plant and to conform with the standards of the American Association of Nurserymen. Root balls and tree trunks shall not be damaged by improper binding and B & B procedures. J. Container-grown plants may be substituted for balled and burlapped plants or vice-versa provided the quality is equal or better than specified and the Landscape Architect approves the substitution. K. Container grown stock shall have been grown in containers for at least four months, but not over two years. If requested, samples must be shown to prove no root bound condition exists. 25.2.2.1.3 GRASSES: SOD OR SEED A. Sod or seed (as/if specified) shall be a species as stated on the Plan. Solid sod shall be of even thickness and with a good root structure, 95% free of noxious week, freshly mowed before cutting, and in healthy condition when laid. It must not be stacked more than 24 hours before laying and it must be grown in soil compatible to that in which it will be installed. Sod must be kept moist prior to and after installation. B. Seed shall be delivered to the site in unopened bags with certification tags in place. Purity, germination and weed content shall be as certification requirements. 25.2.2.1.4 MULCH A. Mulch shall be 100% Grade "B" shredded cypress bark mulch, thoroughly mixed with a pre-emergence weed killer according to the label directions as specified on the plan. SectionlV.doc Page 42 of 127 JP61r?2W 5 Attachment number 6 Page 116 of 352 Section IV - Technical Specifications B. Install mulch to an even depth of 3" before compaction. 25.2.2.1.5 FERTILIZER A. Granular fertilizer shall be uniform in composition; free flowing and suitable for application with approved equipment; received at the site in full, labeled, unopened bags bearing the name, trade name or trademark and warranty of the producer; fully conforming to State of Florida fertilizer laws. B. All fertilizer shall bear the manufacturer's statement of analysis and shall contain the appropriate minimum amounts of elements for the type of use specified herein. C. Agriform 20-10-5 fertilizer tablets or approved equal, shall be placed in planting pit for all plant materials at time of installation and prior to completion of pit backfilling. D. Ground cover and annual areas shall receive fertilization with Osmocote Time Release Fertilizer according to product instructions and rate. E. For sod and seeded areas, fertilize with a complete granular fertilizer on Bahia and St. Augustine grass at the rate of one (1) pound of nitrogen per one thousand (1,000) square feet. Fertilizer shall be commercial grade, mixed granules, with 30% - 50% of the nitrogen being in slow or controlled release form. The ratio of nitrogen to potash will be 1:1 or 2:1 for complete fertilizer formulations. Phosphorus shall be no more than 1/4 the nitrogen level. They shall also contain magnesium and micronutrients (i.e. manganese, iron, zinc, copper, etc.). 25.2.2.1.6 STAKES AND GUYS A. For trees, approved plastic or rubber guys shall be used between the stakes and the tree trunk. Galvanized steel guy wire shall not be used. B. Stakes shall be cut from 2" x 4" pressure treated (p.t.) stock for trees over 2" caliper. Stakes shall be 2" x 2" pressure treated (p.t.) stock for trees 2" caliper and under. A minimum of 2 stakes per tree or an optional 3 stakes per tree shall be used. C. For single trunk palms, stakes shall be cut from 2" x 4" pressure treated (p.t.) stock, with a minimum of 3 stakes per palm. Batten consisting of 5 layers of burlap and 5 - 2" x 4" by 16" wood connected with two - 3/4" steel bands shall be used around the palm trunk. D. Other tree staking systems may be acceptable if approved. 25.2.2.1.7 PLANTING SOIL A. Unless stated on the plans or in the specifications, install plant material in tilled and loosened native soil backfill. It is the responsibility of the Landscape Contractor to test, prior to planting and at no additional cost to the Contract, any soils which may be unsuitable for the vigorous growth of plants. Unsuitable conditions shall be reported to the Landscape Architect immediately in writing. B. When required, planting soil media shall be provided by the Contractor and shall consist of 1/3 peat and 2/3 sandy loam, with no lumps over I". C. Backfill and clean fill dirt provided by the Contractor shall be in a loose, friable soil. There must be slight acid reaction to the soil (about 6.0 - 6.5 pH) with no excess of calcium or carbonate, and it shall be free from excess weeds, clay lumps, stones, stumps, roots and toxic substances or any other materials that might be harmful to plant growth or SectionlV.doc Page 43 of 127 JP61r?2W 5 Attachment number 6 Page 117 of 352 Section IV - Technical Specifications a hindrance to grading, planting, and maintenance procedures and operations. No heavily organic soil, such as muck or peat shall be used as fill dirt. D. Bed preparation for annual beds under I gallon container size shall consist of 3" of Florida peat or other approved organic soil amendment spread over full length and width of planting area. Rototil organic layer 6 inches to 8 inches into native soil. 25.2.2.1.8 SOIL AMENDMENTS A. Terra-Sorb AG or approved equal, soil amendment shall be mixed with native or planting soil for all trees, shrubs, ground cover, and annuals according to manufacturer's recommended application rates and methods, if specified on the Plans. 25.2.2.1.9 TREE PROTECTION A. Wood fencing shall be 2" x 4" pressure treated (p.t.) stock with flagging on horizontal members. Space vertical members 6 feet to 8 feet on center. The barricade shall be placed so as to protect the critical protection zone area, which is the area surrounding a tree within a circle described by a radius of one foot for each inch of the tree's diameter at breast height DBH at 4 - ?/2 feet above grade. 25.2.2.1.10 ROOT BARRIER SYSTEM A. Root barrier fabric shall be installed when specified in the plans and/or specifications for protection of adjacent paved surfaces according to specific product name or equal. Install as directed by the manufacturer. 25.2.2.1.11 PACKAGED MATERIALS A. Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery and while stored at the site. 25.2.2.1.12 PESTICIDES A. Pesticides shall be only approved, safe brands applied according to manufacturer's directions. 25.2.3 EXECUTION 25.2.3.1 PREPARATION 25.2.3.1.1 OBSTRUCTIONS BELOW GROUND A. It shall be the responsibility of the Contractor to locate and mark all underground utilities, irrigation lines and wiring prior to commencement of the work. B. If underground construction, utilities or other obstructions are encountered in excavation of planting areas or pits, the Landscape Architect shall be immediately notified to select a relocated position for any materials necessary. 25.2.3.1.2 GRADING AND PREPARATION FOR PLANT MATERIALS A. All proposed landscape areas containing existing turf grass or weeds shall be treated with Monsanto's "Round-Up" per manufacturer's specifications. All proposed landscape areas SectionlV.doc Page 44 of 127 JP61r?2W 5 Attachment number 6 Page 118 of 352 Section IV - Technical Specifications adjacent to water bodies shall be treated with "Rodeo" per the manufacturer's specifications. B. New plant materials will not be installed until a 98% weed/turf eradication has been achieved. More than one application may be required to produce an acceptable planting bed. C. Pre-emergent herbicides are not a substitute for spray treatment of "Round-Up" or "Rodeo", and may be used only with the written approval of the Landscape Architect. D. Should any plant material in the same, or adjacent beds be damaged by these chemicals, the same size, quantity and quality of plants shall be immediately replaced by the Contractor at no cost to the Owner. E. Any necessary corrections or repairs to the finish grades shall be accomplished by the Contractor. All planting areas shall be carefully graded and raked to smooth, even finish grade, free from depressions, lumps, stones, sticks or other debris and such that they will conform to the required finish grades and provide uniform and satisfactory surface drainage without puddling. F. The Contractor shall remove debris (sticks, stones, rubbish) over 1 - 1/2 inches in any dimension form individual tree, shrub and hedge pits and dispose of the excavated material off the site. 25.2.3.1.3 PREPARATION FOR ANNUAL BED PLANTING A. Prepare native subgrade by rototilling or loosening by hand methods. Spread 3 inches of Florida peat (1/3), sandy loam (1/3), or other approved organic soil amendment over the full length and width of planting area for annuals. Rototill organic layer 6 inches to 8 inches into the native soil. Grade the planting bed by "crowning' to insure that surface drainage, percolation, and aeration occur at rapid rates. Add Osmocote time release fertilizer according to product instructions and rate. 25.2.3.1.4 PREPARATION FOR SEEDING AND SOD AREAS A. All proposed sod areas containing existing turf grass or weeds shall be treated with Monsanto's "Round-Up" per manufacturer's specifications. All proposed sod areas adjacent to water bodies shall be treated with "Rodeo" per the Manufacturer's Specifications. B. Limit preparation to areas which will be planted promptly after preparation. Loosen sub- grade of seed and sod areas to a minimum depth of 4 inches. C. Immediately prior to any turf work, the Contractor shall finish grade the soil to a smooth, even surface assuring positive drainage away from buildings and the subsequent turf flush to the tops of adjacent curbs and sidewalks. The surface shall be sloped to existing yard drains. D. A complete fertilizer shall be applied to St. Augustine or Bahia grass at a rate of one (1) pound of nitrogen per 1000 square feet. Fertilizer shall be commercial grade, mixed granules, with 30% - 505 of the nitrogen being in slow or controlled release form. Thoroughly work fertilizer into the top 4 inches of soil. SectionlV.doc Page 45 of 127 ???1 2(10 5 Attachment number 6 Page 119 of 352 Section IV - Technical Specifications E. Moisten prepared seed and sod areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 25.2.3.2 INSTALLATION 25.2.3.2.1 BERM CONSTRUCTION (IF SPECIFIED) A. Install berms at location and design shown on Plans and at the height and slope indicated. Height stated is for finished berm with soil at natural compaction. B. Exact location and configuration of berms may require modification to allow proper drainage; such changes will be coordinated with the Landscape Architect. C. If shown on the Plan, construct berms using clean sandy loam fill dirt which is well- drained, free of rocks, roots, or other debris, with a soil pH of an acid Nature (about 6.0 - 6.5). No heavily organic soil, such as muck or peat shall be used in berm construction. 25.2.3.2.2 LAYOUT OF PLANT MATERIALS A. Unless otherwise stipulated, plant materials shall be approximately located per the plans by scale measurements using established building, columns, curbs, screen walls, etc. as the measuring reference point. Slight shifting may be required to clear wires, prevent blockage of signage, etc. B. Shrubs and ground covers shall be located and spaced as noted on the plant material schedule (if provided), otherwise plants will be placed in the planting beds at the normally accepted spacing for each species. C. Leave an 18 inch (450 millimeters) border of mulched space between outer leaves of installed plant material and the bed line, curb, or building foundation wall for all plant sizes. D. Any necessary "minor" adjustments in the layout of planting shall be made by the Contractor with the approval of the Landscape Architect in order to conform as nearly as possible to the intent of the plans. 25.2.3.2.3 PLANTING PROCEDURES A. All shrubs, trees and ground covers or vines shall be planted in pits having vertical sides and being circular in outline. Planting pit shall be 3 to 5 times the width of the root ball. B. Plants shall be set straight or plumb, in the locations shown, at such level that after settlement normal or natural relationship of the top of the root ball with the ground surface will be established. With regards to proper nursery practices, plants under certain conditions (i.e. low and wet areas) will benefit from being planted "high" with the root ball about I inch higher than the surrounding grade. C. All plant materials shall be fertilized with Agriform 20-10-5 planting tablets, or approved equal, at time of installation and prior to completion of pit backfilling. Agriform planting tablets shall be placed uniformly around the root mass at a depth that is between the middle and the bottom of the root mass. Application rate: SectionlV.doc Page 46 of 127 ???1 2(10 5 Attachment number 6 Page 120 of 352 Section IV - Technical Specifications 1 gallon 1 - 21 gram tablet 3 gallon 2 - 21 gram tablet 5 gallon 3 - 21 gram tablet 7 gallon 4 - 21 gram tablet Trees 3 tablets each 1/2" (12 millimeters) caliper Palms 7- 21 gram tablets D. Native soil shall be used in back-filling plant pits or as specified. The Contractor shall be responsible for providing additional soil for building tree saucers. E. When balled and burlapped plants are set, undisturbed native soil shall be left under the base of the root ball to prevent voids. Backfill tilled and loosened native soil around the sides of the root ball. Remove the top 4 inches (100 millimeters) of burlap wire, and all tie-down material from the root ball. Do not remove these materials from the bottom of the root ball. Thoroughly water-in before bringing the back-fill up to the proper grade Roots of bare plants shall be properly spread out, and planting soil carefully worked in among them. Failure to comply is cause for rejection. F. Containerized plants shall be installed with undisturbed native soil left under the base of the root ball to prevent voids. Planting pit shall be 3 to 5 times the width of the root ball. Backfill tilled and loosened native soil around the sides of the root ball. Thoroughly water-in before bringing the backfill up to the proper grade. G. Plant spacing shall be "on center" and varies with the different plant species. Space each variety of plant equally in the planting areas. Shrubs and ground covers adjacent to straight or curved edges shall be triangular - spaced in rows parallel to those edges. Plant a minimum of 18 inches from the back of the curb to the outside edge of the plant. H. All azaleas shall be placed into a prepared bed of amended soil containing 50% weed-free Florida peat or approved equivalent. Root balls shall be scarified vertically at 120 degree angles in a triangular pattern. 1. Sabal palms may be planted deeper than normal if conditions warrant and if approved. 25.2.3.2.4 SODDING A. During periods of drought, sod shall be watered sufficiently at its origin to moisten the soil adequately to the depth to which it is to be cut. B. An application of 6-6-6, 40% organic, slow or controlled release fertilizer shall be made to all lawn areas just prior to the laying of the sod at a rate of one (1) pound of nitrogen per 1,000 square feet. The ground shall be wet down before the sod is laid in place. C. Solid sod shall be laid tightly with closely abutting staggered joints with an even surface edge and sod edge, in a neat and clean manner to the edge of all the paving and shrub areas. Cut down soil level to 1 inch to 1-1/2 inches below top of walks prior to laying sod. D. Within 2 hours after installing sod and prior to rolling, irrigate the sod. Sufficient water shall be applied to wet the sod thoroughly and to wet the sod to a depth of 2 inches (50 millimeters). Watering shall be done in a manner that will avoid erosion due to the application of excessive quantities, and the watering equipment shall be a type that will prevent damage to the finished sod surface. Watering shall be repeated as necessary to keep sod moist until rooted to subgrade. SectionlV.doc Page 47 of 127 ???1 2(10 5 Attachment number 6 Page 121 of 352 Section IV - Technical Specifications E. The sod shall be pressed firmly into contact with the sod bed using a turf roller or other approved equipment so as to eliminate air pockets, provide a true and even surface and insure knitting without any displacement of the sod or deformation of the surfaces of sodded areas. After the sodding operation has been completed, the edges of the area shall be smooth and shall conform to the grades indicated. F. If, in the opinion of the Landscape Architect, top dressing is necessary after rolling, clean silica sand shall be used to fill voids. Evenly apply sand over the entire surface to be leveled, filling-in dips and voids and thoroughly washing into the sod areas. G. On slopes steeper than 2:1 and as required, the sod shall be fastened in place with suitable wooden pins or by other approved method. 25.2.3.2.5 SEEDING A. Seed shall be installed per the specifications of the State of Florida Department of Transportation. See plan for type of seed. 25.2.3.2.6 TREE GUYING, BRACING AND STAKING A. Tree guying, staking and bracing shall be the responsibility of the Contractor per sound nursery practices, and shall be done per details shown on the Plans. For trees, a minimum of 2 stakes per tree or an optional 3 stakes per tree at 120 degree spacing shall be used. Stakes shall be driven in at an angle, then tightened to vertical supported by approved plastic or rubber guys. Trees shall be staked with a minimum of 4 feet height of stake above grade and a minimum of 30 inches of stake below grade. B. For single trunk palms, a minimum of 3 stakes per palm at 120 degree spacing shall be used. Toenail the stakes to batten consisting of 5 layers of burlap and 5- 2 inch x 4 inch x 16 inch wood connected with two 3/4 inch steel bands. Palms shall be staked with a minimum of 5 feet of stake above grade. C. Contractor shall remove all tree guying, staking, and bracing from trees six (6) months after the date of final acceptance of the landscape work. D. Stake only trees that require support to maintain a plumb position or are in potentially hazardous areas. 25.2.3.2.7 MULCHING A. All planting beds shall be weed-free prior to mulching. B. All curb, roadway, and bed line edges will be "trenched" to help contain the applied mulch. C. All plant beds and tree rings shall be mulched evenly with a 3 inch layer (before compaction) of 100% Grade B recycled cypress bark mulch, or other mulch as specified on the Plans or General Notes. D. Mulch shall not be placed against the trunks of plant materials or foundations of buildings. Maintain a minimum 3 inch clearance for trees and shrub trunks and a minimum 6 inch clearance for the walls of buildings. E. For beds of annual flowers, a 12 inch wide x 3 inch deep band of mulch shall be installed in front of the first row of annuals. Maintain a minimum 6 inches of non-mulched clearance from the outside edge of annuals. SectionlV.doc Page 48 of 127 ???I112?F "I 5 Attachment number 6 Page 122 of 352 Section IV - Technical Specifications 25.2.3.2.8 PRUNING A. Pruning shall be done by an experienced certified Arborist to maintain the natural shape and form of the plant. B. Upon acceptance by the Owner, prune any broken branches, remove crossed branches, and branches hanging below the clear trunk of the tree. 25.2.3.2.9 CLEAN-UP A. During landscape work, store materials and equipment where directed by the Owner. B. The Contractor shall promptly remove any materials and equipment used on the job, keeping the area neat at all times. Upon completion of all planting, dispose of all excess soil and debris leaving pavements and work areas in safe and orderly condition. C. The clean-up of the site shall include the removal and proper disposal of the tree guying, staking, and bracing materials as described in specifications. 25.2.3.2.10 PROTECTION A. The Contractor shall provide safeguards for the protection of workmen and others on, about, or adjacent to the work, as required under the parameters of the Occupational Safety and Health Administration (0.S.H.A.) standards. B. The Contractor shall protect the Owner's and adjacent property from damage. C. the Contractor shall protect the landscape work and materials from damage due to landscape operations. Maintain protection during installation and maintenance periods. D. The Contractor shall provide protection (tree barricades) for all existing trees and palms as specified. 25.2.3.2.11 REPAIR OF DAMAGES E. The Contractor shall repair all damage caused by his operations to other materials, property, or trades to a level equal in quality to the existing condition prior to damage. F. The Contractor shall be held responsible for all damage done by his work or employees to other materials or trades' work. Patching and replacement of damaged work may be done by others, at the Owner's direction, but the cost of same shall be paid by the Contractor who is responsible for the damage. 25.2.3.3 MAINTENANCE A. The Contractor shall maintain all plant materials in a first class condition from the beginning of landscape construction until Final Acceptance. B. Operations: 1. Maintenance shall include, but not be limited to, watering of turf and planting beds, mowing, fertilizing, cultivation, weeding, pruning, disease and pest control, replacement of dead materials, straightening, turf or planter settlement corrections, replacement of rejected materials, staking and guying repair and tightening, wash-out repairs and regrading, and any other procedures consistent with the good horticultural practice necessary to insure normal, vigorous and healthy growth of all work under SectionlV.doc Page 49 of 127 JP61r?2W 5 Attachment number 6 Page 123 of 352 Section IV - Technical Specifications the Contract. Mowing shall be consistent with the recommended height per the University of Florida Cooperative Extension Service. 2. Within the warranty period, the Contractor shall notify the Owner of any maintenance practices being followed or omitted which would be detrimental to the healthy, vigorous growth of the landscape. 3. The Contractor shall be responsible for the final watering of not less than one inch of water for all planted materials before leaving the site. 25.2.3.4 INSPECTION, REJECTION, AND ACCEPTANCE 25.2.3.4.1 INSPECTION A. Upon completion of the installation, the Contractor will notify the Owner or the Owner's Representative that the job is ready for inspection. Within 15 days of notifications, the installation will be inspected by the Landscape Architect. A written and/or graphic inspection report will be sent to the Owner and/or Landscape Contractor. 25.2.3.4.2 REJECTION AND REPLACEMENT A. The Landscape Architect shall be final judge as to the suitability and acceptability of any part of the work. Plant material will be rejected if it does not meet the requirements set forth in Plans and Specifications. B. Replace any rejected materials immediately or within 15 days and notify the Landscape Architect that the correction has been made. 25.2.3.4.3 ACCEPTANCE A. After replacement of rejected plant material (if any) have been made, and completion of all other correction items, the Owner or Project Representative will accept the project in writing. B. Upon Final Acceptance, the Owner assumes responsibility for maintenance within the terms of the Contract. Acceptance will in no way invalidate the Contractor's warranty period. C. The Contractor's warranty period will begin after final acceptance of the project by the Owner. 1. If evidence exists of any lien or claim arising out of or in connection with default in performance of this Contract, the Owner shall have the right to retain any payment sufficient to discharge such claim and all costs in connection with discharging such claim. 2. Where the Specifications call for any stipulated item or an "approved equivalent", or in words to that effect, the Contractor shall indicate the price of the type and species specified in the proposal, giving the price to be added or deducted from his Contract price. The final selection rests with the Owner or his representative. 3. Where plants installed do not meet specifications, the Owner reserves the right to request plant replacement or an appropriate deduction from the Contract amount to compensate for the value not received from the under-specified plant materials. No SectionlV.doc Page 50 of 127 JP61r?2W 5 Attachment number 6 Page 124 of 352 Section IV - Technical Specifications additional compensation will be made to the Contractor for plants installed that exceed specifications. 25.2.3.5 WARRANTY A. The Contractor shall warranty all palms and trees furnished under this contract for a period of one (1) year and all shrubs for a period of six (6) months. Material which is either dead or in poor health during this period or at completion will be replaced at no charge to the Owner. Should any of the plant materials show 50% or more defoliation during the warranty period, due to the Contractor's use of poor quality or improper materials or workmanship, the Contractor upon notice, shall replace without delay same with no additional cost to the Owner. Should any plant require replacing, the new plant shall be given the equal amount of warranty. 26 HDPE DEFORMED - REFORMED PIPE LINING 26.1 INTENT It is the intention of this specification to provide for the trenchless restoration of 8" to 12" sanitary sewers by the installation of a high density polyethylene, jointless, continuous, fold and form pipe liner which is watertight and chemically resistant to withstand exposure to domestic sewage including all labor, materials and equipment to provide for a complete, fully restored and functioning installation. 26.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY The City requires that all contractors be prequalified. See General Conditions regarding contractor prequalification. In addition, the City requires a proven extensive tract record for the fold and form liner system to be used in this project. All contractors submitting for prequalification approval for this project must exhibit extensive satisfactory experience in the installation of the proposed liner system and satisfactory evidence that the proposed liner system has been extensively and successfully installed in the Unites States and the State of Florida. The installer must be certified by the liner system manufacturer for installation of the liner system. The City reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. 26.3 MATERIALS Pipe shall be made from P. E. 3408 polyethylene resins complying with ASTM D 3350, cell classification: P.E. 345434 D for High Density. It shall be Type 3, Grade 4, Class D, according to ASTM D 1248. The Contractor shall provide certified test results for review by the Engineer, from the manufacturer, that the material conforms with the applicable requirements. Material shall have a minimum thickness of SDR 32.5. Pipe specimens shall comply with the minimum property values shown below with the applicable ASTM requirements: Material Property ASTM Method Value HDPE Tensile Strength D 638 3,300 psi Elasticity Modulus E=113,000 psi SectionlV.doc Page 51 of 127 JP61r?2W 5 Attachment number 6 Page 125 of 352 Section IV - Technical Specifications HDPE Impact Strength D 256 A 3.0 ft-lb/in Flexure Modulus E=136,000 psi Expansion Coeff. c=0.009 in/in/deg F At the time of manufacture, each lot of liner shall be reviewed for defects and tested in accordance with ASTM D 2837 and D 1693. At the time of delivery, the liner shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. The Contractor shall provide, as requested, certified test results for review by the Engineer, from the manufacturer, that the material conforms with the applicable requirements. The Engineer may at any time request the Contractor provide test results from field samples to the above requirements. Liner shall be marked at 5-foot intervals or less with a coded number, which identifies the manufacturer, SDR, size, material, date, and shift on which the liner was extruded. Lining manufacturer shall submit to the Engineer for approval as requested, complete design calculations for the liner thickness. The criteria for liner design shall be HS-20 traffic loading, water table to the ground surface, minimum expected lifetime of 50 years, and no structural strength retained from the existing pipe. Liner materials shall meet manufactures specifications of Pipe Liners, Inc. 3421 N. Causeway, Suite 321, New Orleans, LA 70002, 1-800-344-3744 or approved equal. Any approved equal liner system must be approved by the Engineer as an equal system prior to receiving bids. Request for contractor prequalification and/or equal liner system approval must be received by the Engineer no later than 14 days prior to the date for receiving bids. 26.4 CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Bypass pumping will be provided by the Contractor as part of the unit cost of restoration. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and particularly to commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sewer from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the City's treatment plants. 26.5 TELEVISION INSPECTION After cleaning, and again after the rehabilitation work on each section of the project is completed, all pipe sections shall be visually inspected by means of closed-circuit color television, and recorded on VHS format tapes provided to the project engineer. The television system used shall be designed for the purpose and suitably lighted to provide a clear picture of the entire periphery of the pipe. SectionlV.doc Page 52 of 127 JP61r?2W 5 Attachment number 6 Page 126 of 352 Section IV - Technical Specifications 26.6 LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide a tight fit to the full interior circumference of the existing sanitary sewer and shall be a continuous, jointless liner product from inside of manhole to inside of manhole. Contractor shall use installation methods approved by the liner manufacturer including liner placement, reforming to fit existing pipe, pressure and heat requirements and reconnection of laterals. The Contractor shall immediately notify the Engineer of any construction delays taking place during the insertion operation. Contractor shall maintain a reasonable backup system for bypass pumping should delays or problems with pumping systems develop. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at his expense. OSHA requirements for installation procedures, in particular, confined spaces are to be met. 26.7 LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 100% of the area of the original opening. All lateral reconnections are to be grouted to prevent leakage. Grouting method and material is to be approved by the Engineer. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the City. The Contractor will be requested to reconnect any laterals discovered to not be reconnected at a later date. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers with appropriate information regarding the construction project. 26.8 TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the Engineer. At no time will any sanitary sewer service connection remain inoperative for more than a eight hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 26.9 PAYMENT Payment for sanitary sewer restoration shall be made per lineal foot including all preparation, bypass pumping, equipment, labor, materials, operations, restoration, etc, to provide a fully completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary systems and from end of pipe to end of pipe for storm systems. 27 PLANT MIX DRIVEWAYS New driveways or existing black top driveways that must be broken back in widening the pavement (remove only enough to allow adequate grade for access to the street) shall be constructed or replaced in accordance with the specifications for paving the street with the exception that the base shall be six (6) inches. Use Section 23 G Asphaltic Concrete as specified for the street paving. SectionlV.doc Page 53 of 127 JP61r?2W 5 Attachment number 6 Page 127 of 352 Section IV - Technical Specifications When finished surface of existing drive is gravel, replacement shall be of like material. Payment shall be the same as Plant Mix Driveways. 27.1 BASIS OF MEASUREMENT Measurement shall be the number of square yard of Plant Mix Driveways in place and accepted. 27.2 BASIS OF PAYMENT Payment shall be the unit price per square yard for Plant Mix Driveways as measured above, which price shall be full compensation for all work described in this section of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 28 REPORTING OF TONNAGE OF RECYCLED MATERIALS This Article deleted. 29 CONCRETE CURBS Concrete Curbs shall be constructed to the line, grade and dimensions as shown on the plans. Unless otherwise noted, all concrete curbs shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Expansion joints shall be placed at intervals not to exceed 100 feet, and scored joints shall be placed at intervals not to exceed 10 feet. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all concrete curbs. 29.1 BASIS OF MEASUREMENT The basis of measurement shall be lineal feet of curb in place and accepted. 29.2 BASIS OF PAYMENT Payment shall be the unit price per lineal foot of curb, which price shall be full compensation for all work described in this and other applicable parts of the specifications and shall include all materials, equipment, tools, labor and incidentals necessary to complete the work. 30 CONCRETE SIDEWALKS AND DRIVEWAYS 30.1 CONCRETE SIDEWALKS Concrete sidewalks shall be constructed to the line, grade and dimensions as shown on the plans or herein specified. Unless otherwise noted, all concrete sidewalks shall have fiber mesh reinforcement and have a minimum strength of 3000 p.s.i. at 28 days. Unless otherwise specified, all concrete sidewalks shall have a minimum width of four feet (4'). Concrete sidewalks shall have a minimum thickness of four inches (4"), except at driveway crossings where a minimum thickness of six inches (6") is required. Also, 6/6 X 10/10 welded wire mesh reinforcement is required for all sidewalk that crosses driveways. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Expansion joints shall be placed at intervals of not SectionlV.doc Page 54 of 127 JP61r?2W 5 Attachment number 6 Page 128 of 352 Section IV - Technical Specifications more than 100 hundred feet, and scoring marks shall be made every 5 feet. Concrete shall be poured only on compacted subgrade. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. 30.2 CONCRETE DRIVEWAYS Concrete driveways, whether new construction or replacement, shall be a minimum of six (6) inches in thickness with 6/6 x 10/10 welded wire mesh reinforcement and a minimum horizontal distance between expansion joints of no less than four (4) feet measured in any direction. The welded wire mesh shall be positioned in the middle to upper third of the placement. No compensation shall be given if the welded wire mesh is not properly placed. Concrete shall be poured only on compacted subgrade. In addition, all the requirements of City Articles 6, 7, and 8 shall also apply. The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of the placement of all concrete sidewalks and driveways. 30.3 BASIS OF MEASUREMENT The basis of measurement shall be the number of square feet of 4" concrete sidewalk, 6" concrete sidewalk, and 6" concrete driveways in place and accepted. 30.4 BASIS OF PAYMENT Payment shall be the unit price per square foot for each item as measured above, which price shall be full compensation for all work described in this section and other applicable parts of the specifications and shall include all materials, equipment, tools, welded wire mesh where required, labor and incidentals necessary to complete the work. 31 SODDING Unless otherwise noted herein, the contractor shall place all sod, either shown on the plans or at the direction of the Engineer, in conformance with Sections 575, 981, 982 and 983 of FDOT's Standard Specifications (latest edition). The area for sod application shall be loosened and excavated to a suitable depth and finished to a grade compatible with existing grass and structures. Sod shall be placed with edges in close contact and shall be compacted to uniform finished grade with a sod roller immediately after placement. In sloped areas, the sod shall be graded and placed so as to prohibit erosion and undermining of the adjacent sidewalk. No sod that has been cut for more than 72 hours can be used unless authorized by the Engineer in advance. The sod shall be thoroughly watered immediately after placement. The Contractor shall continue to water sod as needed and/or directed by the Engineer as indicated by sun exposure, soil, heat and rain conditions, to establish and assure growth, until termination of the contract. Dead sod, or sod not acceptable to the Engineer, shall be removed and replaced by the Contractor at no additional compensation. Any questions concerning the type of existing sod shall be determined by the Engineer. Unless otherwise noted on the plans, payment for sod (including labor, equipment, materials, placement, rolling, watering, etc.) shall be included in other bid items. Payment for these associated bid items may be withheld until the Contractor provides the City a healthy, properly placed stand of grass. When this work is given as a separate bid item, it shall cover all labor, equipment and materials, (including water) required for this work and shall be paid for on the SectionlV.doc Page 55 of 127 JP61r?2W 5 Attachment number 6 Page 129 of 352 Section IV - Technical Specifications basis of each square foot in place and accepted. No payment for sod shall be made until the Contractor provides the City a healthy, properly placed stand of grass. 32 SEEDING Seed, or seed and mulch, shall only be used when specified for certain demolition projects. The seed and/or mulch shall be placed as called for on the plans in the following manner. The area to be seeded shall be brought to the required line and grade, fertilized and seeded in basic conformance with the latest edition of FDOT's Standard Specifications Sections 570, 981, 982 and 983. However, no wildflower seed shall be used, and Argentine Bahia Seed shall be used instead of Pensacola Bahia. No sprigging will be required. Also, the addition of 20 lb. of Rye Seed (to total 60 lb. of seed per acre) will be required during the stated periods. It is also required that the Contractor maintain said seed until growth is assured. When this work is given as a bid item, the item shall cover all labor, material, equipment (including water), required for this work, and shall be paid for on the basis of each square yard in place and accepted. If called for on the plans, but not shown as a bid item, then the cost of such work as stated above shall be included in the cost of other work. 33 STORM MANHOLES, INLETS, CATCH BASINS OR OTHER STORM STRUCTURES For details on specific design of a type of storm structure refer to Part B Index Numbers 200 to 235. When required, inlets, catch basins or other structures shall be constructed according to the plans and applicable parts of the specifications, Section Numbers 7, 8, & 9, and as approved by the Engineer. Said structures shall be protected and saved from damage by the elements or other causes until acceptance of the work. 33.1 BUILT UP TYPE STRUCTURES Manholes shall be constructed of brick with cast iron frames and covers as shown on the Index Numbers 201 and 202. Invert channels shall be constructed smooth and semi circular in shape conforming to inside of adjacent sewer section. Changes in direction of flow shall be made in a smooth curve of as large a radius as possible. Changes in size and grade of channels shall be made gradually and evenly. Invert channels shall be built up with brick and mortar on top of concrete base. The storm structure floor outside of channels shall be made smooth and sloped toward channels. Manhole steps shall not be provided. Joints shall be completely filled and the mortar shall be smoothed from inside of the manholes. The entire exterior of brick manholes shall be plastered with one half inch of mortar. Brick shall be laid radially with every sixth course being a stretcher course. In cases where a storm pipe extends inside a structure, the excess pipe will be cut off with a concrete saw and shall not be removed with a sledge hammer. SectionlV.doc Page 56 of 127 JP61r?2W 5 Attachment number 6 Page 130 of 352 Section IV - Technical Specifications 33.2 PRECAST TYPE The manhole base shall be set on a pad of dry native sand approximately five inches thick to secure proper seating and bearing. Precast Manholes and Junction Boxes: The Contractor may substitute precast manholes and junction boxes in lieu of cast in place units unless otherwise shown on the plans. Precast Inlets will not be acceptable. When precast units are substituted, the construction of such units must be in accordance with ASTM C 478, or the standard specifications at the manufacturers option. Precast structures must also meet the requirement that on the lateral faces, either inside or outside, the distance between precast openings for pipe or precast opening and top edge of precast structure be no less than wall thickness. A minimum of four courses of brick will be provided under manhole ring so that future adjustment of manhole lid can be accommodated. Manhole steps shall not be provided. Manhole using O ring between precast sections will not be acceptable for storm structures. 33.3 BASIS OF PAYMENT Payment for Junction Boxes, Manholes or other structures shall be on a unit basis. 34 MATERIAL USED This article deleted. See SECTION III, ARTICLE 19 - MATERIAL USED. 35 CONFLICT BETWEEN PLANS AND SPECIFICATIONS This article deleted. See SECTION III, ARTICLE 20 - CONFLICT BETWEEN PLANS AND SPECIFICATIONS. 36 STREET SIGNS The removal, covering or relocation of street signs by the Contractor is PROHIBITED. All street signs shall be removed, covered or relocated by the City's Traffic Engineering Division in accordance with Sections 700, 994, 995, and 996 of FDOT's Standard Specifications (latest edition). The Contractor shall notify the City's Traffic Engineering Division a minimum of 24 hours in advance of the proposed sign relocation, covering or removal. 37 AUDIONIDEO RECORDING OF WORK AREAS 37.1 CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING Prior to commencing work, the Contractor shall have a continuous color audio/video recording taken along the entire length of the Project including all affected project areas. Streets, easements, rights-of-way, lots or construction sites within the Project must be recorded to serve as a record of a pre-construction conditions. 37.2 SCHEDULING OF AUDIO/VIDEO RECORDING The video recordings shall not be made more than twenty-one (21) days prior to construction in any area. SectionlV.doc Page 57 of 127 JP61r?2W 5 Attachment number 6 Page 131 of 352 Section IV - Technical Specifications 37.3 PROFESSIONAL VIDEOGRAPHERS The Contractor shall engage the services of a professional videographer. The color audio videotapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre-construction color audio-video recording documentation. 37.4 EQUIPMENT All equipment, accessories, materials and labor to perform this service shall be furnished by the Contractor. The total audio video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. In some instances, audio video coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking. 37.5 RECORDED INFORMATION, AUDIO Each recording shall begin with the current date, project name and be followed by the general location, i.e., viewing side and direction of progress. Accompanying the video recording of each video shall be a corresponding and simultaneously recorded audio recording. This audio recording, exclusively containing the commentary of the camera operator or aide, shall assist in viewer orientation and in any needed identification, differentiation, clarification, or objective description of the features being shown in the video portion of the recording. The audio recording shall also be free from any conversations. 37.6 RECORDED INFORMATION VIDEO All video recordings must continuously display transparent digital information to include the date and time of recording. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. Camera pan, tilt, zoom-in and zoom out rates shall be sufficiently controlled such that recorded objects will be clearly viewed during videotape playback. In addition, all other camera and recording system controls, such as lens focus and aperture, video level, pedestal, chrome, white balance, and electrical focus shall be properly controlled or adjusted to maximize picture quality. The construction documentation shall be recorded in SP mode. 37.7 VIEWER ORIENTATION The audio and video portions of the recording shall maintain viewer orientation. To this end, overall establishing views of all visible house and business addresses shall be utilized. In areas where the proposed construction location will not be readily apparent to the videotape viewer, highly visible yellow flags shall be placed, by the Contractor, in such a fashion as to clearly indicate the proposed centerline of construction. When conventional wheeled vehicles are used as conveyances for the recording system, the vertical distance between the camera lens and the ground shall not exceed 10 feet. The camera shall be firmly mounted such that transport of the camera during the recording process will not cause an unsteady picture. SectionlV.doc Page 58 of 127 JP61r?2W 5 Attachment number 6 Page 132 of 352 Section IV - Technical Specifications 37.8 LIGHTING All recording shall be done during time of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 37.9 SPEED OF TRAVEL The average rate of travel during a particular segment of coverage shall be directly proportional to the number, size and value of the surface features within that construction areas zone of influence. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed forty-four (44) feet per minute. 37.10 VIDEO LOG/INDEX All videotapes shall be permanently labeled and shall be properly identified by videotape number and project title. Each videotape shall have a log of that videotape's contents. The log shall describe the various segments of coverage contained on the video tape in terms of the names of the streets or location of easements, coverage beginning and end, directions of coverage, video unit counter numbers, engineering survey or coordinate values (if reasonably available) and the date. 37.11 AREA OF COVERAGE Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, drainage system features, mailboxes, landscaping, culverts, fences, signs, Contractor staging areas, adjacent structures, etc. within the area covered by the project. Of particular concern shall be the existence of any faults, fractures, or defects. Taped coverage shall be limited to one side of the Site, street, easement or right of way at any one time. 37.12 COSTS OF VIDEO SERVICES The cost to complete the requirements under this section shall be included in the contract items provided in the proposal sheet. There is no separate pay item for this work. 38 EROSION AND SILTATION CONTROL 38.1 STABILIZATION OF DENUDED AREAS No disturbed area may be denuded for more than thirty (30) calendar days unless otherwise authorized by the City Engineer. During construction, denuded areas shall be covered by mulches such as straw, hay, filter fabric, seed and mulch, sod, or some other permanent vegetation. Within sixty (60) calendar days after final grade is established on any portion of a project site, that portion of the site shall be provided with established permanent soil stabilization measures per the original site plan, whether by impervious surface or landscaping. SectionlV.doc Page 59 of 127 JP61r?2W 5 Attachment number 6 Page 133 of 352 Section IV - Technical Specifications 38.2 PROTECTION AND STABILIZATION OF SOIL STOCKPILES Fill material stockpiles shall be protected at all times by on-site drainage controls which prevent erosion of the stockpiled material. Control of dust from such stockpiles may be required, depending upon their location and the expected length of time the stockpiles will be present. In no case shall an unstabilized stockpile remain after thirty (30) calendar days. 38.3 PROTECTION OF EXISTING STORM SEWER SYSTEMS During construction, all storm sewer inlets in the vicinity of the project shall be protected by sediment traps such as secured hay bales, sod, stone, etc., which shall be maintained and modified as required by construction progress, and which must be approved by the City Engineer before installation. 38.4 SEDIMENT TRAPPING MEASURES Sediment basins and traps, perimeter berms, filter fences, berms, sediment barriers, vegetative buffers and other measures intended to trap sediment and/or prevent the transport of sediment onto adjacent properties, or into existing water bodies; must be installed, constructed, or, in the case of vegetative buffers, protected from disturbance, as a first step in the land alteration process. Such systems shall be fully operative and inspected by the City before any other disturbance of the site begins. Earthen structures including but not limited to berms, earth filters, dams or dikes shall be stabilized and protected from drainage damage or erosion within one week of installation. 38.5 SEDIMENTATION BASINS Areas of 3 acres or more shall be required to have temporary sedimentation basins as a positive remedy against downstream siltation and will be shown and detailed on construction plans. During development, permanent detention areas may be used in place of silt basins, provided they are maintained to the satisfaction of the City. The Contractor will be required to prohibit discharge of silt through the outfall structure during construction of any detention area and will be required to clean out the detention area before installing any permanent subdrain pipe. In addition, permanent detention areas must be totally cleaned out and operating properly at final inspection and at the end of the one year warranty period. When temporary sedimentation basins are used, they shall be capable at all times of contain-ing at least one (1) cubic foot of sediment for each one hundred (100) square feet of area tributary to the basin. Such capacity shall be maintained throughout the project by regular removal of sediment from the basin. 38.6 WORKING IN OR CROSSING WATERWAYS OR WATERBODIES Land alteration and construction shall be minimized in both permanent and intermittent waterways and the immediately adjacent buffer of 25 feet from top of bank of the waterways and the buffer area whenever possible, and barriers shall be used to prevent access. Where in channel work cannot be avoided, precautions must be taken to stabilize the work area during land alteration, development and/or construction to minimize erosion. If the channel and buffer area are disturbed during land alteration, they must be stabilized within three (3) calendar days after the in channel work is completed. SectionlV.doc Page 60 of 127 JP61r?2W 5 Attachment number 6 Page 134 of 352 Section IV - Technical Specifications Silt curtains or other filter/siltation reduction devices must be installed on the downstream side of the in channel alteration activity to eliminate impacts due to increased turbidity. Wherever stream crossings are required, properly sized temporary culverts shall be provided by the contractor and removed when construction is completed. The area of the crossing shall be restored to a condition as nearly as possible equal to that which existed prior to any construction activity. 38.7 SWALES, DITCHES AND CHANNELS All swales, ditches and channels leading from the site shall be sodded within three (3) days of excavation. All other interior swales, etc., including detention areas will be sodded prior to issuance of a Certificate of Occupancy. 38.8 UNDERGROUND UTILITY CONSTRUCTION The construction of underground utility lines and other structures shall be done in accordance with the following standards: a. No more than 400 lineal feet of trench shall be open at any one time; b. Wherever consistent with safety and space consideration, excavated material shall be cast to the uphill side of trenches. Trench material shall not be cast into or onto the slope of any stream, channel, road ditch or waterway. 38.9 MAINTENANCE All erosion and siltation control devices shall be checked regularly, especially after each rainfall and will be cleaned out and/or repaired as required. 38.10 COMPLIANCE Failure to comply with the aforementioned requirements may result in a fine and/or more stringent enforcement procedures such as (but not limited to) issuance of a "Stop Work Order". City of Clearwater Standard Detail Drawings No. 601 and 607 are examples of accepted methods that may be used or required to control erosion and siltation. SectionlV.doc Page 61 of 127 JP61r?2W 5 Attachment number 6 Page 135 of 352 Section IV - Technical Specifications City of Clearwater - Erosion Control This notice is to inform the prime contractor that the City of Clearwater holds them responsible for soil erosion control on their site. The City of Clearwater Engineering Department has the responsibility to minimize the amount of soil erosion into the City's streets, storm sewers and waterways. The construction of a new residence or commercial site and major remodeling of an existing site creates a potential for soil erosion. These instances are usually the result of contractors and subcontractors accessing the property with equipment or construction materials. Then rain storms redistribute the eroded soil into the adjacent streets, storm systems and waterways. When erosion takes place, a City Inspector will place a correction notice at the site. The procedure will be as follows: I st occurrence - Warning 2nd occurrence - $32 reinspection fee 3rd occurrence - $80 reinspecion fee 4th occurrence - Stop work order Dependent on the severity of the erosion, the City's Engineering Department may elect to rectify the erosion problem and charge the contractor accordingly. The attached drawings and details are recommendations for the contractor to use as means to support the site from eroding. The contractor may elect to shovel and sweep the street daily or on an as needed basis. However, erosion must be held in check. If the contractor would like to meet with a City inspector on any particular site, please contact Construction Services at 462-6126 or Planning & Development Services at 562-4741. Erosion Control Required - City of Clearwater's Code of Ordinances requires erosion control on all land development projects. Erosion control must be in place and maintained throughout the job. Failure to do so may result in additional costs and time delays to the permit holder. Contact Engineering Department with specific questions at 562-4750. SectionlV.doc Page 62 of 127 JP61r?2W 5 O U N H U N w d d w a U w O U O W O O O ?O V` 1/O I? W 00 O U O w? H U W W ? w? O W -1 W H O?U OZO O O Q?O ? ? ^W O Q H// O Www QHO o cn c a Z H O?Q U cn Z W nW ^? W ?OOU w w C) C) O ri o 0 m 00 W I? W U O L? U rl i N N U ?I A/ O W W A Z a 04 N N N ?I U I? O rU 1 U N? I? a Q W H O W H V 04 Z V I? W ? O ? O N ? U O Fi N U ? N U ? O O ' 0 U ? b b ? otn au o U ? s0. O an V I? W E? r W? FBI O O hO r H 0 0 N M O O M ,u a U 'b O U N LO aa) Attachment number 6 Page 137 of 352 Section IV - Technical Specifications 39 UTILITY TIE IN LOCATION MARKING The tie in locations for utility laterals of water, sanitary sewer, and gas shall be plainly marked on the back of the curb. Marking placed on the curb shall be perpendicular with respect to the curb of the tie in location on the utility lateral. Marks shall not be placed on the curb where laterals cross diagonally under the curb. The tie in location shall be the end of the utility lateral prior to service connection. Markings shall be uniform in size and shape and colors in conformance with the code adopted by the American Public Works Association as follows: SAFETY RED Electric power, distribution & transmission Municipal Electric Systems HIGH VISIBILITY SAFETY YELLOW Gas Distribution and Transmission Oil Distribution and Transmission Dangerous Materials, Produce Lines, Steam Lines SAFETY ALERT ORANGE Telephone and Telegraph Systems Police and Fire Communications Cable Television SAFETY PRECAUTION BLUE Water Systems Slurry Pipe Lines SAFETY GREEN Sewer Systems LAVENDER RECLAIMED WATER WHITE PROPOSED EXCAVATION Marks placed on curbs shall be rectangular in shape and placed with the long dimension perpendicular to the flow line of the curb. Marks placed on valley gutter and modified curb shall be 6-inch x 3-inch and placed at the back of the curb. Marks placed on State Road and vertical curb shall be 4-inch X 2-inch and be placed on the curb face. 40 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE This article not used. See SECTION III, ARTICLE 24 - AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE. 41 POTABLE WATERMAINS, RECLAIMED WATERMAINS AND APPURTENANCES 41.1 SCOPE The Contractor shall furnish all plant, labor, materials and equipment to perform all operations in connection with the construction of potable water mains, reclaimed water mains and appurtenances including clearing, excavation, trenching, backfilling and clean up. SectionlV.doc Page 64 of 127 J??1 2(10 5 Attachment number 6 Page 138 of 352 Section IV - Technical Specifications 41.2 MATERIALS 41.2.1 GENERAL Materials, equipment and supplies furnished and permanently incorporated into the project shall be of first quality in every respect and shall be constructed and finished to high standards of workmanship. Materials shall be suitable for service intended, shall reflect modern design and engineering and shall be fabricated in a first class workmanlike manner. All materials, equipment and supplies shall be new and shall have not been in service at any time previous to installation, except as required in tests or incident to installation. Machined metal surfaces, exposed bearings and glands shall be protected against grit, dirt, chemical corrosion and other damaging effects during shipment and construction. 41.2.2 PIPE MATERIALS AND FITTINGS 41.2.2.1 DUCTILE IRON PIPE Ductile Iron Pipe shall be in accordance with ANSI/AWWA C151/A21.51 81 or latest revision. Pipe thickness class, wall thickness and working pressure shall conform to the following table: Size Class Thickness (In.) Rated Water Working Pressure (PSI) 4" 51 0.26 350 6" 50 0.25 350 8" 50 0.27 350 12" 50 0.31 350 The trench laying condition shall be Type 2, Flat bottom trench backfill lightly consolidated to centerline of pipe. Pipe shall be manufactured in accordance withANSI/AWWA C151/A21.51 81 or latest revision. Pipe shall be asphalt coated on the outside and standard cement lined and sealed coated with approved bituminous seal coat in accordance with ANSI/AWWA C104/A21.4 80 or latest revision. 41.2.2.2 POLYVINYL CHLORIDE (PVC) PIPE Polyvinyl Chloride (PVC) Pipe 4-inch through 8-inch shall be in accordance with ANSI/AWWA C900 or latest revision and the American Society for Testing Materials (ASTM) Standard D 2241 and PVC Resin Compound conforming to ASTM Specification D 1784. Polyvinyl Chloride Pipe shall have the same O.D. as Cast and Ductile Iron Pipe and be compatible for use without special adapters with Cast Iron Fittings. Pipe dimension ratio, working pressure and laying length shall conform to the following table: SectionlV.doc Page 65 of 127 JP61r?210 5 Attachment number 6 Page 139 of 352 Section IV - Technical Specifications Size Dimension Ratio (OD/Thick.) Rated Water Working Pressure (PSI) Laying Length (Ft) 4 18 150 20 6 18 150 20 8 18 150 20 Pipe larger than 8-inch shall be ductile iron. The City Engineer reserves the right to require the use of ductile iron in sizes 4-inch through 8-inch when needed due to laying conditions or usage. The bell of 4-inch and larger PVC pipe shall consist of an integral wall section with a solid cross section elastomeric ring which meets the requirements of ASTM D 1869. Each length of pipe shall bear identification that will remain legible during normal handling, storage and installation and so designate the testing agency that verified the suitability of the pipe material for potable water service. All polyvinyl chloride pipe shall be laid with two (2) strands of insulated 12 gauge A.W.G. solid strand copper wire taped to the top of each joint of pipe with about 18-inches between each piece of tape. It is to be installed at every valve box through a 2-inch PVC pipe to 12-inches minimum above the top of the concrete slab. The 2-inch PVC pipe shall be the same length as the adjustable valve box, and the 2-inch PVC pipe shall be plugged with a 2-inch removable brass plug with recessed nut. This wire is to be continuous with splices made only by direct bury 3M brand splice kit approved by the Engineer. This wire is to be secured to all valves, tees and elbows. 41.2.2.3 FITTINGS AND JOINTS Fitting from 4-inch through 16-inch in size will be compact ductile iron cast in accordance with ANSI/AWWA C153/A 21.53 with mechanical joint bells. Bolts, nuts and gaskets shall be in accordance with requirements of ANSI/AWWA C153/A 21.53. The working pressure rating shall be 350 P.S.I. Ductile iron fittings shall be coated and lined in accordance with require requirements of ANSI/AWWA C104/A21.4. Mechanical joint glands shall be ductile iron in accordance with ANSI/AWWA C111/A 21.11. When reference is made to ANSI/AWWA Standards, the latest revisions apply. Only those fittings and accessories that are of domestic (USA) manufacture will be acceptable. 41.2.2.4 RESTRAINT Restraint of plugs, caps, tees, bends, etc., shall be accomplished by the use of approved mechanical restraining rings or glands installed per manufacturers recommendations. Hydrants shall be restrained by the use of swivel connecting joints. Restraining mechanical joint glands on hydrants shall be used only where hydrant runout length precludes the use of swivel joint connectors. 41.2.2.5 PIPE WITHIN CASING All pipe placed within casings shall be slip joint ductile iron restrained by the use of restraining gaskets designed for use with the particular joint being installed and have properly sized casing spacers (Cascade Series) installed on the pipe so that the pipe will be centered within the casing. SectionlV.doc Page 66 of 127 JP61r?2W 5 Attachment number 6 Page 140 of 352 Section IV - Technical Specifications Each end of the casing shall be properly sealed to prevent the intrusion of soil, water, or debris within the casing itself. It shall be sealed by brick and mortar, cement or any approved method by the Engineer. 41.2.3 GATE VALVES Discs of valves shall be operated by methods which will allow operation in any position with respect to the vertical. Gate valves for interior piping or exposed above grade outside structures, shall be handwheel operated with rising stems. Valves 4-inches and larger, buried in earth shall be equipped with 2-inch square operating nuts, valve boxes and covers. Valves shall be fitted with joints suitable for the pipe with which they are to be used. The direction of opening for all valves shall be to the left (counter clockwise). Pressure Rating: Unless otherwise shown or specified, valves for high pressure service shall be rated at not less than 150 psi cold water, nonshock. The manufacturer's name and pressure rating shall be cast in raised letters on the valve body. Installation: Installation shall be in accordance with good standard practice. Exposed pipelines shall be so supported that their weight is not carried through valves. Two Inch Diameter and smaller: Not allowed. These should be approved ball valves. Three Inch Diameter: Not allowed. Four Inch to Sixteen Inch Diameter: Gate Valves, 4 to 16-inch diameter, inclusive, shall be resilient seated gate valves encapsulated with EPDM Rubber in conformance with ANSI/A.W.W.A. Standard Specification C509-515 latest revision. These valves shall include the following features consistent with C509-515, full opening unobstructed waterway, zero leakage at 200 p.s.i. differential pressure, all internal parts removable from bonnet without removing body from pressure main, corrosion resistent bronze or stainless steel nonrising stem with O ring bonnet seal with epoxy coated inside and outside cast iron or ductile iron valve body.. Larger than Sixteen Inch Diameter: Gate valves larger than 16-inch shall be suitable for the service intended and shall be resilient seated gate valves encapsulated with EPDM rubber in conformance with ANSI/AWWA. These valves shall include the following features consistent with C509-80, full opening unobstructed waterway, zero leakage at 200 psi differential pressure. All valves shall be equipped with steel cut bevel gears, extended type gear case and rollers, bronze or babbitt tracks and scrapers and valved by-pass. 41.2.4 VALVE BOXES Valve boxes shall be of standard extension design and manufacture and shall be made of cast iron. No PVC Risers or Derisers are allowed as part of a valve box assembly. They are to be 3- piece valve box assembles. The lower part of the assembly can be ordered in various heights to accommodate different depths. Suitable sizes of valve boxes and extension pieces shall be provided where shown. The valve box cover shall be of cast iron. Valve boxes and their installation shall be included in the bid price for valves. Refer to City Index No. 402; Sheet I of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet I of 2 & Sheet 2 of 2 for reclaimed water valve boxes and pad detail. SectionlV.doc Page 67 of 127 JP61r?2W 5 Attachment number 6 Page 141 of 352 Section IV - Technical Specifications 41.2.5 HYDRANTS No other hydrants, other than those listed below, may be used in extension to or replacement of the City of Clearwater potable water system: • Kennedy Guardian #K 81D Fire Hydrant, • Mueller Super Centurion 25 Fire Hydrant • AVK Nostalgic 2780. • American Darling B-84-B. No substitutions shall be allowed without the approval of the City of Clearwater. Above hydrants shall be in accordance with the latest revision of the AWWA Specification C 502 and include the following modifications: 1. All shipments to be palletized and tailgate delivery. 2. Hydrants shall conform to A.W.W.A. Standard C-502 latest revision and must be UL/FM listed. 3. Hydrants shall be of the compression type, closing with line pressure. 4. The operating threads will be contained in an operating chamber sealed at the top and bottom with an O-ring seal. The chamber will contain a lubricating grease or oil. 5. Hydrants shall be of the traffic model breakaway type, with the barrel made in two sections with the break flange located approximately 2-inch above the ground line. Breakaway bolts not allowed. 6. Operating nut shall be of one-piece bronze or ductile iron construction. 7. A dirt shield shall be provided to protect the operating mechanism from grit buildup and corrosion due to moisture. 8. A thrust washer shall be supplied between the operating nut and stem lock nut to facilitate operation. 9. Operating nut shall be a #7 (1-1/2-inch) pentagon nut. 10. Nozzles shall be of the tamper resistant, 1/4 turn type with O-ring seals or threaded into upper barrel. Nozzles shall be retained with a stainless steel locking device. 11. The main valve shall be of EPDM solid rubber. 12. The seat shall be of a bronze ring threaded to a bronze insert in the hydrant shoe, with 0- rings to seal the barrel from leakage of water in the shoe. 13. The main valve stem will be 304 or higher grade stainless steel and made in two sections with a breakable coupling. 14. Hydrant shall have a 6-inch Mechanical Joint epoxy lined elbow, less accessories. 15. Hydrant shall have a 5-1/4-inch valve opening, and shall be a left hand operation to open. 16. Hydrant shall be without drains. 17. Hydrant shall have two (2) 2-1/2-inch hose nozzles and one (1) 4-1/2-inch pumper nozzle. Threads shall be in accordance with the National Standard Hose Coupling Thread Specifications. SectionlV.doc Page 68 of 127 ???I112?F "I 5 Attachment number 6 Page 142 of 352 Section IV - Technical Specifications 18. Hydrant body shall have a factory finish of yellow paint. All paints shall comply with AWWA standard C-502-85 or latest revision. All hydrants will be shop tested in accordance with the latest AWWA Specification C 502. Constrained joint assemblies shall be used which have bolted mechanical and swivel joints from the hydrant tee through to the hydrant. Constrained joints shall absorb all thrust and prevent movement of the hydrant. All hydrants shall be provided with an auxiliary gate valve so that the water to the hydrant may be shut off without the necessity of closing any other valve in the distribution system. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. 41.2.6 SERVICE SADDLES Service saddles shall be used on all service taps to 4-inch P.V.C. water main. The largest service connection allowable on 4-inch main shall be 1-1/2-inch. Service saddles shall be used on all 2- inch service connections to 6-inch and larger mains. Service saddles QCM 406 series or Ford FC 202 series) shall be wide bodied ductile iron with epoxy or nylon coating and shall have stainless steel straps. 41.2.7 TESTS, INSPECTION AND REPAIRS 1. All materials shall be tested in accordance with the applicable Federal, ASTM or AWWA Specification and basis of rejection shall be as specified therein. Certified copies of the tests shall be submitted with each shipment of materials. 2. All materials will be subject to inspection and approved by the Engineer after delivery; and no broken, cracked, misshapen, imperfectly coated or otherwise damaged or unsatisfactory material shall be used. 3. All material found during the progress of the work to have cracks, flaws, or other defects shall be rejected and promptly removed from the site. 4. If damage occurs to any pipe, fittings, valves, hydrants or water main accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. 41.2.8 BACKFLOW PREVENTERS The City of Clearwater owns and maintains all backflow prevention devices that are installed within their system. Therefore, any and all devices must be purchased from the City and installed by City work forces. Backflow prevention devices installed on customer's service lines at the point of delivery (service connection) shall be of a type in accordance with AWWA specification C506 or latest revision. Two (2) different types of backflow prevention devices are allowed. Type of device, when required, is determined by the degree of hazard presented to the municipal water system from possible backflow of water within the customers private system. The types of devices allowed are: SectionlV.doc Page 69 of 127 JP61r?2W 5 Attachment number 6 Page 143 of 352 Section IV - Technical Specifications 1. Double Check Valve Assembly a device composed of two single, independently acting, approved check valves, including tightly closing shutoff valves located at each end of the assembly and suitable connections for testing the watertightness of each check valve. 2. Reduced pressure principle backflow prevention device a device containing a minimum of two independently acting, approved check valves, together with an automatically operated pressure differential relief valve located between the two check valves. The unit must include tightly closing shutoff valves located at each end of the device, and each device shall be fitted with properly located test cocks. 41.2.9 TAPPING SLEEVES Steel body tapping sleeves shall be JCM Industries Inc., JCM 412 or Smith-Blair 622. All steel body tapping sleeves shall have heavy welded ASTM A 285, Grade C steel body, stainless steel bolts, manufacturer's epoxy coated body, and 3/4-inch bronze test plug. 41.2.10 BLOW OFF HYDRANTS Blow offs are not allowed. 41.3 CONSTRUCTION 41.3.1 MATERIAL HANDLING 1. Pipe, fittings, valves, hydrants and accessories shall be loaded and unloaded by lifting with hoists or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded rolled against pipe already on the ground. 2. Pipe shall be so handled that the coating and lining will not be damaged. If, however, any part of the coating or lining is damaged, the repair shall be made by the Contractor at his expense in a manner satisfactory to the Engineer. 3. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place where it is to be laid in the trench. 41.3.2 PIPE LAYING 41.3.2.1 ALIGNMENT AND GRADE The pipe shall be laid and maintained to the required lines and grades with fittings, valves and hydrants at the required locations, spigots centered in bells; and all valves and hydrant stems plumb. All pipe installed shall be pigged and properly blown off before any pressure testing and sterilization of the pipe can be completed. The depth of cover over the water main shall be a minimum of 30-inches and a maximum of 42- inches below finished grade, except where approved by the Engineer to avoid conflicts and obstructions. Whenever obstructions not shown on the plans are encountered during the progress of the work and interfere to such an extent that an alteration of the plans is required, the Engineer shall have the authority to change the plans and order a deviation from the line and grade or arrange with the Owners of the structures for the removal, relocation, or reconstruction of the obstructions. SectionlV.doc Page 70 of 127 JP61r?2W 5 Attachment number 6 Page 144 of 352 Section IV - Technical Specifications 41.3.2.2 INSTALLATION Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient performance of the work. All pipe, fittings, valves and hydrants shall be carefully lowered into the trench piece by piece by means of a derrick, ropes, or other suitable tools or equipment in such a manner as to prevent damage to materials and protective coatings and linings. Under no circumstances shall materials be dropped or dumped in the trench. If damage occurs to any pipe, fittings, valves, hydrants or accessories in handling, the damage shall be immediately brought to the Engineer's attention. The Engineer shall prescribe corrective repairs or rejection of the damaged items. All pipe and fittings shall be carefully examined for cracks and other defects while suspended above the trench immediately before installation in final position. Spigot ends shall be examined with particular care as this area is the most vulnerable to damage from handling. Defective pipe or fittings shall be laid aside for inspection by the Engineer who will prescribe corrective repairs or rejection. All lumps, blisters, and excess coating shall be removed from the bell and spigot end of each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry and free from oil and grease before the pipe is laid. Pipe joints shall be made up in accordance with the manufacturer's recommendations. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe laying crew cannot put the pipe into the trench and in place without getting earth into it, the Engineer may require that, before lowering the pipe into the trench, a heavy, woven canvas bag of suitable size shall be placed over each end and left there until the connection is to be made to the adjacent pipe. During laying operation, no debris, tools, clothing or other materials shall be placed in the pipe. As each length of pipe is placed in the trench, the spigot end shall be centered in the bell and the pipe forced home and brought to correct line and grade. The pipe shall be secured in place with approved backfill material tamped under it except at the bells. Precautions shall be taken to prevent dirt from entering the joint space. At times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or cement lining and so as to leave a smooth end at right angles to the axis of the pipe. Pipe shall be laid with bell ends facing in the direction of laying unless directed otherwise by the Engineer. Where pipe is laid on the grade of 10 per cent or greater, the laying shall start at bottom and shall proceed upward with the bell ends of the pipe upgrade. Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal plane to avoid obstructions or to plumb stems; or where long radius curves are permitted, the amount of deflection allowed shall not exceed that allowed under the latest edition of ANSI/AWWA C600-82 and C900 81 or latest revisions. No pipe shall be laid when, in the opinion of the Engineer, trench conditions are unsuitable. SectionlV.doc Page 71 of 127 JP61r?2W 5 Attachment number 6 Page 145 of 352 Section IV - Technical Specifications 41.3.3 SETTING OF VALVES, HYDRANTS AND FITTINGS 41.3.3.1 GENERAL Valves, hydrants, fittings, plugs and caps shall be set and joined to pipe in the manner specified above for installation of pipe. 41.3.3.2 VALVES Valves in water mains shall, where possible, be located on the street property lines extended unless shown otherwise on the plans. All valves shall be installed at the tee in all cases, not to exceed 18-inches from the main line. The valve box shall not transmit any shock or stress to the valve and shall be centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the finished pavement or such other level as may be directed. Refer to City Index No. 402; Sheet 1 of 5 & Sheet 2 of 5 for potable water valve pad detail, and City Index No. 502; Sheet 1 of 2 & Sheet 2 of 2 for reclaimed water valve box and pad detail. 41.3.3.3 HYDRANTS Hydrants shall be located as shown or as directed so as to provide complete accessibility and minimize the possibility of damage from vehicles or injury to pedestrians. All hydrants located 10-feet of more from the main shall have a gate valve at the main and another gate valve at the hydrant location. No valve can be located anywhere in the hydrant run to circumvent the use of two valves. Refer to City Index No. 402; Sheet 5 of 5 for potable water hydrants. No hydrants shall be installed on the reclaimed water system unless approved by the City of Clearwater's Engineering Department. All hydrants shall stand plumb and shall have their nozzles parallel with, or at right angles to, the curb, with the pumper nozzle facing the curb. Hydrants shall be set to the established grade, with nozzles as shown or as directed by the Engineer. Each hydrant shall be connected to the main with a 6-inch ductile iron branch controlled by an independent 6 inch gate valve. 41.3.3.4 ANCHORAGE Movement of all plugs, caps, tees, bends, etc., unless otherwise specified shall be prevented by attaching approved mechanical restraining rings or glands and installed per manufacturers recommendations. Hydrants shall be held in place with restrained swivel joints. Restraining mechanical joint glands on hydrants may be used where hydrant runout length precludes the use of hydrant connecting swivel joints. Where special anchorage is required, such anchorage shall be in accordance with details shown on the plans. 41.3.4 CONNECTIONS TO EXISTING LINES Where shown on the plans or directed by the Engineer, the water lines constructed under this contract shall be connected to the existing lines now in place. No such connection shall be made until all requirements of the specifications as to tests, flushing, and sterilization have been met and the plan of the cut in to the existing line has been approved by the Engineer. SectionlV.doc Page 72 of 127 JP61r?2W 5 Attachment number 6 Page 146 of 352 Section IV - Technical Specifications Where connections are made between new work and existing work, the connections shall be made in a thorough and workmanlike manner using proper materials and fittings to suit the actual conditions. All fittings shall be properly sterilized and pipe will be properly swabbed before connections to existing facilities. All connections to existing facilities will be completed under the supervision of the City of Clearwater Water Division. 41.4 TESTS 41.4.1 HYDROSTATIC TESTS After installation of water mains, complete with all associated appurtenances including service taps, all sections of newly laid main shall be subject to a hydrostatic pressure test of 150 pounds per square inch for a period of two (2) hours and shall conform to AWWA C600 latest revision. All mains shall be pigged and flushed to remove all sand and other foreign matter before any hydrostatic test can or will be performed. The pressure test shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. The pump, pipe connection and all necessary apparatus, together with operating personnel, shall be furnished by the Contractor at his expense. The Contractor shall make all necessary taps into the pipe line. The Owner will furnish the water for the test. Before applying the test pressure, all air shall be expelled from the pipe line. 41.4.2 NOTICE OF TEST The Contractor shall give the City of Clearwater's Owner Representative 48-hours advance notice of the time when the installation is ready for hydrostatic testing. 41.5 STERILIZATION Before the system is put into operation, all water mains and appurtenances and any item of new construction with which the water comes in contact, shall be thoroughly sterilized in accordance with AWWA C651. 41.5.1 STERILIZING AGENT The sterilizing agent shall be liquid chlorine, sodium hypochlorite solution conforming to Federal Specification 0 S 602B, Grade D, or dry hypochlorite, commonly known as "HTH" or "Perchloron". 41.5.2 FLUSHING SYSTEM Prior to the application of the sterilization agent, all mains shall be thoroughly flushed. Flushing shall continue until a clean, clear stream of water flows from the hydrants. Where hydrants are not available for flushing, such flushing shall be accomplished at the installed blow off devices generally at the ends of the lines. 41.5.3 STERILIZATION PROCEDURE All piping, valves, fittings and all other appurtenances shall be sterilized with water containing a minimum chlorine concentration of 75 ppm at any point in the system. This solution shall then remain in the distribution system for a minimum contact period of eight (8) hours and never more than 24 hours before it is flushed out. All valves in the lines being sterilized shall be opened and closed several times during the contact period. SectionlV.doc Page 73 of 127 JP61r?2W 5 Attachment number 6 Page 147 of 352 Section IV - Technical Specifications 41.5.4 RESIDUAL CHLORINE TESTS After the sterilization outlined above has been accomplished, flushing shall continue until free residual chlorine tests not less than 0.2 ppm nor more than 3.0 ppm. Residual chlorine test shall be in accordance with standard methods using a standard DPD test set. 41.5.5 BACTERIAL TESTS After the water system has been sterilized and thoroughly flushed as specified herein, City of Clearwater Water Division or the Owner's Representative personnel shall take samples of water from remote points of the distribution system in suitable sterilized containers. The City shall forward the samples to a laboratory certified by the Florida State Board of Health for bacterial examination in accordance with AWWA C651. If tests of such samples indicate the presence of coliform organisms, the sterilization as outlined above shall be repeated until tests indicate the absence of such pollution. The bacterial tests shall be satisfactorily completed before the system is placed in operation and it shall be the Contractor's responsibility to perform the sterilization as outlined above. If methods of sterilization differ materially from those outlined above, such methods shall be in accordance with directives of the Florida State Board of Health and all methods employed shall have the approval of that agency. Definite instructions as to the collection and shipment of samples shall be secured from the laboratory prior to sterilization and shall be followed in all respects. The City of Clearwater shall secure clearance of the water main from the Florida Department of Environmental Protection before the water distribution system is put into operation. 41.6 MEASUREMENT AND PAYMENT 41.6.1 GENERAL Bids must include all sections and items as specified herein and as listed on the Bid Form. Payment for the work of constructing the project will be made at the unit price or lump sum payment for the items of work as set forth in the Bid, which payment will constitute full compensation for all labor, equipment, and materials required to complete the work. No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work: • Clearing and grubbing • Excavation, including necessary pavement removal • Shoring and/or dewatering • Structural fill • Backfill • Grading • Tracer wire • Refill materials • Joints materials • Tests and sterilization • Appurtenant work as required for a complete and operable system. SectionlV.doc Page 74 of 127 JP61r?2W 5 Attachment number 6 Page 148 of 352 Section IV - Technical Specifications 41.6.2 FURNISH AND INSTALL WATER MAINS 41.6.2.1 MEASUREMENT The quantity for payment shall be the actual number of feet of pipe of each size and type satisfactorily furnished and laid, as measured along the centerline of the completed pipe line, including the length of valves and fittings. 41.6.2.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials and equipment, and constructing the water mains complete and ready for operation. 41.6.3 FURNISH AND INSTALL FITTINGS 41.6.3.1 MEASUREMENT The quantity for payment will be the number of tons, or decimal part thereof, of ductile iron fittings satisfactorily furnished and installed. Fitting weights shall be based on weights stamped on the body of the fitting, provided such weights do not exceed the theoretical weights by more than the tolerances permitted in ANSI/AWWA C110/A 21.10 82, latest revision, in which case, the weight will be based upon the theoretical weight plus the maximum tolerance. 41.6.3.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, materials, and equipment required to furnish and install ductile iron fittings. 41.6.4 FURNISH AND INSTALL GATE VALVES COMPLETE WITH BOXES AND COVERS 41.6.4.1 MEASUREMENT The quantity for payment shall be the number of gate valves of each size satisfactorily furnished and installed. 41.6.4.2 PAYMENT Payment of the applicable unit price for each size shall be full compensation for furnishing all plant, labor, material and equipment and installing the valve complete with box and cover. 41.6.5 FURNISH AND INSTALL FIRE HYDRANTS 41.6.5.1 MEASUREMENT The quantity for payment shall be the number of fire hydrants satisfactorily furnished and installed. The only hydrants allowed to be installed in the City of Clearwater utilities system are listed in Section 41.2.5. No exceptions. 41.6.5.2 PAYMENT Payment of the applicable unit price shall be full compensation for furnishing all plant, labor, material and equipment and installing the fire hydrant complete including necessary thrust SectionlV.doc Page 75 of 127 JP61r?2W 5 Attachment number 6 Page 149 of 352 Section IV - Technical Specifications anchorage, 6-inch pipe between the main and the hydrant and gate valve and valve box on the hydrant lead. 42 GAS SYSTEM SPECIFICATIONS This article not applicable. 43 TENNIS COURTS 43.1 PAVED TENNIS COURTS 43.1.1 SOIL TREATMENTS All soil under courts shall be treated with DSMA 184 at the rate of 2 pounds active ingredient per 1,000 square foot. Materials shall be brought to the job site in tagged containers. Tags shall be retained and turned into the Engineer's Office. 43.1.2 BASE COURSE Base Course shall be Limerock 6" thick after compaction. Specifications for the base shall be the same as those for Limerock in Section IV - Article 22 of the City of Clearwater Technical Specifications. Subgrade stabilizing will not be required. Surface shall be cut to within 1/2" of true grade in preparation of 1" leveling course. Prior to applying prime coat, surface shall be approved by the Engineer. 43.1.3 PRIME COAT The material used for prime coat shall be cut-back Asphalt Grade RC-70 or RC-250 and shall conform to Section 300 of the Florida State Department of Transportation's "Standard Specifications for Road and Bridge Construction". 43.1.4 LEVELING COURSE A.Leveling Course shall be a minimum of 1" of Type S-III Asphaltic Concrete as specified in Section 331 of FDOT's Standard Specification (latest edition). The Leveling Course shall be constructed running East and West. Finish surface of leveling course shall not vary more than 1/4" when checked with a 10 foot straight edge. If a deficiency of more than 1/4" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. 43.1.5 SURFACE COURSE Surface course shall be a minimum of 1" of Type S-III Asphaltic Concrete as specified in Section 331 of FDOT's Standard Specification (latest edition). The Surface Course shall be constructed running North and South. Finish surfaces shall not vary more than 1/4" in 10 feet. Prior to application of color coat, surface shall be checked for low areas by flooding the surface with water. Low areas shall be patched as approved by the Engineer prior to application of the color coat. No areas which retain water will SectionlV.doc Page 76 of 127 JP61r?2W 5 Attachment number 6 Page 150 of 352 Section IV - Technical Specifications be approved. If a deficiency of more than 1/4" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. 43.1.6 COLOR COAT 43.1.6.1 MATERIALS Materials used in the patching and color coating of Tennis Courts shall be manufactured specifically for Tennis Court Application. All materials must be approved by the Engineer prior to the start of construction. Request for approval of coating materials may be submitted prior to the opening of bids. In requests for approval, the Contractor shall present manufacturer's literature along with the name, address, and date of three previous Tennis Court applications of the proposed material. 43.1.6.2 CONSTRUCTION 43.1.6.2.1 SURFACE PREPARATION The surface to be coated must be sound, smooth, and free from loose dirt or oily materials. Prior to the application of surfacing materials, the entire surface should be checked for minor depressions or irregularities. If it is determined that minor corrections are necessary, the Contractor shall make repairs using approved tack coat and/or patching mix in accordance with manufacturer's recommendations for use. After patching the surface shall not vary more than 1/8" in ten feet in any direction. If a deficiency of more than 1/8" exists, the Engineer will determine if the surface should be leveled or removed and replaced. Such remedial work shall be without compensation. In order to provide a smooth, dense underlayment of the finish course, one or more applications of resurfacer or patch mix shall be applied to the underlaying surface as deemed necessary by the Engineer. Asphaltic concrete Surface Course with a smooth tight mix and no ponding, will not require the resurfacing or patching mix. Asphaltic Concrete Surface Course which is course and rough or is ponding water will require the use of the resurfacer or patch mix. No applications shall be covered by a succeeding application until thoroughly cured. 43.1.6.2.2 FINISH COLOR COURSE The finish course shall be applied to a clean, dry surface in accordance with the manufacturer's directions. A minimum of two applications of color coat will be required. Texture of cured color coat is to be regulated in accordance with manufacturer's recommendations to provide a medium speed surface for tennis play. The color of application shall be dark green for the regulation double's playing area and red for all other others. The finished surface shall have a uniform appearance and be free from ridges and tool marks. 43.1.6.3 PLAYING LINES Forty-eight (48) hours minimum after completion of the resurfacing, 2 inch wide playing lines shall be accurately located, marked and painted with approved marking paint. SectionlV.doc Page 77 of 127 JP61r?2W 5 Attachment number 6 Page 151 of 352 Section IV - Technical Specifications 43.1.6.4 WEATHER LIMITATIONS No parts of the construction involving Tennis Court surfacing or patching products shall be conducted during rainfall, or when rainfall is imminent or unless the air temperature is at least 50 Degree's F and rising. NOTE: The Contractor shall notify the Project Inspector a minimum or 24 hours in advance of all base and asphalt related work. 43.2 CLAY TENNIS COURTS 43.2.1 GENERAL 43.2.1.1 SCOPE The Contractor shall furnish all labor, materials and equipment necessary for the installation of clay tennis court(s) as set forth in these specifications and /or the construction drawings. The scope of work is indicated on drawings and specified herein. Basis of design for clay courts with sub-surface irrigation system is Hydrogrid Tennis, Inc. or prior approved equal. 43.2.1.2 CONTRACTOR QUALIFICATIONS The Owner may make such investigation as he deems necessary to determine the ability of the Bidder to perform the work and the Bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any Bid if the evidence submitted by, or investigations of such Bidders fail to satisfy the owner that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated herein within the time limit agreed upon. Factors to be considered in awarding the Bid shall include the successful completion of similar sub-surface irrigation clay tennis court installations of like value, scope, size and quality as this project, with in the last five (5) years. The Owner desires to award this contract to firms that have been in business for a minimum of five (5) years. The qualifications and experience of the personnel assigned to the project will be a determining factor in the award of the Bid. 43.2.1.3 STANDARDS The Contractor shall perform all work in a thorough, workmanlike manner and conform to standards for tennis court construction as prescribed or approved by the United States (Lawn) Tennis Association and the United States Tennis Court and Tract Builders Association. The Contractor shall construct the tennis courts with laser guided equipment. 43.2.1.4 BUILDING PERMITS AND TAXES The Contractor shall secure all construction permits required by law, the City of Clearwater will waive all permit fees. 43.2.1.5 COURT LAYOUT The Owner shall establish two horizontal control points and a construction bench mark. The Contractor shall locate the four corners of each battery and shall layout the courts in conformance with the specifications and drawings. SectionlV.doc Page 78 of 127 JP61r?2W 5 Attachment number 6 Page 152 of 352 Section IV - Technical Specifications 43.2.1.6 BUILDING REQUIREMENTS The Owner shall provide and maintain reasonable access to the construction site, as well as an area adjacent to the site for storage and preparation of materials. Adequate water outlets within fifty (50) feet of the site shall be provided. 43.2.1.7 SCHEDULE The Owner desires to award the contract to firms who will complete this project in a reasonable time schedule. Consideration in awarding this bid will be given to firms who may commence and complete the project within a reasonable period of time after award of the bid. The Owner, in its sole discretion, will determine the reasonable schedule standard as it relates to the "Notice to Proceed." 43.2.2 SITE PREPARATION 43.2.2.1 SUITABILITY The Contractor shall examine the site to determine its suitability for installation of the courts. 43.2.2.2 DEMOLITION The contractor shall demo the existing tennis courts, remove the existing ten (10) foot high fence surrounding the tennis courts and all underground utilities within the limits of the construction area. Utilities extending outside the construction limits shall be capped and terminated. The existing tennis courts shall be ground into millings suitable to be mixed into the sub-grade at the proposed location of the new clay tennis courts. Any sub-grade material beneath the existing tennis courts not suitable for planting beds shall be removed and also utilized as sub-grade material beneath the new courts. All demolition materials not utilized in construction of the new courts shall be removed and disposed from the project site. The Contractor shall provide documentation of any recycled materials. 43.2.2.3 SUB-GRADE The sub-grade shall be graded to a tolerance of plus or minus one (1) inch of the final sub-grade elevation. The sub-grade shall be graded level. A compaction to a density not less than 95% of the maximum standard density as determined by AASHTO T-180 is required. The Contractor shall provide documentation of testing to the Owner. 43.2.2.4 FINAL GRADE The final grades outside the tennis court areas and within the construction limits shall be graded to a tolerance of plus or minus one (1) inch of the final grade elevations with positive drainage away from tennis courts and towards drainage swales or outfall structures. A compaction to a density not less than 95% of the maximum standard density as determined by AASHTO T-180 is required. The contractor shall provide documentation of testing to the Owner. 43.2.3 SLOPE 43.2.3.1 SLOPE REQUIREMENTS Rate and direction of slope of the finished surfaces shall be one (1) inch in forty (40) feet, all in one plane, as indicated on the drawings. SectionlV.doc Page 79 of 127 ???1 2(10 5 Attachment number 6 Page 153 of 352 Section IV - Technical Specifications 43.2.4 BASE CONSTRUCTION 43.2.4.1 LINER Two layers of 6 mil construction plastic shall be installed over the sub-grade surface with a minimum overlap of five (5) feet where pieces are joined. Use only materials that are resistant to deterioration when tested in accordance with ASTM E 154, as follows: a. Polyethylene sheet, Construction Grade. 43.2.4.2 BASE COURSE The base course shall consist of six (6) inches of porous base material as supplied by Quality Aggregate of Sarasota Florida. The surface of the base course shall be smooth and even, and it shall be within one-quarter (1/4) inch of the established grade. 43.2.4.3 IRRIGATION SYSTEM Perforated pipe shall be installed in trenches in the base course. These trenches shall be in on four (4) foot centers and shall be run perpendicular to the slope of the court. The pipe shall be two and one-quarter (2-1/4) inch diameter with a nylon needle punched sock surrounding the pipe. Six (6) water control canisters shall be installed per court with each canister controlling five (5) grid pipe trenches. Provide all required controls systems time clocks; float switches, control wiring and solenoids, etc. for a complete sub-surface irrigation system. 43.2.5 PERIMETER CURBING 43.2.5.1 CURB Brick curb shall be installed around the entire perimeter of the court area with an elevation of one-quarter (1/4) to one-half (1/2) inch above the finished screening course elevation. 43.2.6 SURFACE COURSE 43.2.6.1 COURT SURFACE A surface course of ISP Type II Aquablend or Lee Hyroblend tennis court material shall be installed over the screening course to a compacted depth of one (1) inch. The Aqua/Hydroblend material shall be watered to its full depth immediately after leveling and then compacted by rolling with a tandem roller weighing 600 to 1000 pounds. The finished surface shall not vary from specified grade by more than one-eighth (1/8) inch. 43.2.7 ROOT BARRIER Root barrier (geo-tech fabric) eighteen (18) inches height shall be placed in a trench on the outside edge of the perimeter curbing eighteen (18) inches in depth with herbicide coating buttons to prevent plant root systems in entering the sub-surface base course of the clay tennis courts. SectionlV.doc Page 80 of 127 JP61r?2W 5 Attachment number 6 Page 154 of 352 Section IV - Technical Specifications 43.2.8 FENCING 43.2.8.1 DESIGN The contractor shall provide a total color coated fencing system as indicated on drawings and described herein. All components: frames, fabric and fittings shall be black. Basis of Design Ameristar HT-25 or prior approved equal subject to strict compliance with Ameristar published specification. 43.2.8.2 POSTS All posts shall be a minimum 2-1/2" Ameristar HT-25 pipe; top rails 1-5/8" Ameristar HT-25 pipe with manufacturers standard "Permacoat" color system. 43.2.8.3 FENCE FABRIC Fence Fabric shall be 1-3/4" #6 gauge mesh throughout, manufactures standard galvanized wire with PVC coating. All fabric to be knuckled on both selvages. 43.2.8.4 GATES Provide gates at locations indicated. At service gates, provide a keeper that automatically engages gate life and holds it in the open position until manually released. Provide gate stops for double gates consisting of a mushroom-type flush plate with anchors, set in concrete, and designed to engage a center drop rod or plunger-bar. Include a locking device and padlock eyes as an integral part of the latch, permitting both gate leaves to be locked with a single padlock. Provide latch, fork type or plunger-bar type to permit operation from either side of gate, with padlock eye as an integral part of the latch. Gate Hinges - Size and material to suit gate size, non-lift-off type, and offset to permit 180-degree gate opening. Provide one and one-half (1-1/2) pair of hinges for each leaf over six (6) foot nominal height. 43.2.9 WINDSCREENS The contractor shall provide nine (9) foot high windscreens at all ten (10) foot high fencing. Basis of design is Durashade plus by Ball Products, Inc. or equal by Putterman. Black high- density polyethylene, eight (8) oz. per square yard edges hemmed with grommets at twelve (12) inch on center. Attach to chain link fencing at the top and bottom with 50 LBS plastic ties. 43.2.10 COURT EQUIPMENT 43.2.10.1 POST FOUNDATIONS Post foundations shall be not less than thirty-six (36) inches in length, eighteen (18) inches in width and thirty (30) inches in depth. Foundations shall be placed to provide an exact distance between posts of forty-two (42) feet on a doubles court and thirty-three (33) feet on a singles court. 43.2.10.2 NET POSTS & SLEEVES Net posts shall be galvanized steel having an outside diameter of not less than two and seven- eighths (2 7/8) inches with electrostatically applied enamel finish and shall be equipped with a reel type net tightening device. Post sleeves and posts shall be set plumb and true so as to support SectionlV.doc Page 81 of 127 JP61r?2W 5 Attachment number 6 Page 155 of 352 Section IV - Technical Specifications the net a height of forty-two (42) inches above the court surface at the posts. Post sleeves shall be Schedule 40 PVC to be set in concrete per net post manufactures recommendation. 43.2.10.3 CENTER STRAP ANCHOR A center strap anchor shall be firmly set in accordance with the rules of the USIA. 43.2.10.4 NET A tennis net conforming to the USTA regulations shall be installed on each court. The net shall have black synthetic netting, a headband of white synthetic material in double thickness with the exterior treated for resistance to mildew and sunlight, and bottom and end tapes of back synthetic material treated to prevent deterioration from the sunlight. A vinyl coated, impregnated steel cable, having a diameter of one quarter (1/4) inch and a length five (5) feet greater than length between the net post shall hold the net in suspension. The net shall have tie strings of a synthetic material at each corner. Basis of Design - Duranet DTS by Ball Products, Inc. 43.2.10.5 CENTER STRAP Provide a center strap of white heavy duty polyester webbing with black oxide coated brass slide buckles and nickel plated double end snap. Center strap shall be placed on the net and attached to the center strap anchor. 43.2.10.6 LINE TAPES Line tapes shall be 100% nylon and shall be two (2) inches in width. The tapes shall be firmly secured by aluminum nails with aluminum length of two and one-half (2 - 1/2) inches. Positioning shall be in accordance with regulations of the USIA. 43.2.10.7 MISCELLANEOUS EQUIPMENT Deliver the following equipment to the owner: 1. Ride-on Tandem Roller - Brutus AR-I Roller, automatic forward-neutral-reverse transmission; 24 inch wide drum; 3-horse power Briggs and Stratton engine. 2. Hand drag brooms (4 each) - 7' wide aluminum frame with 4-1/2" synthetic bristles; Proline. 3. Tow drag brooms (1 each) - 7' wide aluminum frame 4-1/2" synthetic bristles; Proline. 4. Deluxe Proline Line Sweeper (4 each) - friction-driven rubber sleeves; synthetic bristle brush; with fence hook cast aluminum. 5. Scarifier/Lutes (2 each) - 30" wide all aluminum; Proline. 6. Tennis Shoe Cleaners (2 each) - steel frame construction " Scrusher" exact installation location by Owner. 7. Tennis Two Step (2 each) - polyethylene construction with two rubber panels. 8. Court Rake (1 each) - six-foot length aluminum. SectionlV.doc Page 82 of 127 JP61r?2W 5 Attachment number 6 Page 156 of 352 Section IV - Technical Specifications 43.2.11 SHADE STRUCTURE Provide shade structures as indicted on drawings. Basis of design: Suntrends, Inc. "Cabana Bench 8" - 8'long x 6' wide gable design with standard canvas canopy, direct burial installation. Provide concrete footing, size and reinforcement as required by shade structure manufacture. 43.2.12 WATER SOURCE (Potable) The owner shall supply water line to within fifty (50) feet of the courts with 50 pounds per square inch running pressure at its terminus. This line shall have the capacity to supply 30 gallons of water per minute for each court. 43.2.13 CONCRETE Provide concrete consisting of portland cement per ASTM C 150, aggregates per ASTM C 33, and potable water. Mix materials to obtain concrete with a minimum 28-day compressive strength of 3,500 psi. Use at least four sacks of cement per cu. yd., I-inch maximum size aggregate, 3-inch maximum slump. 43.2.14 EXISTING SPORT TENNIS COURT LIGHTING 43.2.14.1 SHOP DRAWINGS The Contractor shall provide signed and sealed electrical shop drawings by a professional electrical engineer for approval of the relocation and re-aiming of the existing tennis court sport lighting fixtures and electrical service to water coolers. The shop drawings shall include all necessary information according to local electrical codes in providing a complete operating system from the existing electrical panel. The shop drawings shall provide data showing the maximum foot candles the existing fixtures will provide at its new locations for tournament play. Shop drawings shall be submitted to the Parks and Recreation Department for approval. 43.2.14.2 RE-LAMP The Contractor shall re-lamp and clean lens of all existing lighting fixtures after relocating the light pole and fixtures to its new location. The City will provide the new lamps. 43.2.14.3 ELECTRICAL PERMIT The Contractor shall submit electrical drawings to City of Clearwater Planning and Development Services to obtain permits for installation of the electrical works. 43.2.14.4 POLES & FIXTURES The Contractor shall install three (3) new sixty foot (60') poles and fourteen (14) new fixtures. The City will purchase and provide the new poles and fixtures for the Contractor to install, any other miscellaneous items required to provide a complete operable system shall be provided by the Contractor. Attached with this specification are the photometric lumination charts for the eight-(8) tennis courts. This information is provided by Musco Sport Lighting, 1838 East Chester Drive, Suite #104, High Point, NC 27265, phone (336) 887-0770 fax (336) 887-0771. Contact Douglas A. Stewart. Contractor shall install the poles and fixtures based on the following information: SectionlV.doc Page 83 of 127 JP61r?2W 5 Attachment number 6 Page 157 of 352 Section IV - Technical Specifications Pole TI existing 5 fixture pole, remove one fixture and place on pole T5 Pole T2 existing 12 fixture pole, remove six fixtures and place on pole T5 Pole T3 existing 5 fixture pole, remove one fixture and place on pole T5 Pole T4 new pole with new seven fixtures and two circuits Pole T5 new pole w/existing sixteen fixtures (8 on one side and 8 on the other) and 2 circuits Pole T6 new pole with new seven fixtures and two circuits Pole T7 existing 5 fixture pole, remove two fixtures and place on pole T5 Pole T8 existing 12 fixture pole, remove four fixtures and place on pole T5 Pole T9 existing 5 fixture pole, remove two fixtures and place on pole T5 Light levels ended up at 58+ footcandles. Existing poles have concrete footing approximately one foot wide on all sides Contractor shall plan relocation light poles accordingly. 43.2.14.5 ELECTRICAL CONDUITS Existing electrical conduits are installed individually to the existing light pole, it is suggested the Contractor place electrical junction boxes at existing pole locations and utilize existing conduits. New conduits will be required for the three (3) new light poles and the Contractor shall include the cost for these electrical conduits in the relocating of the new light poles. 43.2.15 WATER COOLER 43.2.15.1 SHOP DRAWINGS The Contractor shall provide shop drawings for the installation of water cooler in the cabana area of the tennis courts, electrical, water and drainage submitted to the Parks and Recreation Department for approval. 43.2.15.2 WATER FOUNTAIN Basis for design: Halsey Taylor HOF Series - water cooler with sealed back panels, or equal. 43.2.16 DEMONSTRATION Instruct the Owner's personnel on proper operation and maintenance of court and equipment. 43.2.17 WARRANTY 43.2.17.1 EQUIPMENT The Contractor shall supply warranty cards and operation and maintenance manuals for all equipment to the Owner upon completion of construction of the project. 43.2.17.2 WARRANTY The Contractor shall warranty the courts, fencing, sidewalks and court accessories against defective materials and /or workmanship for a period of one (1) year from the date of completion. SectionlV.doc Page 84 of 127 ???I112?F "I 5 Attachment number 6 Page 158 of 352 Section IV - Technical Specifications 43.2.17.3 WARRANTY SUB-SURFACE IRRIGATION SYSTEM The Contractor shall warranty the sub-surface irrigation of the clay tennis courts for a period of two years from the day of completion. 44 WORK ZONE TRAFFIC CONTROL 44.1 CONTRACTOR RESPONSIBLE FOR WORK ZONE TRAFFIC CONTROL The Contractor shall be responsible to furnish, operate, maintain and remove all work zone traffic control associated with the Project, including detours, advance warnings, channelization, hazard warnings and any other necessary features, both at the immediate work site and as may be necessary at outlying points. 44.2 WORK ZONE TRAFFIC CONTROL PLAN The Contractor shall prepare a detailed traffic control plan designed to accomplish the level of performance outlined in the Scope of the Work and/or as may be required by construction permits issued by Pinellas County and/or the Florida Department of Transportation for the Project, incorporating the methods and criteria contained in Part VI, Standards and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations in the Manual on Uniform Traffic Control Devices published by the U.S. Department of Transportation and adopted as amended by the Florida Department of Transportation, or most recent addition. 44.2.1 WORK ZONE SAFETY The general objectives of a program of work zone safety is to protect workers, pedestrians, bicyclists and motorists during construction and maintenance operations. This general objective may be achieved by meeting the following specific objectives: • Provide adequate advance warning and information regarding upcoming work zones. • Provide the driver clear directions to understanding the situation he will be facing as he proceeds through or around the work zone. • Reduce the consequences of an out of control vehicle. • Provide safe access and storage for equipment and material. • Promote speedy completion of projects (including thorough cleanup of the site). • Promote use of the appropriate traffic control and protection devices. • Provide safe passageways for pedestrians through, in, and/or around construction or maintenance work zones. The 2004 Design Standards (DS), Index 600 "When an existing pedestrian way or bicycle way is located within a traffic control work zone, accommodation must be maintained and provision for the disabled must be provided. Only approved temporary traffic control devices may be used to delineate a temporary traffic control zone pedestrian walkway. Advanced notification of sidewalk closures and detours marked shall be provided by appropriate signs". 2004 Standard Specifications for Road and Bridge Construction SectionlV.doc Page 85 of 127 JP61r?2W 5 Attachment number 6 Page 159 of 352 Section IV - Technical Specifications 102-5 Traffic Control: 102-5.1 Standards: FDOT Design Standards (DS) are the minimum standards for the use in the development of all traffic control plans 44.3 ROADWAY CLOSURE GUIDELINES Roadway types: Major Arterials, Minor Arterials, Local Collectors, and Local Following are typical requirements to be accomplished prior to closure. The number of requirements increase with traffic volume and the importance of access. Road closures affecting business or sole access routes will increase in process requirements as appropriate. For all but local streets, no road or lane closures are allowed during the Christmas holiday season and the designated "Spring Break" season with prior approval by the City Engineer. 44.3.1 ALL ROADWAYS Obtain permits for Pinellas County and Florida Department of Transportation roadways. Traffic control devises conform to national and state standards. 44.3.1.1 PUBLIC NOTIFICATION Standard property owner notification prior to start of construction for properties directly affected by the construction process. 44.3.2 MAJOR ARTERIALS, MINOR ARTERIALS, LOCAL COLLECTORS Consult with City Traffic staff for preliminary traffic control options. Develop Formal Traffic Control Plan for Permit Submittal to Regulatory Agency as necessary. 44.3.2.1 PUBLIC NOTIFICATION Message Board Display, Minimum of 7-day notice period prior to road closure and maybe longer for larger highway. The message board is to be provided by the Contractor. 44.3.3 MAJOR ARTERIALS, MINOR ARTERIALS 44.3.3.1 PUBLIC NOTIFICATION C-View Release 44.3.4 MAJOR ARTERIALS 44.3.4.1 PUBLIC NOTIFICATION News Release The Message Board may need to be displayed for a period longer than 7 days. 44.4 APPROVAL OF WORK ZONE TRAFFIC CONTROL PLAN The Contractor is invited and encouraged to confer in advance of bidding, and is required, as a specification of the work, to confer in advance of beginning any work on the Project, with the Traffic Operations Division, Municipal Services Building, 100 South Myrtle Avenue, telephone 562-4750, for the purpose of approval of the Contractor's proposed detailed traffic control plan. SectionlV.doc Page 86 of 127 JP61r?2W 5 Attachment number 6 Page 160 of 352 Section IV - Technical Specifications All maintenance of traffic (MOT) plans shall be signed and sealed by a Professional Engineer or an individual who is certified in the preparation of MOT plans in the State of Florida. 44.5 INSPECTION OF WORK ZONE TRAFFIC CONTROL OPERATION The Traffic Operations Division may inspect and monitor the traffic control plan and traffic control devices of the Contractor. The City's Construction Inspector assigned to the project, may make known requirements for any alterations or adjustments to the traffic control devices. The Contractor shall take direction from the Project Engineer or Project Inspector. 44.6 PAYMENT FOR WORK ZONE TRAFFIC CONTROL Payment for work zone traffic control is a non-specific pay item to be included in the construction costs associated with other specific pay items unless specifically stated otherwise in the Scope of Work in these Technical Specifications and a bid item(s) is included for Work Zone Traffic Control in the proposal form. 44.7 CERTIFICATION OF WORK ZONE TRAFFIC CONTROL SUPERVISOR The City may require that the Supervisor or Foreman controlling the work for the Contractor on the Project have a current International Municipal Signal Association, Work Zone Traffic Control Safety Certification or Worksite Traffic Supervisor Certification from the American Traffic Safety Association with additional current Certification from the Florida Department of Transportation. This requirement for Certification will be noted in the Scope of Work and/or sections of these Technical Specifications. When the certified supervisor is required for the Project, the supervisor will be on the Project site at all times while work is being conducted. The Worksite Traffic Supervisor shall be available on a 24-hour per day basis and shall review the project on a day-to-day basis as well as being involved in all changes to traffic control. The Worksite Traffic Supervisor shall have access to all equipment and materials needed to maintain traffic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a 24-hour period. The Worksite Traffic Supervisor shall be available on the site within 45 minutes after notification of an emergency situation, prepared to positively respond to repair the work zone traffic control or to provide alternate traffic arrangements. Failure of the Worksite Traffic Supervisor to comply with the provisions of this Subarticle may be grounds for decertification or removal from the project or both. Failure to maintain a designated Worksite Traffic Supervisor or failure to comply with these provisions will result in temporary suspension of all activities except traffic and erosion control and such other activities deemed to be necessary for project maintenance and safety. 45 CURED-IN-PLACE PIPE LINING 45.1 INTENT It is the intention of this specification to provide for the trenchless restoration of sanitary sewer and storm pipes by the installation if a cured in place jointless, continuous, thermosetting resin impregnated polyester flexible felt liner which is watertight and chemically resistant to withstand SectionlV.doc Page 87 of 127 JP61r?2W 5 Attachment number 6 Page 161 of 352 Section IV - Technical Specifications exposure to domestic sewage including all labor, materials and equipment to provide for a complete, fully restored and functioning installation. 45.2 PRODUCT AND CONTRACTOR/INSTALLER ACCEPTABILITY The City requires that all contractors be prequalified. See General Conditions regarding contractor prequalification. In addition, the City requires a proven extensive tract record for the liner system to be used in this project. All contractors submitting for prequalification approval for this project must exhibit extensive satisfactory experience in the installation of the proposed liner system(s) and satisfactory evidence that the proposed liner system has been extensively and successfully installed in the Unites States and the State of Florida. The installer must be certified by the liner system manufacturer for installation of the liner system. The City reserves full and complete authority to approve the satisfactory nature of the both the liner system and the installer. 45.3 MATERIALS The liner shall be polyester fiber felt tubing saturated with a resin prior to insertion. Resin type and qualities shall be as specified by the manufacturer to obtain a cured liner with the following properties: Tensile Strength ASTM D638 3,000 psi Flexural Strength ASTM D790 4,500 psi Flexural Modulus of Elasticity ASTM D790 300,000 psi Long Term Modulus of Elasticity (50 Years) ASTM D2290 150,000 psi Liner shall meet strengths as shown in ASTM F1216 unless otherwise submitted and approved by the Engineer. Lining manufacturer shall submit to the Engineer for approval as requested, complete design calculations for the liner thickness. The criteria for liner design shall be HS-20 traffic loading, water table to the ground surface, minimum expected lifetime of 50 years, and no structural strength retained from the existing pipe. Liner materials shall meet manufactures specifications of Insituform of North America, Inc., 3315 Democrat Road, Post Office Box 181071, Memphis, Tennessee 38118; or InLiner USA 1900 N.W. 44th St., Pompano Beach Florida 33064, 305-979-0802, or an approved equal. Any approved equal liner system must be approved by the Engineer as an equal system prior to receiving bids. Request for contractor prequalification and/or equal liner system approval must be received by the Engineer no later than 14 days prior to the date for receiving bids. 45.4 CLEANING/SURFACE PREPARATION It shall be the responsibility of the Contractor to clean and prepare the existing pipes for rehabilitation. The Contractor will thoroughly clean the interior of the sewers to produce a clean interior surface free of all coatings, sand, rock, roots, sludge, or other deleterious materials prior to liner insertion. Bypass pumping will be provided by the Contractor as part of the unit cost of restoration. Bypass operations are to be so arranged as to cause minimum disruptions to local traffic, residents and particularly to commercial facilities. During the cleaning and preparation operations all necessary precautions shall be taken to protect the public, all property and the sewer from damage. All material removed from the sewers shall be the Contractor's responsibility for prompt disposal in accordance with all regulatory agency requirements. The Contractor may be required to control the rate of sewer cleaning in the sanitary system to avoid heavy pollution loads at the City's treatment plants. SectionlV.doc Page 88 of 127 JP61r?2W 5 Attachment number 6 Page 162 of 352 Section IV - Technical Specifications 45.5 TELEVISION INSPECTION After cleaning, and again after the rehabilitation work on each section of the project is completed, all pipe sections shall be visually inspected by means of closed-circuit color television, and recorded on DVD, CD VHS format tapes provided to the project engineer. The television system used shall be designed for the purpose and suitably lighted to provide a clear picture of the entire periphery of the pipe. 45.6 LINER INSTALLATION Liner shall be sized to field measurements obtained by the Contractor to provide for a tight fit on the interior of the existing pipe to be lined. Contractor shall use installation methods approved by the liner manufacturer including operations for inversion, heat curing and reconnection of laterals. The Contractor shall immediately notify the Engineer of any construction delays taking place during the insertion operation. Contractor shall maintain a reasonable backup system for bypass pumping should delays or problems with pumping systems develop. Liner entries at manholes shall be smooth, free of irregularities, and watertight. No pinholes, tears, cracks, thin spots, excessive wrinkling or other defects in the liner shall be permitted. Such defects shall be removed and replaced by the Contractor at his expense. 45.7 LATERAL RECONNECTION Sanitary laterals shall be reconnected as soon as possible to renew service. Laterals are to be reconnected by means of robotics, by internally cutting out the liner to 95% of the area of the original opening. All lateral reconnections are to be grouted to prevent leakage. Grouting method and material is to be approved by the Engineer. Any reconnections to laterals and connections to manholes which are observed to leak shall be resealed by the Contractor. All laterals discovered during the lining process are to be reconnected unless specifically directed otherwise by the City. The Contractor will be requested to reconnect any laterals discovered to not be reconnected at a later date. Contractor shall notify all local system users when the sanitary system will not be available for normal usage by the delivery of door hangers with appropriate information regarding the construction project. 45.8 TIME OF CONSTRUCTION Construction schedules will be submitted by the Contractor and approved by the Engineer. At no time will any sanitary sewer service connection remain inoperative for more than an eight-hour period without a service bypass being operated by the Contractor. In the event that sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair and property damage costs and claims. 45.9 PAYMENT Payment for sanitary sewer restoration shall be made per lineal foot including all preparation, bypass pumping, equipment, labor, materials, operations, restoration, lateral reconnection, etc, to provide a fully completed and operational sewer. Payment shall be measured from center of manhole to center of manhole for the sanitary systems and from end of pipe to end of pipe for storm systems. SectionlV.doc Page 89 of 127 JP61r?2W 5 Attachment number 6 Page 163 of 352 Section IV - Technical Specifications 46 SPECIFICATIONS FOR POLYETHYLENE SLIPLINING 46.1 MATERIALS 46.1.1 PIPE AND FITTINGS The pipe supplied under this specification shall be high performance, high molecular weight, high density polyethylene pipe (Driscopipe 1000) as manufactured by Phillips Driscopipe, Inc., Dallas, Texas and shall conform to ASTM D 1248 (Type III, Class C, Category 5, Grade P34) or approved equal. Minimum cell classification values shall be 345434C as referenced in ASTM D 3350 latest edition. If fittings are required, they will be supplied under this specification and shall be molded or manufactured from a polyethylene compound having a cell classification equal to or exceeding the compound used in the pipe. To insure compatibility of polyethylene resins, all fittings supplied under this specification shall be of the same manufacture as the pipe being supplied. 46.1.2 QUALITY CONTROL The resin used for manufacturer of the pipe shall be manufactured by the pipe manufacturer, thus maintaining complete control of the pipe quality. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties. The polyethylene resin used shall have all ingredients pre compound prior to extrusion of pipe, in plant blending is not acceptable. The Engineer may request, as part of the quality control records submittal, certification that the pipe produced is represented by the quality assurance testing. Additionally, test results from manufacturer's testing or random sampling by the Engineer that do not meet appropriate ASTM standards or manufacturer's representation, may be cause for rejection of pipe represented by the testing. These tests may include density and flow rate measurements from samples taken at selected locations within the pipe wall and thermal stability determinations according to ASTM D 3350, 10.1.9. 46.1.3 SAMPLES The owner or the specifying engineer may request certified lab data to verify the physical properties of the materials supplied under this specification or may take random samples and have them tested by an independent laboratory. 46.1.4 REJECTION Polyethylene pipe and fittings may be rejected for failure to meet any of the requirements of this specification. 46.2 PIPE DIMENSIONS Pipe supplied under this specification shall have a nominal IPS (Iron Pipe Size) O.D. unless otherwise specified. The SDR (Standard Dimension Ratio) of the pipe supplied shall be as specified by the Engineer, on the construction plans and/or the scope of work. SectionlV.doc Page 90 of 127 ???1 2(10 5 Attachment number 6 Page 164 of 352 Section IV - Technical Specifications 46.3 CONSTRUCTION PRACTICES 46.3.1 HANDLING OF PIPE Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking should be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe should be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. 46.3.2 REPAIR OF DAMAGED SECTIONS Segments of pipe having cuts or gouges in excess of 10% of the wall thickness of the pipe should be cut out and removed. The undamaged portions of the pipe shall be rejoined using the butt fusion joining method. 46.3.3 PIPE JOINING Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the butt fusion method and shall be performed by the manufacturer's representative and in strict accordance with the pipe manufacturer's recommendations. The butt fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements, alignment, and fusion pressures. 46.3.4 HANDLING OF FUSED PIPE Fused segments of pipe shall be handled so to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers should be avoided. Nylon slings are preferred. Spreader bars should be used when lifting long fused sections. Care should be exercised to avoid cutting or gouging the pipe. 46.4 SLIPLINING PROCEDURE 46.4.1 PIPE REQUIREMENTS AND DIMENSIONS The liner(s) to be slip lined into the existing storm sewer shall have the following sizes: 12-inch diameter liner (SDR 26) into 15-inch existing sewer. 16-inch diameter liner (SDR 26) into 18-inch existing sewer. 18-inch diameter liner (SDR 26) into 21-inch existing sewer. 211/2-inch diameter liner (SDR 32.5) into 24-inch existing sewer. 28-inch diameter liner (SDR 32.5) into 30-inch existing sewer. 34-inch diameter liner (SDR 32.5) into 36-inch existing sewer. 42-inch diameter liner (SDR 32.5) into 48-inch existing sewer. 46.4.2 CLEANING AND INSPECTION The existing line shall be cleaned of debris and other obstructions prior to TV inspections or insertion of the polyethylene liner. Cleaning can be accomplished with a high velocity cleaner, a bucket and scrapper, root saws, corkscrews, and rodding or balling units. The method used will be determined by the condition of the existing line. Final cleaning may be required prior to inserting the liner. SectionlV.doc Page 91 of 127 JP61r?2W 5 Attachment number 6 Page 165 of 352 Section IV - Technical Specifications 46.4.3 INSERTION SHAFT AND EXCAVATIONS All excavations shall conform to OSHA requirements and any additional requirements as set by the specifying engineer or his representative. Insertion shaft excavations shall coincide with points requiring removal of obstructions or shall be determined by the engineer. An entry slope grade of 2 1/2:1 maximum shall be used to provide a safe bending radius for the polyethylene. The bottom of the entry pit should provide a straight section for ease of entry of the liner into the existing pipe. The length of the level excavation should be at least twelve times the diameter of the liner being inserted. The width of the shaft should be as narrow as possible. The required width will depend on the location, type of soil, depth of the existing sewer line and the water table. 46.4.4 INSERTION OF THE LINER After completion of the access shaft, the top half of the existing sewer shall be broken or cut and removed for the full length of the access shaft. A fabricated pulling head shall be connected to the leading end of the liner pipe. A cable shall be connected to the pulling head so that the liner pipe can be pulled into the existing sewer. Power winches used for pulling in long lengths of polyethylene liner pipe shall be rated equal to the project requirements. Once started, the pulling operation should continue to completion. Insertion is normally done at about a slow walking speed. After insertion, a minimum of 12 hours shall be allowed for the liner pipe to reach equilibrium with the sewer temperature and to allow the liner pipe to stress relieve itself. The polyethylene liner pipe should protrude at least 6 inches into the manhole where it terminates. After the 12-hour equilibrium period, the annular space between the original pipe and the liner shall be pressure grouted. Said grouting must be from the bottom up to prevent air pockets from forming. Also the grout must be recommended for underwater application and have elastomeric properties. Products used shall be approved by the engineer. The liner shall not be displaced when the annular space is being filled. Spacers, inflatable plugs or other methods approved by the Engineer must be used to prevent displacement. The length of fused pipe that can be pulled will vary depending on field conditions, the ease of access to the area, and the working space available. 46.4.5 CONFIRMATION OF PIPE SIZES The Contractor shall be solely responsible to confirm all pipe sizes prior to ordering, fusing and installation of the liner. 46.4.6 UNDERDRAIN CONNECTIONS IF REQUIRED After the liner has been pulled into place, allowed to recover and sealed at the manholes, pipe connections okayed by the engineer shall be reconnected to the liner pipe. SectionlV.doc Page 92 of 127 ???1 2(10 5 Attachment number 6 Page 166 of 352 Section IV - Technical Specifications Pipe connections shall be connected by the use of a pre-fabricated polyethylene saddle. A neoprene gasket shall be installed between the saddle and the liner pipe so that a complete water seal is accomplished when the saddle is placed on the liner pipe and secured with stainless steel bands. 46.4.7 BACKFILLING All excavations shall be backfilied using on site materials or as specified by the engineer. Cost for backfilling of access shafts and underdrain connections shall be including in the unit price bid for sliplining and reconnection of service laterals. Before any excavation is done for any purpose, it will be the responsibility of the contractor to contact the various utility companies and to determine the locations of their facilities. It will be the responsibility of the contractor to provide adequate protection for utility facilities. Any temporary construction right of way and/or storage areas will be arranged for by the contractor. 46.4.8 POINT REPAIR The engineer or his representative will determine if a point repair is necessary only after it has been demonstrated that a liner pipe cannot be pulled through the existing pipe. Payment will be made for each repair. The contractor will be expected to remove the obstruction and clear the pipe. If removing the top of the existing pipe will accomplish the removal of the obstruction, the bottom of the existing pipe should remain in place to form a cradle for the liner. 46.4.9 CLEAN UP OPERATIONS All materials not used in the backfilling operation shall be disposed of off site by the contractor. Finish grading shall be required. In locations other than street right-of-ways, the surface shall be graded smooth and sodded with the same kind of grass as the existing lawn. Excavation points in street right-of-ways shall be repaired as specified by the engineer. 47 SPECIFICATIONS FOR POLYVINYL CHLORIDE RIBBED PIPE 47.1 SCOPE This specification designates general requirements for unplasticized polyvinyl chloride (PVC) plastic (spiral wound) pipe with integral wall bell and spigot joints for the conveyance of storm water. 47.2 MATERIALS All pipe and fittings shall be manufactured and tested in accordance with specification for "Poly (Vinyl Chloride) (PVC) Large Diameter Ribbed Gravity Storm Sewer Pipe and Fittings Based on Controlled Inside Diameter". The pipe and fittings shall be made of PVC plastic. 47.3 PIPE The bell shall consist of an integral wall section. The solid cross section fiber ring shall be factory assembled on the spigot. Sizes and dimensions shall be as shown in this specification. SectionlV.doc Page 93 of 127 JP61r?2W 5 Attachment number 6 Page 167 of 352 Section IV - Technical Specifications Standard laying lengths shall be 13 ft. + I inch. At manufacturer's option, random lengths of not more than 15% of total footage may be shipped in lieu of standard lengths. 47.4 JOINING SYSTEM Joints shall be either an integral bell gasketed joint. When the joint is assembled according to manufactures recommendation it will prevent misalignment of adjacent pipes and form a silt tight joint. 47.5 FITTINGS All fittings and accessories shall be as manufactured and furnished by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 48 GUNITE SPECIFICATIONS 48.1 PRESSURE INJECTED GROUT Pressure injected grout shall be of cement and water and shall be proportioned generally in the ratio of 1.5 (one and one half) cubic foot (one and one half bags) of cement to I (one) cubic foot (7.50 gal.) of water. This mix shall be varied as the grouting proceeds as is necessary to provide penetration in the operator's judgment. Cement shall be Portland Cement conforming to all of the requirements of the American Society for Testing Materials Standard Specifications, latest edition serial designation C150 for Portland Cement, Type I. Portland Cement shall weigh not less than 94 pounds per cubic foot. Water used in the grout shall be fresh, clean and free from injurious amounts of oil, alkali, vegetable, sewage and/or organic matter. Water shall be considered as weighing 8.33 pounds per gallon. Grout pump shall be of the positive displacement type and shall be capable of producing adequate pressure to penetrate the area. All pressure grouting will be at the direction of the Engineer. 48.2 REHABILITATION OF CORRUGATED METAL PIPE WITH GUNITE Guniting shall conform to all requirements of "Specifications for Materials, Proportioning, and Application of Shotcrete (ACI 506.2 77)" published by the American Concrete Institute, Detroit, Michigan, except as modified by those specifications. Steel reinforcement shall be incorporated in the Gunite as required and shall be furnished, bent, set and placed in accordance with the provisions of these specifications. The purpose of this specification is to obtain a dense and durable concrete having the specified strength. 48.3 COMPOSITION Gunite shall be composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. SectionlV.doc Page 94 of 127 JP61r?2W 5 Attachment number 6 Page 168 of 352 Section IV - Technical Specifications 48.4 STRENGTH REQUIREMENTS Concrete ingredients shall be selected, proportioned in such a manner as will produce concrete which will be extremely strong, dense and resistant to weathering, and abrasion. Concrete shall have a minimum 28-day strength of 4,000 psi. 48.5 MATERIALS Portland Cement: Cement shall be Portland cement conforming to all of the requirements of the American Society for Testing Materials Standard Specifications, Latest Serial Designation C150 for Portland Cement, Type I. A bag of cement shall be deemed to weigh not less than 94 pounds per cubic foot. Fine Aggregate: Fine aggregate shall be natural siliceous sand consisting of hard, clean, strong, durable and uncoated particles, conforming to the requirements of American Society for Testing Materials Standard Specifications, Latest Serial Designation C33 for Concrete Aggregates. Fine aggregate shall not contain less than 3% nor more than 6% of moisture. Fine aggregate shall be evenly graded from fine to coarse and shall be within the following limits: Passing No. 3/8 Sieve 100% Passing No. 4 Sieve 95% to 100% Passing No. 8 Sieve 80% to 100% Passing No. 16 Sieve 50% to 85% Passing No. 30 Sieve 25% to 60% Passing No. 50 Sieve 10% to 30% Passing No. 100 Sieve 2% to 10% 48.6 WATER Water used in mixing, at the nozzle shall be fresh, clean, and free from injurious amounts of oil, acid, alkali, vegetable, sewage, and/or organic matter. Water shall be considered as weighing 8.33 pounds per gallon. 48.7 REINFORCEMENT Steel mesh reinforcement shall be electrically welded, cold drawn, mild steel fabric conforming to the latest requirements of ASTM Standard Specifications, Serial Designation A 185 for Welded Steel Wire Fabric for Concrete Reinforcement. Mesh can be fabricated from cold drawn steel wire conforming to the requirements of the latest ASTM Standard Specifications, Serial Designation A 82 and sized as shown on Plans Page 7 of 7. 48.8 STORAGE OF MATERIALS Cement shall be stored with adequate provisions for the prevention of absorption of moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. Aggregate shall be stockpiled at points selected to provide maximum drainage and to prevent the inclusion of any foreign material during rehandling. SectionlV.doc Page 95 of 127 ???1 2(10 5 Attachment number 6 Page 169 of 352 Section IV - Technical Specifications 48.9 SURFACE PREPARATION Unsound materials of construction and all coated, scaly, or unsound concrete in manholes and inlets, shall be removed by chipping with pneumatic hammers and chisels to sound surface, all cracks and cavities shall be chipped to such formation that their sides form approximately a 45 degree angle to the exposed surface for at least one (1) inch in depth. All areas to receive pneumatic concrete shall be cleaned by flushing or scouring with water and compressed air jets to assure removal of all loose particles. All areas of existing surfaces that do not require chipping shall be given a wet sandblasting with the gunite equipment and the air pressure at the cement gun shall not be less than 50 psi. Surface preparation of existing metal surface of a corrugated pipe shall be lightly sandblasted to remove loose material. All sandblasted areas shall then be cleaned by a air/water blast to remove all particles from the cleaning operation. To insure perfect bond, the newly sandblasted surface shall be thoroughly moistened with water prior to application of gunite. In no instance shall gunite be applied in an area where free running water exists. 48.10 PROPORTIONING Prior to start of guniting the Contractor shall submit to the Owner the recommended mix as a ratio of cement to aggregate. Recommended mix shall be on the basis of test data from prior experience. Provided data submitted is adequate no further testing of recommended mix will be required. If required, the Contractor shall provide all equipment necessary to control the actual amounts of all materials entering into the concrete. The types of equipment and methods used for measuring materials shall be subject to approval. 48.11 MIXING Gunite shall be thoroughly mixed by machine and then passed through a sieve to remove all large particles before placing in hopper of the cement gun. The mixture shall not be permitted to become damp. Each batch should be entirely discharged before recharging is begun. The mixer should be cleaned thoroughly enough to remove all adherent materials from the mixing vanes and from the drum at regular intervals. Water in any amount shall not be added to the mix before it enters the cement gun. Quantities of water shall be controlled by a valve at the nozzle of the gun. Water content shall be adjusted as required for proper placement, but shall in no case exceed four gallons of water per sack of cement, including the water contained in the aggregate. Remixing or tempering shall not be permitted. Mixed material that has stood 45 minutes without being used shall be discarded. Rebound materials shall not be reused. 48.12 APPLICATION Gunite shall not be placed on a frozen surface nor during freezing weather. Gunite shall not be placed when it is anticipated that the temperature during the following 24 hours will drop below 32 degrees, Fahrenheit. Sequence of application may be from bottom to top or vice versa if rebound is properly removed. Corners shall be filled first. "Shooting" shall be from an angle as near perpendicular to the SectionlV.doc Page 96 of 127 JP61r?2W 5 Attachment number 6 Page 170 of 352 Section IV - Technical Specifications surface as practicable, with the nozzle held approximately 3 feet from the work (except in confined control). If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs result, the nozzleman shall direct the nozzle away from the work until the faulty conditions are corrected. Such defects shall be replaced as the work progresses. Guniting shall be suspended if: 1. Air velocity separates the cement from the sand at the nozzle. 2. Temperature approaches freezing and the newly placed gunite cannot be protected. Gunite shall be applied in one or more layers to such total thickness as required to restore the area as detailed over the original lines of the adjoining surface, unless other wise specified. All cavities, depressions, washouts and similar failures shall be rebuilt to original lines by use of gunite reinforced with wire mesh. Where the cavity exceeds 4 inches in depth a layer of mesh shall be used for each 3 inches of depth of gunite. In no case shall wire mesh be placed behind existing reinforcement. The time interval between successive layers in sloping vertical or overhanging work must be sufficient to allow initial but not final set to develop. At the time the initial set is developing, the surface shall be cleaned to remove the thin film of laitance in order to provide a perfect bond with succeeding applications. 48.13 CONSTRUCTION JOINTS Construction joints or day's work joints shall be sloped off to a thin, clean, regular edge, preferably at a 45-degree slope. Before placing the adjoining work, the slope portion and adjacent gunite shall be thoroughly cleaned as necessary, then moistened and scoured with an air j et. 48.14 SURFACE FINISH Nozzleman shall bring the gunite to an even plane and to well formed corners by working up to ground wires or other guides, using lower placing velocity than normal. After the body coat has been placed, the surface shall be trued with a thin edge screed to remove high areas and expose low areas. Low areas shall be properly filled with concrete to insure a true, flat surface. After the concrete surface has been trued, the entire surface shall be given a flashcoat finish except where a special type finish is specified on the drawings. 48.15 CURING Curing shall be in accordance with either paragraph 3.7.1(d) or paragraph 3.7.5. ofACI 506.2 77 depending upon atmospheric condition. 48.16 ADJACENT SURFACE PROTECTION During progress of the work, where appearance is important, adjacent areas or grounds which may be permanently discolored, stained, or otherwise damaged by dust and rebound, shall be adequately protected sensitive areas, when contacted, shall be cleaned by early scraping, brushing or washing, as the surroundings permit. SectionlV.doc Page 97 of 127 JP61r?2W 5 Attachment number 6 Page 171 of 352 Section IV - Technical Specifications 48.17 INSPECTION Because of the importance of workmanship affecting the quality of the gunite, continual inspection during placing shall be maintained. Any imperfections discovered shall be cut out and replaced with sound material. 48.18 EQUIPMENT Cement Gun: The mixing and delivering equipment shall be either the vertical double chamber type or rotary type. The upper chamber of the double chamber type shall receive and pressurize the dry mix and deliver it to the lower chamber. The lower chamber shall force the pressurized mix into the delivery hose by means of a feed wheel. The type of feeder utilized should be of sufficient capacity that the lower chamber may continuously furnish all required material to the delivery hose while the upper chamber receives the recharge. The rotary type cement gun shall have an enlarged hopper to feed material into a rotating multiported cylinder. Material shall fall by gravity into a port which shall then be rotated to a position in which the material is expelled by air into a moving stream of air. All equipment must be kept in good repair. The interior of drums, feed gearing and valves shall be cleaned as often as necessary (at least once every 8 hour shift) to prevent material from caking on critical parts. Nozzle: Nozzle shall be the premixing type with perforated water feed ring inside the nozzle. The maximum length of material hose for the application of gunite shall be approximately 150 feet although it shall be permissible to use as much as 800 feet of material hose if the supply air pressure measured at the cement gun is increased to maintain proper velocity. The following table gives requirements for compressor size, hose size and air pressure using 150 feet of material hose: Comp. Cap (cfm) Max. Hose Dia. (In.) Max. Size Nozzle (In.) Min. Air Press. (psi) 365 15/8 1 5/8 60 600 2 2 80 750 21/2 2 1/2 90 For each 25 feet of material hose used in excess of 150 feet, the required air pressure shall be increased by 5 psi. Air Compressor: Any standard type of compressor shall be satisfactory if it is of sufficient capacity to provide, without interruption, the pressures and volume of air necessary for the longest hose delivery. The air compressor capacity determinations shall include allowances made for the air consumed in blowing rebound, cleaning, reinforcing and for incidental uses. Compressor equipment shall be of such capacity so as to insure air pressures at the special mixer capable of producing the required material velocities. Water Supply: The water pressure at the discharge nozzle should be sufficiently greater than the operating air pressure to assure the water is intimately mixed with the other materials. If the line water pressure is inadequate, a water pump or pressurized tank shall be introduced into the line. The water pressure shall be uniformly steady (nonpulsating). SectionlV.doc Page 98 of 127 JP61r?2W 5 Attachment number 6 Page 172 of 352 Section IV - Technical Specifications 49 SANITARY AND STORM MANHOLE LINER RESTORATION 49.1 SCOPE AND INTENT It is the intent of this portion of the specification to provide for the structural rehabilitation of manhole walls and bases with solid preformed liners and made-in-place liner systems used in accordance with the manufacturer's recommendations and these specifications. In addition to these specifications, the Contractor shall comply with manufacturer's instructions and recommendations for work. Purpose of work is to eliminate infiltration, provide corrosion protection, repair voids and to restore the structural integrity of the manhole. For any particular system the Contractor will submit manufacturer's technical data and application instructions. All OSHA regulations shall be met. 49.2 PAYMENT Payment for liners shall be per vertical foot of liner installed from the base to the top of the installed liner. Liners will generally be installed to the top of existing or new corbels. No separate payment will be made for the following items and the cost of such work shall be included in the pay item per linear foot of liner: Bypass pumping; Traffic Control; Debris Disposal; Excavation, including necessary pavement removal; Shoring and/or dewatering; Structural fill; Backfill and compaction; Grout and mortar; Brick; Resetting of the manhole ring and cover; Pipe extensions and connectors necessary to the installation; Replacement of unpaved roadway and grass or shrubbery plot; Replacement of roadway base and asphalt surface; and Appurtenant work as required for a complete and operable system. 49.3 FIBERGLASS LINER PRODUCTS 49.3.1 MATERIALS 49.3.1.1 LINERS Liners shall be fiberglass engineered to meet or exceed AASHTO H 20 loading of 16,000 pound vertical wheel load. Manhole liners are to be of the integral corbel design unless otherwise stipulated. Manhole liners are to be as large in diameter as will fit into the existing manhole. The contractor shall measure the existing manhole immediately prior to ordering materials and is solely responsible for the fitting of the liner. Contractor will be required to submit factory certification for fiberglass liners. The manhole liner shall meet all requirements of ASTM D 3753. 49.3.1.2 MORTAR Mortar shall be composed of one part Portland Cement Type I and between two and three parts clean, well graded sand, 100% of which shall pass a No. 8 sieve. 49.3.1.3 GROUTING Grouting shall be a concrete slurry of four bags of Portland Cement Type II per cubic yard of clean, well graded sand. SectionlV.doc Page 99 of 127 ???1 2(10 5 Attachment number 6 Page 173 of 352 Section IV - Technical Specifications 49.3.2 INSTALLATION AND EXECUTION Excavate an area around the top of the existing manhole sufficiently wide and deep for the removal of the manhole ring and corbel section. Remove the frame and cover and corbel section without damaging the existing manhole walls. Care is to be taken not to allow brick or soil to fall into the existing manhole. Remove or reinsert loose brick which protrude more than one inch from the interior wall of the manhole and which could interfere with the insertion of the fiberglass liner. If the shelf of the manhole invert is not level around the perimeter, form a flat shelf with mortar. Cut the liner to the proper length. Cutouts in the manhole shall be made to accommodate existing inlet and outlet pipes, drops and cleanouts. Lower the liner into the existing manhole and set the bottom of the liner into quick setting grout. Obtain a good bottom seal to prevent the loss of grout from the annular space between the outside of the liner and the inside wall of the existing manhole. Set the liner as nearly vertically as possible. Pour six inches of quick setting grout above the initial bottom seal in the annular void to insure an adequate bottom seal. Bridge the gap from drops, laterals, force mains, cleanouts and all existing piping between the existing manhole wall and the new manhole liner with P.V.C. pipe. Use quick setting mortar to seal the area around the manhole liner and piping. Fill the annular space between the manhole liner and the existing manhole interior walls with grout. Care must be taken not to deflect the manhole liner due to head pressure. Set the existing manhole ring and cover using brick to make elevation adjustments as needed. Observe watertightness and repair any visible leakage. Backfill around the new liner and compact the backfill. Sod the disturbed area. Match existing sod. Where manholes fall in paved areas, disturbed base shall be replaced twice the original thickness and compacted in 8" layers. Asphalt shall be replaced with 1 1/2" of Pinellas County Type II surface. 49.4 STRONG SEAL MS-2 LINER PRODUCT SYSTEM This specification shall govern all work to spray apply a monolithic fiber reinforced cementitious liner to the wall and bench surfaces of brick, concrete or any other construction material; Strong Seal MS 2 product. Described are procedures for manhole preparation, cleaning, application and testing. The applicator must be approved, trained and certified as having successfully completed factory training. The applicator/contractor shall furnish all labor, equipment and materials for applying the Strong Seal MS 2 product directly to the contour of the manhole to form a structural cementitious liner of a minimum 1/2" thickness using a machine specially designed for the application. All aspects of the installation shall be in accordance with the manufacturer's recommendations and with the following specifications which includes: 1. The elimination of active infiltration prior to making the application. 2. The removal of any loose and unsound material. SectionlV.doc Page 100 of 127 JP61r?2W 5 Attachment number 6 Page 174 of 352 Section IV - Technical Specifications 3. The spray application of a pre blended cementitious mix to form a monolithic liner in a 2 coat application. 49.4.1 MATERIALS 49.4.1.1 PATCHING MIX Strong Seal shall be used as a patching mix according to the manufacturer's recommendations and shall have the following minimum requirements: 1. Compressive Strength (ASTM C-109) 15 min., 200 psi 6 hrs., 1,400 psi 2. Shrinkage (ASTM C-596) 28 days, 150 psi 3. Bond (ASTM C-952) 28 days, 150 psi 4. Cement Sulfate resistant 5. Density, when applied 105 +/- 5 pcf 49.5 INFILTRATION CONTROL Strong Plug shall be used to stop minor water infiltration according to the manufacture's recommendations and shall have the following minimum requirements: 1. Compressive strength (ASTM C-109) - 600 psi, 1 hr.; 1000 psi 24 hrs. 2. Bond (ASTM C-952) - 30 psi, 1 hr.; 80 psi, 24 hrs. 49.6 GROUTING MIX Strong-Seal Grout shall be used for stopping very active infiltration and filling voids according to the manufacture's recommendations. The grout shall be volume stable, and have a minimum 28 day compressive strength of 250 psi and a 1 day strength of 50 psi. 49.7 LINER MIX Strong Seal MS 2 shall be used to form the monolithic liner covering all interior manhole surfaces and shall have the following minimum requirements at 28 days: 1. Compressive strength (ASTM C 109) 3,000 psi 2. Tensile strength (ASTM C 496) 300 psi 3. Flexural strength (ASTM C 78) 600 psi 4. Shrinkage (ASTM C 596) 0% at 90% R.H. 5. Bond (ASTM C 952) 130 psi 6. Density, when applied 105 + pcf Product must be factory blended requiring only the addition of water at the Job site. Bag weight shall be 50 51 pounds and contents shall have dry bulk density of 54 to 56 pounds per cubic foot. Fiberglass rods which are contained in the product shall be alkaline resistant and shall be 1/2" to 5/8" long with a diameter of 635 to 640 microns. Products shall, in the un mixed state, have a lead content not greater than two percent (2%) by weight. SectionlV.doc Page 101 of 127 JP61r?2W 5 Attachment number 6 Page 175 of 352 Section IV - Technical Specifications Strong Seal MS 2C shall be made with Calcium Aluminate Cement and shall be used according to the manufacturer's recommendations in applications where there is evidence of severe sulfide conditions. Product must be factory blended requiring only the addition of water at job site. Bag weight shall be 50-51 pounds and contents must have a dry bulk density of 50 56 pounds per cubic foot. Cement content must be 65%-75% of total weight of bag. One bag of product when mixed with correct amount of water must have a wet density of 95 108 pounds per cubic foot and must yield a minimum of .67 cubic foot of volume. Fiberglass rods must be alkaline resistant with rod lengths not less than 1/2" in length nor greater than 5/8" in height. Product shall not include any basic ingredient that exceeds maximum allowable EPA limit for any heavy metal. Manufacturer must provide MSDS sheets for product(s) to be used in reconstruction process. A two coat application of liner material will be required (no exceptions) with the first coat rough troweled to force materials into cracks and crevices to set the bond. The second coat to be spray applied to assure minimum 1/2" thickness after troweling or brush finishing to a relatively smooth finish. 49.8 WATER Shall be clean and potable. 49.9 OTHER MATERIALS No other material shall be used with the mixes previously described without prior approval or recommendation from the manufacturer. 49.10 EQUIPMENT A specially designed machine consisting of an optimized progressive cavity pump capable of producing a minimum of 250 psi pumping pressure, contra blend mixer with twin ribbon paddles with discharge, and an air system for spray application of product. Equipment must be complete with water storage and metering system. Mixer and pump is to be hydraulically powered. Equipment is to be mounted to heavy duty construction tandem axle road worthy trailer complete with electric brakes and running lights. Internal combustion engine must be included to power the hydraulic system and air compressor. 49.11 INSTALLATION AND EXECUTION 49.11.1 PREPARATION 1. Place boards over inverts to prevent extraneous material from entering the sewer lines and to prevent up stream line from flooding the manhole. 2. All foreign material shall be removed from the manhole wall and bench using a high pressure water spray (minimum 1,200 psi). Loose and protruding brick, mortar and SectionlV.doc Page 102 of 127 JP61r?2W 5 Attachment number 6 Page 176 of 352 Section IV - Technical Specifications concrete shall be removed using a mason's hammer and chisel and/or scraper. Fill any large voids with quick setting patching mix. 3. Active leaks shall be stopped using quick setting specially formulated mixes according to the manufacturer's recommendations. Some leaks may require weep holes to localize the infiltration during the application after which the weep holes shall be plugged with the quick setting mix prior to the final liner application. When severe infiltration is present, drilling may be required in order to pressure grout using a cementitious grout. Manufacturer's recommendations shall be followed when pressure grouting is required. 4. Any bench, invert or service line repairs shall be made at this time using the quick setting mix and following the manufacturer's recommendations. 5. After all preparation has been completed, remove all loose material. 49.11.2 MIXING For each bag of product, use the amount of water specified by the manufacturer and mix using the Spray Mate Model 35C or 35D equipment for 30 seconds to a minute after all materials have been placed in the mixing hopper. Place the mix into the holding hopper and prepare another batch with timing such that the nozzleman can spray in a continuous manner without interruption until each application is complete. 49.11.3 SPRAYING The surface, prior to spraying, shall be damp without noticeable free water droplets or running water. Materials shall be sprayed, applied to a minimum uniform thickness to insure that all cracks, crevices and voids are filled and a somewhat smooth surface remains after light troweling. The light troweling is performed to compact the material into voids and to set the bond. Not before the first application has begun to take an initial set (disappearance of surface sheen which could be 15 minutes to 1 hour depending upon ambient conditions) is the second application made to assure a minimum total finished thickness of 1/2 inch. The surface is then troweled to a smooth finish being careful not to over trowel so as to bring additional water to the surface and weaken it. A brush finish may be applied to the finished coat to remove trowel marks. Manufacturer's recommendation shall be followed whenever more than 24 hours have elapsed between applications. The wooden bench covers shall be removed and the bench is sprayed such that a gradual slope is produces from the walls to the invert with the thickness at the edge of the invert being no less than 1/2 inch. The wall bench intersection shall be rounded to a uniform radius, the full circumference of the intersection. The final application shall have a minimum of four (4) hours cure time before being subjected to active flow. 49.11.4 PRODUCT TESTING At some point during the application, at least four (4) 2 inch cubes may be prepared each day or from every 50 bags of product used, identified and sent, in accordance with the Owner's or Manufacturer's directions, for compression strength testing as described in ASTM C 109. 49.11.5 CURING Ambient manhole conditions are adequate for curing so long as the manhole is covered. It is imperative that the manhole be covered as soon as possible after the application has been completed. SectionlV.doc Page 103 of 127 ???1 2(10 5 Attachment number 6 Page 177 of 352 Section IV - Technical Specifications 49.11.6 MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. The manhole shall pass if the time is greater than sixty (60) seconds for forty eight (48) inch diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy two (72) inch diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 49.12 INNERLINE ENVIRONMENTAL SERVICES LINER PRODUCT SYSTEM 49.12.1 SCOPE Materials and application procedures for manhole rehabilitation for the purpose of restoring structural integrity, providing corrosion resistance, and stopping infiltration by means of: Hydraulic grouting, where required, as a preliminary measure to stop high volume infiltration 2. Hydrophilic grouting (positive side waterproofing), where required, as follows: a. Hydrophilic foam-injected through wall of manhole to fill voids and/or b. Hydrophilic gel-injected through wall of manhole to stop active leaks 3. Cementitious waterproofing with crystallization (negative side waterproofing) 4. Calcium aluminate cement lining, minimum of 1/2 inch 5. Epoxy coating, minimum of 30 dry mils 49.12.2 MATERIALS 49.12.2.1 REPAIRING CEMENT A quick setting hydraulic cement compound shall be used to plug all visible minor leaks and to instantly stop major leaks, so that further waterproofing processes may proceed unhindered. The repairing cement shall be nonshrinking, nonmetallic, and noncorrosive. The compound shall have the following properties: Set Time Tensile Strength ASTM C 307 Compressive Strength ASTM -C 109 1-3 minutes 1 day 510 psi 3 days 745 psi 28 days 855 psi 1 day 3,125 psi 7 days 7,808 psi 28 days 9,543 psi SectionlV.doc Page 104 of 127 JP61r?2W 5 Attachment number 6 Page 178 of 352 Section IV - Technical Specifications Flexural Strength ASTM C 78 1 day 410 psi 3 days 855 psi 28 days 1,245 psi 49.12.2.2 HYDROPHILIC GROUTING Based on conditions found in and around the manhole, the applicator shall pressure inject either one or both of the following materials: An expansive foam grout shall be used to stop major intrusion of water and fill cracks in and voids behind the structure's surface. Physical properties are as follows: Tensile Strength 380 psi ASTM D 3574-86 Elongation 400% ASTM D 3574-86 Bonding Strength 250-300 psi 2. A hydrophilic gel grout shall be used for soil stabilization behind the manhole-to prevent seepage, to provide a damming effect, and to place a hydrostatic barrier around exterior of manhole. Physical properties are as follows: Density 8.75-9.17 lbs/gal ASTM D-3574 Tensile Strength 150 psi ASTM D- 412 Elongation 250% ASTM D-3574 Shrinkage Less than 4% ASTM D-1042 Toxicity Non Toxic 49.12.2.3 WATERPROOFING A waterproofing component based on the crystallization process shall be applied. The system combines cementitious and silicate based materials that are applied to negative side surfaces to seal and stop leakage caused by hydrostatic pressure. A combination of five coats (using three components-two powders and a special liquid) react with moisture and the constituents of the substrate to form the crystalline structure. It becomes an integral part of the structure and blocks the passage of water. With moisture present, the crystallization process will continue for approximately six months. Upon completion the color will be light grey. Physical properties are as follows: Slant/Shear bond Strength to Calcium Aluminate Cement ASTM (to be given) Tensile Strength (7 day cure) ASTM C 190 Permeability (3 day cure) CRD 48 55 49.12.2.4 CEMENT LINING 1,200 1,800 psi 380 psi (2.62 MPa) 325 psi (2.24 MPa) at 100% RH at 50% RH 8.1x10 llcm/sec to 7.6x10 cm/sec A self bonding calcium aluminate cement shall be applied to restore structural integrity and provide corrosion resistance qualities. The cement (before adding fibers) shall have the following properties: I Calcium Aluminate Cement 12 Hrs 24 Hrs 7 Days 28 Days SectionlV.doc Page 105 of 127 JP61r?2W 5 Attachment number 6 Page 179 of 352 Section IV - Technical Specifications Astm C 495 Compressive Strength, Psi 7000 11000 12000 13000 Astm C 293 Flexural Strength, Psi 1000 1500 1800 2000 Astm C 596 Shrinkage At 90% Humidity <0.04 <0.06 <0.08 Astm C 666 Freeze-Thaw Aft 300 Cycle No Damage Astm C 990 Pull - Out Strength 200 - 230 Psi Tensile Astm C 457 Air Void Content (7 Days) 3% Astm C 497 Porosity/Adsorption Test 4-5% Modules of Elasticity: 7.10 X 10 PSI after 24 Hrs moist curing at 68 F. The calcium aluminate cement shall be reinforced with inert fibers which comply with ASTM C 1116 and ASTM C 1018, added at the rate of one pound per cubic yard of concrete. The mixture shall be applied to a thickness of at least one half inch, but no greater than two inches. It will have a dark grey color. 49.12.2.5 EPOXY COATING A high build, flexible waterproofing epoxy shall be applied to a minimum of 30 dry mils. This epoxy will seal structure from moisture and provide protective qualities to the surface, including excellent resistance to chemical attack and abrasion. The epoxy shall be 100% solids, can be applied to damp surfaces, cures to a the like finish, is easy to clean, and has no toxic fumes. Its uses include sewage treatment plants and other sewer structures. The epoxy shall have the following properties at 75 degrees F: Mixing Ratio (Parts A:B), by volume 1:1 Color (other colors available on request) Light Gray Pot Life, hrs 1 Tensile Strength, psi, min 2,000 Tensile Elongation, % 10 -20 Water Extractable Substances, mg./sq. in., max 5 Bond Strength to Cement (ASTM 882) psi 1,800 49.12.2.6 CHEMICAL RESISTANCE Alcohols, Trichloroethylene, Nitric Acid (3%), Jet Fuels, Water, Sulfuric Acid (3% 10%), MEK, Wine, Butyl Acetate, Beer, Lactic Acid (3%), Gasoline, Corn Oil, Aluminum Sulfate, Paraffin Oil, Vegetable Juice, Sodium Chloride, Motor Oil, Hydrochloric Acid (3%), and many others. 49.12.3 INSTALLATION AND EXECUTION 49.12.3.1 PROCEDURAL OVERVIEW Work shall proceed as follows: 1. Remove rungs (steps), if desired by client. 2. Clean manhole and remove debris. a. Plug lines and/or screen out displaced debris. b. Apply acid wash, if necessary, to clean and degrease. c. Hydroblast and/or sand blast structure. SectionlV.doc Page 106 of 127 JP61r?2W 5 Attachment number 6 Page 180 of 352 Section IV - Technical Specifications d. Remove debris from work area. 3. Repair minor defects in walls, benches, and inverts, as required, with repairing cement. (Note: Major structural repairs, such as rebuilding of benches, will also be made as required by client. 4. Inject hydrophilic grout through all surfaces, as needed, to eliminate infiltration. 5. Apply cementitious/crystallization waterproofing agents to all surfaces, repeating steps as needed. 6. Spray and/or hand apply calcium aluminate cement lining to all surfaces. 7. Spray apply epoxy coating to all surfaces. NOTE: Steps 1-5 shall be executed consecutively with minimal delays; calcium aluminate (Step 6) shall require a cure time of at least twenty-four hours for needed adhesion of epoxy (Step 7) to cement lining. 49.12.3.2 PREPARATION An acid wash shall be used (if needed) to clean and degrease. Then, if the client desires, the rungs shall be removed. Next, the entire structure is thoroughly water and/or sand blasted to remove any loose or deteriorated material. Care shall be taken to prevent any loose material from entering lines and other areas by either plugging the lines ( where feasible) or inserting protective screens. 49.12.3.3 STRUCTURAL REPAIR Hand place or spray apply hydraulic cement material as necessary to prepared surface to fill cracks and voids in structure. Allow twenty (20) minutes before applying waterproofing/crystallization. 49.12.3.4 INFILTRATION CONTROL Pressure injection of hydrophilic gel and hydrophilic foam. 1. Drill 5/8" holes through active leaking surface. 2. Install all zert fittings, as recommended by manufacturer. 3. Inject material until water flow stops. 4. Remove fittings (if necessary). 49.12.3.5 WATERPROOFING/CRYSTALLIZATION PROCESS 1. Apply a slurry coat of powder #1 to moist wall using a stiffbrush, forming an undercoat. 2. Apply dry powder #2 to slurry coat by hand. 3. Brush or spray on sealing liquid during the application to penetrate and initiate the crystal forming process. 4. Repeat steps 2 and 3, until there are no visible leaks. 5. Apply powder #1 as an overcoat. 6. Allow one (1) hour to cure before applying cement lining. SectionlV.doc Page 107 of 127 JP61r?2W 5 Attachment number 6 Page 181 of 352 Section IV - Technical Specifications 49.12.3.6 CEMENT LINING 1. Dampen surface. 2. Mix material in mixer as recommended for spray or hand trowel application. 3. Apply cement until required build up of at least one half inch (and no more than 2 inches) has been achieved. 4. Trowel to smooth finish, restoring contours of manhole. 5. Texture brush surface to prepare for epoxy finish. 6. Allow for a 24-hour cure time prior to epoxy coating. NOTE: If conditions of heavy humidity prevail, a dry air blower shall be used to facilitate curing times. 49.12.3.7 EPOXY COATING Spray apply epoxy coating using airless spraying equipment until surface is visibly covered and a thickness of at least 30 mils has been achieved. Manhole may be safely entered after six (6) hours, as epoxy will be hardened. Full cure strength will be achieved at forty eight (48) hours. 49.12.3.8 CLEAN UP The work crew shall remove all debris and clean work area. 49.12.3.9 MANHOLE TESTING AND ACCEPTANCE Manhole may be vacuum tested from the top of manhole frame to the manhole base. All pipes entering the manhole shall be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturers' recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine (9) inches. The manhole shall pass if the time is greater than sixty (60) seconds for forty eight (48) inch diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy two (72) inch diameter manholes. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. Tests shall be performed by the Contractor under the direction of the Project Engineer. 49.12.3.10 WARRANTY All materials and workmanship shall be warranted to the Owner for a period of five (5) years, provided that all the above mentioned repair steps are used. 50 PROJECT INFORMATION SIGNS This article deleted. See SECTION III, ARTICLE 23 - PROJECT INFORMATION SIGNS. 51 IN-LINE SKATING SURFACING SYSTEM 51.1 SCOPE 1. These specifications pertain to the application of the Plexiflor Color Finish System over recreational areas intended for In-Line Skating activities. The materials specified in the SectionlV.doc Page 108 of 127 JP61r?2W 5 Attachment number 6 Page 182 of 352 Section IV - Technical Specifications site plans shall be of colors indicated and for application over the Plexipave Acrylic Latex System. 2. The work shall consist of suitable cleaning and preparation of the surface to assure a satisfactory bond of the system to the existing surface. 3. All coverage rates are calculated prior to dilution. 4. Plexiflor In-line Skating Surfacing System • 1 Coat of Acrylic Resurfacer • 2 Coats of Fortified Plexipave • 2 Coats of Plexiflor • Plexicolor Line Paint 51.2 SURFACE PREPARATIONS 51.2.1 ASPHALT Allow new asphalt to cure a minimum of 6 months. The surface must be checked for birdbaths, cracks and other irregularities and repaired with Court Patch Binder according to California Specification Section 10.14. (Surfacing prior to six months may make the asphalt subject to indentation). 51.2.2 CONCRETE Concrete shall have a wood float or broom finish. DO NOT PROVIDE STEEL TROWEL FINISH. DO NOT USE CURING AGENTS OR CONCRETE HARDENERS. Allow the concrete to cure a minimum of 30 days. Acid Etch the entire surface with Concrete Preparer according to California Specification Section 10.13. Check surface for birdbaths, cracks and other irregularities and repair with Court Patch Binder according to California Specification Section 10.14. 51.2.3 COURT PATCH BINDER MIX Court Patch Binder Mix: 100 Lbs. #80-100 Mesh Silica Sand (dry) 3 gallons Couth Patch Binder I to 2 gallons Portland Cement. 51.3 APPLICATION OF ACRYLIC FILLER COAT 1. Application of the Acrylic Resurfacer Mix shall be applied to the clean, dry, level surfaces to receive the Plexiflor Surfacing System. The mix shall be applied according to California Specification Section 10.8 using the following mix: Acrylic Resurfacer 55 gallons Water (Clean and Potable) 20-40 gallons Sand (60-80 mesh) 600-900 pounds Liquid Yield 112-138 gallons 2. Over asphalt surfaces, apply the Acrylic Resurfacer Mix in one or two coats (depending on surface porosity) at a rate of .05 -.07 gallons per square yard per coat. 3. Non-coated concrete surfaces must be neutralized with concrete preparer and primed with California Ti-Coat according to Specification Section 10.17. The Acrylic Resurfacer Mix SectionlV.doc Page 109 of 127 JP61r?2W 5 Attachment number 6 Page 183 of 352 Section IV - Technical Specifications must be applied within 3 hours of the TiCoat application while the primer is dry but still tacky to the touch. Apply the Acrylic Resurfacer Mix in one or two applications at a rate of .05-.07 gallons per square yard per coat. 51.4 APPLICATION OF FORTIFIED PLEXIPAVE After the filler coat application has dried, apply two coats of Fortified Plexipave at an undiluted rate of .05-.07 gallons per square yard per coat using the following mix: Plexipave Color Base 30 gallons Plexichrome 20 gallons Water 20 gallons 51.5 PLEXIFLOR APPLICATION 1. Plexiflor is factory premixed and ready to use from the container. The material may be diluted with one (1 ) part water to six (6) parts Plexiflor to improve flowability and provide uniform application. 2. Apply two coats of Plexiflor at a rate of .04-.05 gallons per square yard per coat. 3. Plexiflor is applied (in a similar manner to Plexipave) in windrows on the surface with sufficient quantity to cover as the squeegee is pulled over the surface. Apply only light pressure to the squeegee. Do not allow ridges to form between passes of the squeegee. Ridges existing after material dries should require corrective action. 4. Plexiflor and its preliminary coatings should be allowed to thoroughly dry prior to application of subsequent coats. 51.6 PLAYING LINES Four hours minimum after completion of the color resurfacing, playing lines shall be accurately located, marked and painted with Plexicolor Line Paint as specified by The National In-Line Hockey Association. 51.7 GENERAL 1. The contractor shall remove all containers, surplus materials and debris upon completion of work leaving the site in a clean, orderly condition that is acceptable to the owner. Gates shall be secured and all containers shall be disposed of in accordance with Local, State and Federal regulations. 2. Materials specified for the Plexiflor System shall tee delivered to the site in sealed, property labeled arums with California Products Corporation labels that are stenciled with the proper batch code numbers. Products packaged or labeled in any other manner will not be accepted. Mixing with clear, fresh water shall only be done at the job site. Coverage rates are based upon material prior to mixing with water as specified. 51.8 LIMITATIONS 1. Do not apply if surface temperature is less than 50°F or more than 1 40°F. 2. Do not apply when rain or high humidity is imminent. 3. Do not apply when surface is damp or has standing water. SectionIV.doc Page I10 of 127 JP61r?2W 5 Attachment number 6 Page 184 of 352 Section IV - Technical Specifications 4. Plexiflor will not hide surface imperfections of previous coatings. 5. Keep from freezing. Do not store in the hot sun. 6. Keep containers tightly closed when not in use. 7. Plexiflor will not prevent substrate cracks from occurring. 8. Plexiflor will mark slightly from normal use of some In-line Skates. 9. Coefficient of friction = 0.78 10. Coating Application Drying Time: 30 minutes to 1 hour at 70°F with 60% relative humidity. 11. Keep court clean. Excess dirt or foreign material can cause the surface to be slippery. In-Line hockey is a physical sport. Always wear NINA recommended protective gear. 52 RESIDENT NOTIFICATION OF START OF CONSTRUCTION This article deleted. See SECTION III, ARTICLE 22 - RESIDENT NOTIFICATION OF START OF CONSTRUCTION. 53 GABIONS AND MATTRESSES 53.1 MATERIAL 53.1.1 GABION AND RENO MATTRESS MATERIAL 53.1.1.1 PVC COATED WIRE MESH GABIONS & MATTRESSES Gabion & mattress basket units shall be of non-raveling construction and fabricated from a double twist by twisting each pair of wires through three half turns developing the appearance of a triple twist. The galvanized wire core shall have a diameter of 0.1063 inches (approx. US gauge 12). All wire used in the fabrication of the gabion shall comply with or exceed Federal Specifications QQ-W-461H, possess a maximum tensile strength of 70,000 p.s.i. with a Finish 5, Class 3 zinc coating in accordance with the current ASTM A-641. The weight of zinc coating shall be determined by ASTM A-90. The grade of zinc used for coating shall be High Grade or Special High Grade, as prescribed in ASTM B-6, Table 1. Uniformity of coating shall equal or exceed four 1-minute dips by the Preece test, as determined by ASTM A-239. The PVC coating shall be extruded and adhere to the wire core prior to weaving. The PVC coated wire shall be woven into a double twisted hexagonal mesh having uniform openings of 3 1/4 inches by 4 1/2 inches. The overall diameter of the mesh wire (galvanized wire core plus PVC coating) shall be 0.146 inches. Selvedge and reinforcing wire shall be of heavily galvanized wire core, 0.1338 inches in diameter (approx. US gauge 10), coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.173 inches. Lacing and connecting wire shall be of soft tensile strength (75,000 PSI max), heavily galvanized wire core, 0.087 inches in diameter (approx. US gauge 13/2), coated with PVC and having an overall diameter (galvanized wire core plus PVC coating) of 0.127 inches. The use of alternate wire fasteners shall be permitted in lieu of tie wire providing the alternate fastener produces a four (4) wire selvedge joint with a strength of 1200 lbs. per linear foot while remaining in a locked and closed condition. Properly formed interlocking fasteners shall be spaced from 4 to 6 inches and have a minimum 3/4 square inch inside area to properly confine the required selvedge wires. Tiger-Tite SectionIV.doc Page I I I of 127 JP61r?2W 5 Attachment number 6 Page 185 of 352 Section IV - Technical Specifications Interlocking Fasteners are an approved alternate joint material. The Interlocking Wire Fastener shall meet stainless steel material specification ASTM A-313, Type 302, Class 1, or equal. All of the above wire diameters are subject to tolerance limit of 0.004 inches in accordance with ASTM A-641. 53.1.1.2 PVC (POLYVINYL CHLORIDE) COATING The coating shall be gray in color and shall have a nominal thickness of 0.0216 inches but not less than 0.015 inches in thickness. The protective PVC plastic shall be suitable to resist deleterious effects from exposure to light, immersion in salt or polluted water and shall not show any material difference in its initial compound properties. The PVC compound is also resistant to attack from acids and resistant to abrasion. 1. Specific Gravity: a. According to ASTM D-2287 and ASTM D- 792; in the range of 1.30 to 1.34. 2. Tensile Strength: a. According to ASTM D-142; not less than 2980 psi. 3. Modulus of Elasticity: a. According to ASTM D-412; not less than 2700 psi at 100% strain. 4. Resistance to Abrasion: a. According to ASTM 1242; weight loss <12% (Method B). 5. Brittleness Temperature: a. According to ASTM D-746, Procedure A; shall be at least 8.3 degrees centigrade below the minimum temperature at which the gabions will be handled or placed but not lower than -9.4 degrees centigrade. 6. Hardness: a. According to ASTM D-2240; shall be between 50 and 60 Shore D when tested. 7. Creeping Corrosion: a. Maximum corrosion penetration to the wire core from a square cut end section shall not be more than 25mm when the specimen has been immersed for 2000 hours in a 50% SOLUTION HCI (hydrochloric acid 12 Be). 53.1.1.3 ACCELERATED AGING TESTS Variation of the initial properties will be allowed, as specified below, when the specimen is submitted to the following Accelerated Aging Tests: 1. Salt Spray Test: a. According to ASTM B-117 b. Period of test = 3000 hours. 2. Exposure to ultraviolet rays: a. According to ASTM D-1499 and ASTM G-23 (Apparatus Type E). Period of test = 3000 hours at 63 degrees centigrade. SectionlV.doc Page 112 of 127 ???1 2(10 5 Attachment number 6 Page 186 of 352 Section IV - Technical Specifications 3. Exposure to high temperature: a. Testing period: 240 hours at 105 degrees centigrade, when tested in accordance with ASTM D- 1203 and ASTM D-2287. 53.1.1.4 PROPERTIES AFTER AGING TESTS After the above Accelerated Aging Tests have been performed, the PVC compound shall exhibit the following properties: 1. Appearance: a. The vinyl coating shall not crack, blister or split and shall not show any remarkable change in color. 2. Specific Gravity: a. Shall not show change higher than 6% of its initial value. 3. Durometer Hardness: a. Shall not show change higher than 10% of its initial value. 4. Tensile Strength: a. Shall not show change higher than 25% of its initial value. 5. Elongation: a. Shall not show change higher than 25% of its initial value. 6. Modulus of Elasticity: a. Shall not show change higher than 25% of its initial value. 7. Resistance to Abrasion: a. Shall not show change higher than 10% of its initial value. 8. Brittleness Temperature: a. Cold Bend Temperature - Shall not be lower than -20 degrees centigrade. b. Cold Flex Temperature -Shall not be higher than +18 degrees centigrade. 53.1.2 GABION AND MATTRESS FILLER MATERIAL: The filler stone shall be limestone from a source approved by the Engineer before delivery is started. Representative preliminary samples of the stone shall be submitted by the contractor or supplier for examination and testing by the Engineer. The stone shall have a minimum specific gravity of 2.3 and be of a quality and durability sufficient to insure permanency in the structure. The individual stones shall be free of cracks, seams, and other defects that would tend to promote deterioration from natural causes, or which might reduce the stones to sizes that could not be retained in the gabion or mattress baskets. The stone shall meet the following physical requirements: • Absorption, maximum 5% • Los Angeles Abrasion (FM 10T096), maximum loss 45% • Soundness (Sodium Sulphate), (FM 1-T104), maximum loss 12% SectionlV.doc Page 113 of 127 JP61r?2W 5 Attachment number 6 Page 187 of 352 Section IV - Technical Specifications • Flat and elongated pieces, materials with least dimension less than one third of greatest dimension shall not exceed 5% by weight. All filler material shall be uniformly graded between 4 inch and 8 inch (equivalent spherical diameter) and shall be angular in form. Rounded stones shall not exceed 10% of the stone, by weight and 70% of the stone, by weight, shall exceed the largest dimension of the mesh opening. 53.1.3 MATTRESS WIRE Mattress wire shall conform to the same specifications as gabions except as follows: 1. The nominal diameter of the wire used in the fabrication of the netting shall be 0.0866 inches minimum, subject to diameter tolerance in accordance with the current ASTM A 641, Table 3. 2. All wire shall be galvanized according to ASTM A 641, Table 1. The minimum weight of the zinc coating shall be 0.70 ozs./sq. ft. for the 0.0866 inch wire used for mesh and lacing and 0.80 ozs./sq. ft. for the 0.106 wire used for selvedge. 3. Adhesion of the zinc coating to the wire shall be capable of being wrapped in a close helix at a rate not exceeding 15 turns per minute around a cylindrical steel mandrel having a diameter 3 times the nominal wire diameter being tested. After the wrap test is completed, the wire shall not exhibit any cracking or flaking of the zinc coating to such an extent that any zinc can be removed by rubbing with bare fingers. 53.1.4 GEOTEXTILE FABRIC Fabric shall conform to FDOT Standard Index 199, Type D-2, and FDOT Standard Specifications, 1996 edition, Section 985. 53.2 PERFORMANCE Gabions and Reno Mattresses shall be installed according to the manufacturer's recommendations and as shown on the Drawings. Fabrication of gabion baskets shall be in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular baskets of the sizes specified and shown on the Drawings. Gabions and mattresses shall be of single unit construction; the base, lid ends and sides shall be either woven into a single unit or one edge of these members connected to the base section of the gabion in such a manner that the strength and flexibility at the connecting point is at least equal to that of the mesh. Where the length of the gabion and mattress exceeds one and one-half its horizontal width, they shall be equally divided by diaphragms of the same mesh and gauge as the mattresses shall be furnished with the necessary diaphragms secured in proper position on the base so that no additional tying is required at this juncture. The wire mesh is to be fabricated so that it will not ravel. This is defined as the ability to resist pulling apart at any of the twists or connections forming the mesh when a single wire strand in a section of mesh is cut. Each gabion or mattress shall be assembled by tying all untied edges with binding wire. The binding wire shall be tightly looped around every other mesh opening along seams so that single and double loops are alternated. A line of empty gabions shall be placed into position according to the contract drawings and binding wire shall be used to securely tie each unit to the adjoining one along the vertical reinforced edges and the top selvedges. The base of the empty gabions placed on top of a filled line of gabions shall be tightly wire to the latter at front and back. SectionlV.doc Page 114 of 127 JP61r?2W 5 Attachment number 6 Page 188 of 352 Section IV - Technical Specifications To achieve better alignment and finish in retaining walls, gabion stretching is recommended. Connecting wires shall be inserted during the filling operation in the following manner: Gabions shall be filled to one third full and one connecting wire in each direction shall be tightly tied to opposite faces of each cell at one third height. The gabion shall then be filled to two thirds full and one connecting wire in each direction shall be tightly tied to opposite face of each cell at one two third height. The cell shall then be filled to the top. Filler stone shall not be dropped more than 12" into the gabions and mattresses. Geotextile fabric shall be installed at locations shown in the Drawings. The surface to receive the cloth shall be prepared to a relatively smooth condition free of obstructions which may tear or cut the cloth. The panel shall be overlapped a minimum of 30 inches and secured against movement. Cloth damaged or displaced during installation, gabion work, or backfill shall be replaced or repaired to the satisfaction of the Engineer at the contractor's expense. The work shall be scheduled so that the fabric is not exposed to ultraviolet light more than the manufacturer's recommendations or five days, whichever is less. 54 LAWN MAINTENANCE SPECIFICATIONS 54.1 SCOPE To remove trash and debris from landscape and paved area; maintenance and fertilization of plant beds and landscape materials; maintenance, repair, and operation of irrigation systems; ornamental pest control; palm pruning; maintenance of traffic; and the cleaning of hard surfaces at designated areas. The Contractor is to work with the City in coordinating maintenance activities and reporting irregularities in the work zone. The Contractor(s) will provide the labor and materials required to maintain the landscaped street medians including: • Traffic safety and Maintenance of Traffic; • Trash and debris removal from the job site; • Removal of weeds in landscaped areas and hard surfaces; • Proper trimming and pruning of landscape plants and palms; • Proper fertilization and pest control of landscape and palms (may be subcontracted); • Irrigation service and repair; • Mulch replacement; • Cleaning of hard surfaces; and the • Reporting of irregularities at the job site. 54.2 SCHEDULING OF WORK The Contractor(s) shall accomplish all landscape maintenance required under the contract between the hours of 6:30 a.m. and 7:00 p.m. Monday through Saturday, excluding observed holidays. The City may grant, on an individual basis, permission to perform contract maintenance at other hours. All work shall be completed in a continuous manner, that is the cleanup, weeding, trimming, etc., be completed before leaving the job site. SectionlV.doc Page 115 of 127 ???1 2(10 5 Attachment number 6 Page 189 of 352 Section IV - Technical Specifications 54.3 WORK METHODS 54.3.1 MAINTENANCE SCHEDULING The Contractor(s) will adhere to a work schedule provided by the City (see Level of Service). Any variations to that schedule, requested by either party, must be approved, either verbally or in writing by an authorized representative of the other party. 54.3.2 DUTIES PER SERVICE VISIT The contractor(s) shall provide the following service at each scheduled visit to the designated location: 54.4 LITTER Remove trash and debris from the area to be maintained. Proper disposal of collected trash and debris is a requirement of the contractor. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., would be the responsibility of the City to clean up. The contractor should report such accumulations of debris when they are encountered. Bids for the extraordinary cleanup from the contractor would be considered. 54.5 VISUAL CHECK The site should be checked for irregularities, such as irrigation leaks, vehicle damage, dead or damaged plant material, vandalism, etc., which should be reported to the City within 24 hours after providing the service. 54.6 PLANT TRIMMING AND PALM PRUNING All plant material should be trimmed in a manner that promotes the natural shape and mature size of the particular specie. Trimming should be performed at intervals that will maintain plants in a neat appearance. Trimming should be performed to promote fullness of the plants, while maintaining height restrictions in Clear Sight Zones as established on the landscape plans. Plants shall be kept trimmed to the back of curb. Brown foliage shall be removed from Liriope. Palm pruning to be performed at least once per year, preferably in late June or July following flower formation, according to the following specifications: 54.7 PHOENIX SPECIES (CANARY DATE, INDIA DATE, PYGMY DATE, ETC.) Remove all descending fronds, to the base of the frond; all parallel and ascending fronds are to remain in order to leave a full, rounded head; seed heads may remain, but remove old faded heads that are encountered in the pruning process; remove loose frond boots; remove vegetation; such as strangler figs, Brazilian Pepper, Asparagus fern, etc., growing in the frond boots or on the trunk. Provide the rounded, classic cut on all Medjool palm boots. No climbing spikes allowed on palms. 54.8 DEBRIS REMOVAL All debris from pruning process is to be removed from the job site and disposed of by the contractor. Work sites should be left in a clean and neat appearance upon completion. SectionlV.doc Page 116 of 127 J??1 2(10 5 Attachment number 6 Page 190 of 352 Section IV - Technical Specifications 54.9 TRAFFIC CONTROL Proper and safe work zones in vehicular traffic areas are to be set up and maintained by the contractor, according to the attached Maintenance of Traffic specifications. 54.10 PEDESTRIAN SAFETY Contractor is responsible for maintaining safe work zones in areas where pedestrian and park users are present. The City reserves the right to limit the hours of operation in certain high pedestrian use areas. 54.11 PLANT FERTILIZATION All tree and plant material should be fertilized with the appropriate amount of 20-6-12 sulfur coated, slow release, ornamental fertilizer, three times per year. Applications should be made in mid-February, early June, and mid-September, for the first two years. Fertilizer types and amounts will change with requirements of maturing landscape materials. 54.12 WEED REMOVAL IN LANDSCAPED AREA Weeds should be removed on a regular basis in order to keep them from being visibly noticeable. Weed control with the use of appropriate herbicides is allowable, given they are properly applied by a certified applicator. Herbicide damage to landscape material will be remedied by contractor at his/her expense. 54.13 MULCH CONDITION Should be maintained at a thickness that will discourage weed growth as well as help retain soil moisture, usually 3 inches. 54.14 IRRIGATION SERVICE AND REPAIR Should be performed at each visit to assure the systems proper operation and timing. Drip tubing should be kept covered with mulch. Timer should be checked for proper time of day and operating schedule. Leaks or breaks in the system should be repaired before the next scheduled system running time. All repairs which will be charged at $20.00 or more must be approved in advance by the city. Minor repairs, less than $20.00, should be billed to the City in addition to the monthly maintenance fee. 54.15 LAWN AND ORNAMENTAL PEST CONTROL Should be performed by a properly licensed and certified applicator to keep pest populations at a less than damaging level. Landscape materials lost to or extensively damaged by pests will be replaced by the contractor at the contractor's expense. Diazinon products are not to be used on City properties. 54.16 PALM FERTILIZATION Apply three pounds of Magnesium sulfate and one pound of Potassium evenly, per tree, across the root zone (typically within the dripline), annually in early February. SectionlV.doc Page 117 of 127 ???1 2(10 5 Attachment number 6 Page 191 of 352 Section IV - Technical Specifications 54.17 FREEZE PROTECTION The City will provide a freeze/frost protection fabric for the Contractor to install over freeze/frost sensitive plants (Lantana and Pentas). The covering material will be stored at a City facility (yet to be determined). Contractor will remove the covering material from storage and install over the sensitive plants, securely fastening edges of the material to the ground per manufacturer's directions. The City will furnish metal pins needed for securing fabric to the ground. The City will notify the Contractor one (1) day or twenty-four (24) hours minimum prior to the need to protect plant material. After uses, the Contractor will prepare the fabric for storage and return it to the designated City facility. Protective covering shall be removed the following afternoon or remain in placed as directed by the City. The City shall notify the Contractor by 11:00 a.m. about removing the cover or keeping it in place due to continued freezing temperatures. The City may cancel the freeze protection event at any time prior to the end of the scheduled installation day (5:00 p.m.) The Contractor will be compensated for the number of hours mobilization or on-site work at the contracted rate per man-hour unit price. The Contractor shall provide a unit price for the installation and removal of the covering fabric on a per event basis, as well as an hourly rate per employee required. The City and contractor will coordinate appropriate irrigation operations with weather conditions. Should freeze/frost damage occur, the Contractor shall perform remedial work as per unit basis, as directed by the City. 54.18 LEVEL OF SERVICE This location is to be serviced weekly. Repairs to damage or vandalism to be made within 7 working days of reported irregularity. Weekly visits should occur no closer than six and no further than ten calendar days apart. 54.19 COMPLETION OF WORK Within 24 hours of completing work the contractor shall notify the supervisor assigned to monitor the contract either in person or by phone of said completion. It is acceptable to leave a phone message. However, to make certain the message is received, it is advisable to call between 6:30 a.m. - 7:30 a.m. or 2:30 p.m. - 3:00 p.m. 54.20 INSPECTION AND APPROVAL Upon receiving notification from the Contractor, the City shall inspect the serviced location the following business day. If, upon inspection, the work specified has not been completed, the City shall contact the Contractor to indicate the necessary corrective measures. The Contractor will be given 48 hours from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services billed. 54.21 SPECIAL CONDITIONS This location will be newly installed and under warranty by the installer for a six month period on plants and 12 month warranty on palms. Landscape installer will coordinate irrigation operation with the Maintenance contractor to assure adequate irrigation to the landscape materials. Installer will also be responsible for the untying of palm heads/fronds as he feels appropriate. 2. All listed acreage or square footage figures are estimates. SectionlV.doc Page 118 of 127 JP61r?2W 5 Attachment number 6 Page 192 of 352 Section IV - Technical Specifications 3. All maintenance shall be performed in a good and workmanlike manner, consistent with trade practices and standards which prevail in the industry. 4. The Contractor shall be responsible for damage to any plant material or site feature caused by the Contractor or his/her employees. The Contractor shall be notified in writing of the specific nature of the damage and cost of repair. The City shall, at its option, invoice the Contractor for the payment, or reduce by the amount of the repairs the next regular payment to the Contractor. 5. Occasionally circumstances (standing water, prolonged inclement weather, parked vehicles, etc.) may make all or portions of a location unserviceable during the regular schedule. The Contractor shall notify the City Supervisor of such occurrences, and shall schedule to perform the required maintenance to the location as soon as the pertaining circumstances are relieved. 55 MILLING OPERATIONS 55.1 EQUIPMENT, CONSTRUCTION & MILLED SURFACE Unless otherwise noted in the specs, plans or this Article, the milling operation shall be performed in accordance with Section 327 of FDOT's Standard Specifications (latest edition). The Contractor shall notify the Project Inspector a minimum of 24 hours in advance of all milling. 55.2 ADDITIONAL MILLING REQUIREMENTS 1. If the milling machine is equipped with preheating devices, the contractor is responsible to secure any necessary permits, and for complying with all local, state and federal environmental regulations governing operation of this type of equipment. 2. All milled surfaces must be repaved within seven days from the time it was milled, unless otherwise noted in the contract documents. 3. Prior to paving, all milled areas shall be swept with a Municipal type sweeper either of the vacuum or the mechanical type, that picks up and hauls off, dust and dirt (the Broom Tractor way of sweeping is not be permitted). The sweeper must be equipped with its own water supply for pre-wetting to minimize dust. Moreover, the Contractor shall sweep debris off of sidewalks, driveways and curbs in addition to the roadways before leaving the job site. 4. In cases where concrete valley swales are present, the adjoining pavement shall be milled to allow for the new asphalt grade to be flush with the contract surface. 5. The Contractor shall be responsible for removing any asphalt that remains in the curb line and/or median curbs after the milling operation of a street is complete. The cost of this removal shall be included in the bid item for milling. 6. All radius returns on streets to be milled shall also be milled unless otherwise directed by the Engineer, with payment to be included in the bid item for milling. 7. Any leveling or base replacement required after milling shall be applied to sections of the road as noted on the plans, or directed by the Engineer, per Section 330 of FDOT's 2000 Standard Specifications for S-Type resurfacing projects or Section 330 (latest edition) for SectionlV.doc Page 119 of 127 JP61r?2W 5 Attachment number 6 Page 193 of 352 Section IV - Technical Specifications superpave resurfacing projects. The cost shall be included in the per ton unit cost for asphalt, unless otherwise noted in the project scope and plans. 8. Any roadway base material exposed as a result of the milling operation shall be primed that same day (unless otherwise directed by the Engineer) per Section 300 of FDOT's Standard Specifications (latest edition). Repairs required to said base that result from a failure to place the prime in a timely manner shall be done to the City's satisfaction, and at the Contractor's expense. No paving of the exposed base can commence until the City approves the repaired base. The cost of said prime shall be included in the bid item for milling. 9. Prior to the placement of asphalt, the face of all curbs and driveways shall be tacked after the milling operation is complete. 55.3 SALVAGEABLE MATERIALS All surplus existing materials resulting from milling operations shall remain the property of the City. The transporting and stockpiling of salvageable materials shall be performed by the Contractor. The Contractor shall contact the Public Services Division at (727) 562-4950 to schedule delivery of material. 55.4 DISPOSABLE MATERIALS All surplus materials not claimed by the City shall become the property of the Contractor. The Contractor shall dispose of the material in a timely manner and in accordance with all regulatory requirements in areas provided by the Contractor at no additional expense to the City. 55.5 ADJUSTMENT AND LOCATION OF UNDERGROUND UTILITIES All utilities and related structures requiring adjustment shall be located and adjusted by their owners at the owner's expense. The Contractor shall arrange his schedule to allow utility owners the time required for such adjustments (minimum 48 hours notice per State Statute). All utility adjustments shall be completed prior to the commencement of milling and resurfacing operations. 55.6 ADJUSTMENT OF UTILITY MANHOLES The necessary adjustments of sanitary sewer and stormwater utility manholes and appurtenances shall be accomplished by the Contractor in accordance with Section IV, Article 23.7 of the City's Technical Specifications. 55.7 TYPES OF MILLING There are two types of milling used by the City: A. Wedge - This will consist of milling a six foot wide strip along the curb line of the pavement adjacent to the curb so the new asphalt will align with the original curb height and pavement cross section. B. Full Width - This will consist of milling the entire roadway (i.e. curb line/edge of pavement to curb line/edge of pavement). All existing horizontal and vertical geometry shall remain unless otherwise indicated or approved by the Engineer. SectionlV.doc Page 120 of 127 ???1 2(10 5 Attachment number 6 Page 194 of 352 Section IV - Technical Specifications 55.8 MILLING OF INTERSECTIONS Intersections, as well as other areas (including radius returns) are to be milled and repaved to restore and/or improve the original drainage characteristics. Said work should extend approximately 50 to 100 feet in both directions from the low point of the existing swale. 55.9 BASIS OF MEASUREMENT The quantity to be paid for will be the area milled, in square yards, completed and accepted. 55.10 BASIS OF PAYMENT The unit price for milling shall include: all materials, preparation, hauling, transporting and stockpiling of salvageable materials, disposal of all surplus material, any required milling of radius returns and intersections, prime and/or tack coat either required or placed at Engineer's discretion, removal of asphalt from curbs, sweeping, labor, equipment, and all incidentals necessary to complete the milling in accordance with the plans and specifications. 56 CLEARING AND GRUBBING The work included in this specification includes the removal and disposal of all structures, appurtenances, asphalt, concrete, curbs, walls, trees, roots, vegetation, boulders, conduits, poles, posts, pipes, inlets, brush, stumps, debris and other obstructions resting on or protruding through the ground surface necessary to prepare the area for construction. Clearing and grubbing shall be performed in accordance with Section 110 of FDOT's Standard Specifications (latest edition). Unless otherwise specified in the contract documents, the Contractor shall take ownership of all removed material and dispose of them off-site in accordance with all Local, State and Federal Requirements. 56.1 BASIS OF MEASUREMENT The basis of measurement shall be either a lump sum quantity or the number of acres cleared and grubbed as specified on the plans or directed by the Engineer. 56.2 BASIS OF PAYMENT The pay item for clearing and grubbing shall include: all removal and disposal of materials and structures as well as all materials, hauling, equipment, tools, labor, leveling of terrain, landscape trimming and all incidentals necessary to complete the work. 57 RIPRAP The work included in this specification includes the construction of either sand-cement or rubble riprap as shown on the plans. The riprap shall be constructed per Section 530 of FDOT's Standard Specifications (fastest edition). 57.1 BASIS OF MEASUREMENT The basis of measurement for riprap shall be the volume of sand used in cubic yards for sand- cement, or the dry weight in tons for rubble. SectionlV.doc Page 121 of 127 ???1 2(10 5 Attachment number 6 Page 195 of 352 Section IV - Technical Specifications 57.2 BASIS OF PAYMENT The pay item for sand-cement riprap shall include: all materials, testing, labor, grout, hauling, equipment, excavation, backfill, dressing and shaping for placement of sand-cement and all incidentals necessary to complete the work. The pay item for rubble riprap shall include: all materials, required bedding stone, dressing and shaping for placement of bedding stone, filter fabric, testing, hauling, excavating, backfill, dressing and shaping for placement of rubble, and all incidentals necessary to complete the work. No payment will be granted if concrete or stone that exists on-site is used as rubble riprap. 58 TREATMENT PLANT SAFETY This article applies to all City projects located at one of the City's Wastewater Treatment Plants (WWTP) or Potable Water Reservoirs. 58.1 HAZARD POTENTIAL The Contractor shall be aware that hazardous materials are used at the WWTP's and the water reservoirs. These may include sodium hypochlorite, gaseous chlorine, sulfur dioxide and ammonia. Potential safety hazards associated with these substances include: • An accidental spill or release can impair respiratory functions and result in severe burns to the skin and eyes. At the pre-construction conference, the contractor will be provided with a copy of the City of Clearwater Public Utilities Department Emergency Response Plan, and a copy of the applicable Material Safety Data Sheets. All employees of the contractor and sub-contractor assigned to this job shall be familiar with the content of these documents. 58.2 REQUIRED CONTRACTOR TRAINING Prior to issuance of a notice to proceed, the contractor must submit documentation regarding employee safety training relating to the items in Section A above. The documentation must include: • Verification that all employees assigned to this job have received and understood training in the proper work practices necessary to safely perform the job while working around gaseous chlorine and sulfur dioxide gas. • The date of the training, and • The means used to verify that the employee understood the training. 59 TRAFFIC SIGNAL EQUIPMENT AND MATERIALS All traffic signal work shall be performed per the latest edition of FDOT's Standard Specifications (Sections 603 through 699), unless otherwise specified in the contract documents and plans. This specification includes, but is not limited to, the following items: all necessary equipment, materials, guaranties, acceptance procedures, signal timings, field tests, grounding, conduit, signal and interconnect cable, span wire assemblies, pull and junction boxes, electrical power service assemblies, poles, signal assemblies, pedestrian assemblies, inductive loop detectors, SectionlV.doc Page 122 of 127 JP61r?2W 5 Attachment number 6 Page 196 of 352 Section IV - Technical Specifications pedestrian detectors, traffic controller assemblies, controller cabinets and accessories, removal of existing traffic signal equipment, and internally illuminated signs. All traffic signal installations shall be mast arms and conform to the requirements of FDOT's Mast Arm Assembly standard, and shall be signed and sealed by a professional engineer registered in the state of Florida. All mast arm calculations, as well as the geotechnical report, shall also be signed and sealed by a professional engineer registered in the state of Florida. All mast arm colors shall be determined and approved by the City prior to ordering from the manufacturer. All traffic signal indicators for vehicles and pedestrians shall be LED's and, approved by both the City and FDOT. In addition to this, all pedestrian signal indicators shall utilize countdown features. Contractor changes to the operation of an existing signal is PROHIBITED unless directed by the City's Traffic Engineering Division. 59.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials, testing and incidentals required to complete the work per the plans. 60 SIGNING AND MARKING All signing and marking work shall be performed per the latest edition of FDOT's Standard Specifications, unless otherwise specified in the contract documents and plans. This specification includes the following work: RPM's (Section 706), painted traffic stripes and markings (Section 710), thermoplastic stripes and markings (Section 711) and tubular delineators/flex posts (Sections 705 and 972). The Contractor is responsible to ensure that striping is correctly placed. Errors in striping or markings shall be "blacked-out" with paint, unless otherwise directed by the Engineer. No payment will be made for these incorrect or "blacked-out" areas. Omissions in striping or markings shall be corrected to the City's satisfaction prior to any payment being made. 60.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, preparation, materials and incidentals required to complete the work per the plans. 61 ROADWAY LIGHTING All roadway lighting shall be constructed per Sections 715 and 992 of FDOT's Standard Specifications (latest edition), unless otherwise specified in the contract documents and plans. 61.1 BASIS OF MEASUREMENT AND PAYMENT The basis of measurement and payment shall be specified in the contract documents and/or plans and shall include all equipment, materials, testing and incidentals required to complete the work per the plans. SectionlV.doc Page 123 of 127 JP61r?2W 5 Attachment number 6 Page 197 of 352 Section IV - Technical Specifications 62 TREE PROTECTION 62.1 TREE BARRICADES A. A protective barrier shall be placed around all protected trees and palms prior to land preparation or construction activities within or adjacent to the work zone, including all staging and/or lay down areas. Protective barriers shall be installed as follows: 1. At or greater than the full dripline of all species of Mangroves and Cabbage Palms. 2. At or greater than the full dripline or all protected native pine trees and other conifer species. 3. At or greater than two-thirds of the dripline of all other protected species 4. At or greater than the full dripline of trees within a specimen tree stand. B. Protective barriers are to be constructed using no less than two-inch lumber for upright posts. Upright posts are to be at least four feet in length with a minimum of one foot anchored in the ground. Upright posts are to be placed at a maximum distance of eight feet apart. Horizontal rails are to be constructed using no less than one inch by four-inch lumber and shall be securely attached to the top of the upright post. The project City's representative must approve any variation from the above requirements. C. Whenever a protective barrier is required, it shall be in place until all construction activity is terminated. The area within the barrier limits shall remain undisturbed by any activity during construction. Native ground cover and understory vegetation existing within the barriers shall remain throughout construction. Exotic plant species may only be removed by manual labor utilizing hand tools or by other means if authorized in writing by the City's representative. D. Prior to the erection of any required protective barrier, all surface foreign material, trash or debris shall be removed from the area enclosed by the barrier, and after erection of the barrier no such material or litter shall be permitted to remain within the protected area. No equipment, chemicals, soil deposits or construction materials shall be placed within such protective barriers. E. No signs, building permits, wires, or other attachments of any kind shall be attached to any protected tree or palm. F. At all times, due care shall be taken to protect the critical root zone of trees protected by this section, and root pruning requirements shall apply to such trees. 62.2 ROOT PRUNING A. Where proposed construction improvements involve excavation and/or impacts to the critical root zone of protected trees, the Contractor shall be required to have an International Society of Arboriculture (ISA) certified arborist perform, or directly supervise root pruning to reduce the impacts of construction. The critical root zone is equivalent to the tree's dripline. Prior to any clearing, grubbing or excavation activities, the affected roots must be severed by clean pruning cuts at the point where grubbing or excavation impacts the root system. Roots can be pruned utilizing specified root pruning equipment designed for that purpose or by hand digging a trench and pruning roots with a pruning saw, chain saw or other equipment designed for tree pruning. Root pruning by trenching equipment or excavation equipment is strictly prohibited. Roots located in the critical root zone that will be impacted by SectionlV.doc Page 124 of 127 JP61r?2W 5 Attachment number 6 Page 198 of 352 Section IV - Technical Specifications construction activities shall be pruned to a minimum depth of 18 inches below existing grade or to the depth of the proposed impact if less than 18 inches from existing grade. Tim Kurtz, Senior Landscape Architect is the City's Representative on Public Works projects for root Pruning issues and can be reached at (727) 562-4737, or through the construction inspector assigned to the project. B. Root pruning shall only be preformed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. C. Any proposed root pruning trenches shall be identified on site (i.e. staked or painted) inspected and approved by the City's representative prior to actual root pruning. D. Root pruning shall be preformed as far in advance of other construction activities as is feasible, but at a minimum shall be performed prior to ANY impacts to the soil. Associated tree protection measures should be implemented upon completion of said root pruning. E. If there is a likelihood of excessive wind and/or rain exceptional care shall be taken on any root pruning activities. F. Root pruning shall be limited to a minimum of ten inches per one inch of the trunk diameter from the tree base. Any exception must be approved by the City's representative prior to said root pruning. G. Roots shall be cut cleanly, as far from the trunk of the tree as possible. Root pruning shall be done to a minimum depth of 18" from existing grade, or to the depth of the disturbance if less than 18". H. Root pruning shall be performed using a Doscocil Root Cutting Machine or equivalent. Alternate equipment or techniques must be approved by the City's representative, prior to any work adjacent to trees to be preserved. 1. Root pruning shall be completed, inspected and accepted prior to the commencement of any excavation or other impacts to the critical root zones of trees to be protected. J. Excavations in an area where root are present shall not cause the tearing or ripping of tree roots. Roots must first be cleanly severed prior to continuing with the excavation, or tunneled around to prevent damage to the root. K. Tree roots shall not be exposed to drying out. Root ends shall be covered with native soil or burlap and kept moist until final backfill or final grades has been established. L. When deemed appropriate (e.g., during periods of drought) the City representative may require a temporary irrigation system be utilized in the remaining critical root zones of root pruned trees. M. When underground utility lines are to be installed within the critical root zone, the root pruning requirement may be waived if the lines are installed via tunneling or directional boring as opposed to open trenching. 62.3 PROPER TREE PRUNING A. All tree pruning and/or root pruning on existing trees to remain shall only be preformed by or under the direct supervision of an International Society of Arboriculture (ISA) certified arborist. Furthermore, all tree work shall conform to the American National Standards Institute (ANSI) 2001, American National Standard for tree care operations - Tree, Shrub and other Woody Plant Maintenance - Standard practices (pruning) ANSI A-300. SectionlV.doc Page 125 of 127 J??1 2(10 5 Attachment number 6 Page 199 of 352 Section IV - Technical Specifications B. Proper pruning techniques for all lateral branches of protected trees are required. Flush cuts (pruning cuts that remove the branch collar) and stub cuts (cuts that leave a stub on the tree) are improper techniques. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. C. No protected tree shall have more than 30 percent of its foliage removed. D. No protected tree shall be topped, hat racked or lion-tailed. Any protected tree that has been improperly pruned will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. E. Tree Trunks and limbs shall be protected. The use of tree spikes or other devices that damage trunk and bark tissue on protected trees shall be prohibited. Any protected tree that has been damaged in such a manner will not be recognized as a tree left on the project in a healthy growing condition, and will require replacement consistent with the current City Codes and Ordinances. 63 PROJECT WEB PAGES 63.1 WEB PAGES DESIGN If requested by the City, Engineer shall design the Project Web Site in accordance with the current City Web Site standards and styles. Project Web Site should include general project information as: Project Name & Number, Scope description, Location, Schedule, and Project Contacts. Note: Occasionally City modifies the general design of the City's Web Site, and the Engineer shall consult the City Webmaster for the current requirements, before designing or updating the Project Web Pages. 63.2 WEB ACCESSIBILITY GUIDELINES Project Web Pages should conform to the W3C Web Accessibility Guidelines and US Section 508 guidelines whenever possible: http://www.w3.or?z/TR/1999/WAI-WEBCONTENT-19990505/ http://www. section508. ?zov/ In particular, use of variable-width tables, user-adjustable/relative font sizes, ALT text for images, CSS whenever possible, etc. Accessibility should be a priority over design/aesthetics. 63.3 THE SUN AND WAVES LOGO AND ITS USE The City's Sun and Waves logo should be used for everyday business, on all print and electronic material. It should be used on all internal correspondence, brochures, advertising, vehicles, apparel and signage. It should be used only in the manner presented here, in the proportion shown here, with no alterations. It should not be condensed, lengthened, or otherwise distorted to fit a space. The logo is approved for use by city departments, and is not to be used by outside vendors without the permission of the City Manager, Assistant City Manager or Public Communications office. Electronic versions of the logo should be obtained from the Public Communications. This is for internal use only. SectionlV.doc Page 126 of 127 JP61r?2W 5 Attachment number 6 Page 200 of 352 Section IV - Technical Specifications 63.4 MAPS AND GRAPHICS Use of maps and graphics is recommended to illustrate the project; only approved graphics should be posted to the Project Web Pages. 63.5 INTERACTIVE FORMS The site should also include an interactive form or other options to allow Public's input sent back to the City regarding the Project. 63.6 POSTING The site should be presented to the City's Webmaster for review and posting to the City's Web Server. Posting of the Project Web Pages to a different than City's Web server, if approved, should be coordinated with the City's Webmaster for resolving all accessibility and conformity issues. 63.7 WEB PAGES UPDATES Unless otherwise specified and agreed Engineer is responsible for keeping the posted Web Pages up-to-date, by sending revisions and updates through the City Project Manager to the City's Webmaster for posting. SectionlV.doc Page 127 of 127 JP61r?2W 5 Attachment number 6 Page 201 of 352 SECTION IVa SUPPLEMENTARY TECHNICAL SPECIFICATIONS The following supplements modify, change, delete from or add to the Technical Specifications of the Construction Contract. Where any article of the Technical Specifications is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. MODIFICATIONS TO SECTION IV - TECHNICAL SPECIFICATIONS ARTICLES 1-63 Basis for measurement and payment for all Articles shall be superseded by Section 01025 Measurement and Payment of the Supplemental Technical Specifications. 13.0 SANITARY MANHOLES Vacuum testing shall be carried out immediately after assembly and prior to backfilling of manholes that are up to 72 inches in diameter. All lift holes shall be plugged with a non-shrink grout or rubber plug. The manhole frame and adjusting rings and chimney seals shall be in place before testing. No grout shall be placed in the horizontal joints. All pipes entering the manhole shall be plugged, taking care to securely brace the plugs from being drawn into the manhole with the vacuum testing. Vacuum testing shall test all manholes for leakage. A vacuum of 10 inches of mercury shall be placed on the manhole and the time shall be measured for the vacuum to drop 9 inches of mercury. The vacuum shall not drop below 9 inches of mercury for the designated time periods for each size manhole. The manhole shall pass if the time is greater than sixty (60) seconds for forty eight (48) inch diameter, seventy five (75) seconds for sixty (60) inches, and ninety (90) seconds for seventy two (72) inch diameter manholes. The Contractor shall provide all material, equipment, and labor for testing. Tests shall be performed by the Contractor under the direction of the Project Engineer. Testing shall be completed before backfilling so that any leaks can be found and fixed externally. If the manhole fails the initial test, necessary repairs shall be made. Retesting shall proceed until a satisfactory test is obtained. 20.0 SANITARY SEWERS AND FORCE MAINS 20.1 MATERIALS 20. 1.1 GRAVITY SEWER PIPE PVC pipe shall meet the requirements of AWWA C-900, polyvinyl chloride (PVC). The push-on joints shall have an elastomeric-gasket conforming to TBE Group, Inc. Supplementary Technical Specifications J:A00083\00083169.00\DOC\Specs\SectionlVa.doc SectionIVa- I FebrUeM*015 Attachment number 6 Page 202 of 352 ASTM D3139 for a watertight seal. PVC pipe 4 inches through 12 inches shall be class 150, DR 18. PVC pipe 14 inches and larger shall meet the requirements of AWWA Standard C-905 PVC and shall be CL 235, DR 18. All pipe shall be color coded green and continually marked. 20.1.2 FORCE MAIN PIPE Force main pipe and fittings shall be ductile iron as follows: a. All ductile iron pipe and fittings shall be manufactured in accordance with ANSI/AWWA C-151/A21.51 and shall be Class 51 or greater. Ductile iron pipe and fittings for water mains shall have an asphaltic outside coating and a cement lining inside in accordance with ANSI/AWWA C104/A21.4. Ductile iron pipe and fittings for sanitary sewer force main shall have a PROTECTO 401 ceramic epoxy interior lining with a minimum dry film thickness of 40 mils. All fittings shall be restrained joint. All pipe and fittings shall be manufactured by American, McWane, U.S. Pipe, or approved equal. b. Bell Restraint: Ductile iron pipe bell restraint shall consist of a wedge action restraint ring on the spigot joined to a split ductile iron ring behind the bell. The restraint ring shall have individually actuated wedges that increase their resistance to pullout as pressure or external forces increase. The restraint ring and its wedging components shall conform to ASTM A536. The wedges shall be heat treated to a minimum hardness of 370 BHN. Torque limiting twist off nuts shall be used to insure proper actuation of the restraining wedges. The split ring shall conform to ASTM A 536. The connecting tie rods that join the tow rings shall be make of low alloy steel that conforms to one safety factor, of 350 psi in sizes 16- inch and below and 250 psi in sizes 18-inch through 36-inch. The product shall be the series 1700 Megalug restraint harness manufactured by EBAA Iron or approved equal. C. Mechanical Joint Restraint: Gland body and restraint components shall be made from ductile iron and can be used with the standardized mechanical joint bell conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of the latest version. Restraint assembly shall be capable of full deflection both during and after assembly. The restraint shall be Series 1100 Megalug as produced by EBBA Iron or approved equal. d. All ductile iron pipe and fittings shall be polyethylene encased (minimum 8 mil thick and color coded) in accordance with ANSI/AWWA A21.5/C105 and ASTM A 674. Polyethylene encasement shall be green in color for sanitary sewer mains and blue for potable water mains. TBE Group, Inc. Supplementary Technical Specifications J:A00083\00083169.00\DOC\Specs\SectionlVa.doc Section IVa-2 FebrUeM* 015 Attachment number 6 Page 203 of 352 20.4 TESTING 20.4.1 TESTING OF GRAVITY SEWERS Deflection tests shall be performed on all flexible pipe. The test shall be conducted after the final backfill has been in place for at least 30 days to permit stabilization of the soil-pipe system. No pipe shall exceed a deflection of 5 percent. If deflection exceeds 5 percent, replacement or correction shall be accomplished in accordance with requirements in the approved specifications. The rigid ball or mandrel used for the deflection test shall have a diameter not less than 95 percent of the base inside diameter or average inside diameter of the pipe depending on which is specified in the ASTM specification, including the appendix, to which the pipe is manufactured. The pipe shall be measured in compliance with ASTM D 2122 Standard Test Method of determining dimensions of thermoplastic pipe and fittings. The test shall be performed without mechanical pulling devices. SUPPLEMENTARY TECHNICAL SPECIFICATIONS DIVISION I - GENERAL REQUIREMENTS 01010 Summary of Work ................................................................... 01010-1 THRU 01010-5 01025 Measurement and Payment ..................................................... 01025-1 THRU 01025-4 01046 Modifications to Existing Structures Piping, and Equipment 0 1046-1 THRU 01046-2 01090 Reference Standards ................. 01310 Construction Schedules ........... .................................. 01090-1 THRU 01090-3 ................................... 01310-1 THRU 01310-3 01340 Shop Drawings, Product Data, and Samples .......................... 01340-1 THRU 01340-3 01370 Schedule of Values ..................................................................01370-1 THRU 01370-2 01500 Construction Facilities and Temporary Controls ................... 01500-1 THRU 01500-6 01570 Traffic Control .........................................................................01570-1 THRU 01570-3 01600 Material and Equipment .......................................................... 01600-1 THRU 01600-3 01650 Starting of Mechanical Systems .............................................. 01650-1 THRU 01650-3 01700 Contract Closeout ....................................................................01700-1 THRU 01700-3 01730 Operating and Maintenance Data ..................................01730-1 THRU 01730-5 DIVISION 2 - SITE WORK 02220 Structure Excavation and Backfill ........ .....................02220-1 THRU 02220-4 TBE Group, Inc. Supplementary Technical Specifications J:A00083\00083169.00\DOC\Specs\SectionlVa.doc Section Wa-3 FebrUeM* 015 Attachment number 6 Page 204 of 352 02221 Trenching, Backfilling and Compacting ................................. 02221-1 THRU 02221-5 02532 Fiberglass Manhole .................................................................. 02532-1 THRU 02532-6 02574 Pavement Removal and Replacement ................................... 02574-1 THRU 02574-5 DIVISION 3 - CONCRETE 03300 Concrete ..................................................................................03300-1 THRU 03300-10 03600 Grout .........................................................................................03600-1 THRU 03600-2 DIVISION 9 - FINISHES 09910 Existing Wet Well Rehabilitation ........................................... 09910-1 THRU 09910-4 DIVISION 11 - EQUIPMENT 11305 Submersible Sewage Pumps, Controls, and Panels .............11305-1 THRU 11305-10 DIVISION 15 -MECHANICAL 15050 Piping, Fittings, Valves, and Accessories .............................15050-1 THRU 15050-15 DIVISION 16 - ELECTRICAL 16050 Electrical - General Provisions ...............................................16050-1 THRU 16050-5 16100 Basic Materials and Methods ..................................................16100-1 THRU 16100-2 16110 Raceways and Fittings .............................................................16110-1 THRU 16110-2 16120 Wires and Cables .....................................................................16120-1 THRU 16120-3 16170 Overcurrent Protective Devices ..............................................16170-1 THRU 16170-2 16500 Lighting Fixtures ......................................................................16500-1 THRU 16500-1 16941 Pump Station Electrical Provisions .......................................16941-1 THRU 16941-12 TBE Group, Inc. Supplementary Technical Specifications J:A00083\00083169.00\DOC\Specs\SectionlVa.doc Section Wa-4 FebrUeM* 015 Attachment number 6 Page 205 of 352 SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work covered by these specifications comprises, in general, the furnishing of all labor, equipment, materials. The work shall include the performing of all operations to rehabilitate Pump Station 41 for the City of Clearwater as described and specified further in these Technical Specifications, and as shown on the Contract Drawings. B. Pump Station 41 will be rehabilitated in place as described in the attached drawings. C. Pump Station 41 will receive new pumps, piping, and electrical modifications as described on the attached plans and specified herein. D. Except as specifically noted, the Contractor shall provide and pay for: 1. Labor, materials, tools, construction equipment, and machinery. 2. Bypass pumping, including redundancy, to assure the continuous operation of the wastewater collection system through construction. 3. Continuous operation of all utilities throughout construction. 4. Water and utilities required for construction. 5. Other facilities and services necessary for proper execution and completion of the work. 6. Testing lab services. 7. Hiring of Data Flow Systems to evaluate the height and position of the telemetry antenna. 8. Connection fees and permits as required. E. The Contractor shall comply with all codes, ordinances, rules, regulations, orders and other legal requirements of the City of Clearwater. F. The contractor shall attend Progress Meetings, usually every two weeks. G. The contractor is to deliver an updated Submittal Log and an updated RFI Log at each Progress Meeting. H. A Submittal Schedule is to be delivered by the contractor at the Preconstruction Meeting. It shall list all the required submittals for the project. No additional contract time will be added due to untimely submission of submittals. Cardno TBE Summary of Work J:A00083\00083169.00\DOC\Specs\01010.doc 01010-1 FebRW2ffiol5 Attachment number 6 Page 206 of 352 I. An RFI Log shall be maintained by the contractor. No additional contract time will be added due to the untimely submission of RFIs. J. All change orders must have City approval prior to acceptance. K. A Generic Groundwater Discharge Permit is required for discharging drainage water into the City's storm system or bodies of water. Groundwater samples shall be taken and tested by a laboratory before the permit is issued. 1.02 CONSTRUCTION SURVEY AND RECORD DRAWINGS A. The Contractor shall be responsible for all construction stakes required to complete the work. Construction stakes shall be provided by a survey crew working under the direction of a surveyor registered in the State of Florida, and qualified to perform the type of survey stakeout required by the plans and details. All work items shall be staked, flagged and marked in such manner to afford easy identification by the Contractor and the Owner's Representative. Whenever stakes are lost, they shall be replaced before continuing with the work. B. The Contractor shall provide four sets of certified record drawings, signed and sealed by a surveyor registered in the state of Florida and an AutoCad file. The record drawings shall show final grades, locations and elevations of all equipment and utilities. All grades, locations and elevations shall be determined by the surveyor. All valves, fittings and other appurtenances shall be shown. Information shall be presented as x, y data in the State Plane coordinates utilizing North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. C. At the completion of the work, the record drawings shall be delivered to the Engineer for review and approval prior to requesting final payment. If there are any discrepancies noted on the record drawings, they will be returned to the Contractor for checking and correction of work as determined by the Engineer. 1.03 EROSION AND SEDIMENT CONTROL A. The Contractor shall implement erosion and sediment control practices that will prevent the introduction of pollutants into the storm water system. Erosion and sediment controls shall include both stabilization practices and structural practices. B. The Contractor shall take adequate precautions to prevent siltation and bank erosion in discharging well point systems or during other construction activities. This includes the placement of erosion control devices, such as silt barriers or settling basins, when necessary to prevent silt from entering the drainage system. Whenever traffic will be leaving a construction site and moves directly onto a public road or other paved area, a temporary gravel construction entrance, per Cardno TBE Summary of Work J:A00083\00083169.00\DOC\Specs\01010.doc 01010-2 FebftW2ffiol5 Attachment number 6 Page 207 of 352 City of Clearwater Standards, shall be installed to reduce the amount of sediment transported onto public roads by motor vehicles or runoff. The entrance shall be maintained in a condition that will prevent tracking or flow of sediments onto public rights-of way. All materials spilled, dropped, washed, or tracked from vehicles onto roadways or into storm drains must be removed immediately. The road or paved area must be swept daily for sediments and stones. C. All erosion and sediment control devices shall be checked daily or immediately after a storm event and shall be cleaned out and/or repaired as required. All erosion and sediment control methods shall be in accordance with F.D.O.T. Index No. 102 and shall comply with all state and local water quality standards. The City Engineer or the appointed City personnel has the right to enforce immediate cleanup and maintenance of any and all sediments on or off site. D. If required, the Contractor shall obtain an Environmental Resource Permit for groundwater discharge. 1.04 HOUSEKEEPING BEST MANAGEMENT PRACTICES A. A construction site management plan shall be developed by the Contractor to prevent pollutants from entering the storm water system. Pollutants include but are not limited to oils, grease, paints, gasoline, concrete truck washdown, solvents, litter, debris and sanitary waste. B. The construction site management plan shall designate areas for equipment maintenance and repair; shall provide waste receptacles at convenient locations and shall provide regular collection of wastes; shall locate equipment washdown areas on site and shall provide appropriate control of washwaters; shall provide protected storage areas for chemicals, paints, solvents fertilizers and other potentially toxic materials; and shall provide adequately maintained sanitary facilities 1.05 STORAGE OF MATERIALS A. The Contractor shall furnish suitable storage facilities. All materials, supplies and equipment intended for use in the work shall be suitably stored by the Contractor to prevent damage from exposure, admixture with foreign substances, or vandalism or other cause. The Engineer will refuse to accept, or sample for testing, materials, supplies or equipment that have been improperly stored, as determined by the Engineer. B. Materials found unfit for use shall not be incorporated in the work and shall immediately be removed from the construction or storage site. Delivered materials shall be stored in a manner acceptable to the Engineer before any payment for same will be made. Materials strung out along the line of Cardno TBE Summary of Work J:A00083\00083169.00\DOC\Specs\01010.doc 01010-3 FebRW2ffiol5 Attachment number 6 Page 208 of 352 construction will not be allowed unless the materials will be installed within one week from the time of unloading and stringing out. 1.06 PRESERVATION OF PROPERTY A. The Contractor shall preserve from damage all property along the line of the work, or which is in the vicinity of or is in any way affected by the work, the removal or destruction of which is not called for by the plans. Wherever such property is damaged due to the activities of the Contractor, it shall be immediately restored to its original condition by the Contractor at no cost to the Owner. B. In case of failure on the part of the Contractor to restore such property, or to make good such damage for injury, the Owner may, after 48 hours notice to the Contractor, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary, and the cost thereof will be deducted from any monies due, or which may become due, the Contractor under this contract. 1.07 CLEAN UP A. The Contractor shall keep the construction site free of rubbish and other materials and restore to their original conditions those portions of the site not designated for the alteration by the Contract Documents. Clean up and restoration shall be accomplished on a continuing basis throughout the contract period and in such a manner as to maintain a minimum of nuisance and interference to the general public and residents in the vicinity of the work. B. The Contractor shall also remove, when no longer needed, all temporary structures and equipment used in his operation. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the Contract Documents shall be immediately restored to original condition upon completion of the project. C. The submitted construction schedule shall indicate this construction sequence: • Debris piles shall be removed within 5 consecutive calendar days. • Concrete driveways and sidewalks shall be replaced within 10 consecutive calendar days of removal. Resident access shall be maintained at all times. • All arterial and collector roadways shall be restored ASAP. • Local streets and asphalt driveways shall be restored as soon as a sufficient quantity is generated, however, this is never to exceed 15 consecutive calendar days. Local and resident access shall be maintained at all times. • Sod must be restored within 10 days of a successful pressure test. It must be watered for a period of 30 days after it is placed. Erosion control and dust control of denuded areas must be maintained at all times. Cardno TBE Summary of Work J:A00083\00083169.00\DOC\Specs\01010.doc 01010-4 FebRW2ffiol5 Attachment number 6 Page 209 of 352 1.08 PUBLIC SAFETY AND CONVENIENCE A. The Contractor shall at all times so conduct his work as to ensure the least possible obstruction to traffic, or inconvenience to the general public and residents in the vicinity of the work. No road or street shall be closed to the public, except with the permission of the Engineer and other jurisdictional governmental authority, if any. Fire hydrants on or adjacent to the work shall be kept accessible. Provisions shall be made by the Contractor to ensure public access to sidewalks, public telephones, and the proper functioning of all gutters, sewer inlets, drainage ditches, and irrigation ditches. No open excavation shall be left overnight except during road closing. All open excavation within the roadway shall be backfilled and a temporary asphalt patch applied prior to darkness each day. A cold asphalt patch is acceptable. 1.09 SAFETY AND OSHA COMPLIANCE A. The Contractor shall comply in all respects with all Federal, State and Local safety and health regulations. Copies of the Federal regulations may be obtained from the U.S. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington, DC 20210 or their regional offices. B. The Contractor shall comply in all respects with the applicable Workman's Compensation Law. 1.10 CONTRACTOR'S USE OF PREMISES A. Coordinate the use of premises under direction of Engineer. B. Assume full responsibility for the protection and safekeeping of equipment and materials stored on the site. C. Move any stored Products, under Contractor's control, which interfere with operations of the Owner or separate Contractor. END OF SECTION Cardno TBE Summary of Work J:A00083\00083169.00\DOC\Specs\01010.doc 01010-5 FebftW2ffiol5 Attachment number 6 Page 210 of 352 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 EXPLANATION AND DEFINITIONS The following explanation of the Measurement and Payment for the bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the bid form or relieve the Contractor of the necessity of furnishing such as part of the Contract. 1.02 PAYMENT A. Payment shall be made for the items listed on the Bid Form on the basis of the work actually performed and completed. Such work shall include, but is not limited to, the furnishing of all necessary labor, materials, tools, equipment, transportation, clean up, and all other incidentals and appurtenances to complete the construction and installation of the work, to the configuration and extent as shown on the drawings, and described in the specifications. B. It is intended that all mobilization, insurance, bond, license and other miscellaneous administrative costs, and all other costs to the Contractor not specifically identified in the following item description be distributed among and included in the unit prices stated. No additional payment shall be made for transportation, communications, office maintenance, project signs, and other incidental work or services, and no further payment shall be made for remobilization unless all of the work is suspended by the Engineer for a period in excess of three months and through no fault of the Contractor. C. All required testing and certification should be included in the unit prices shown in the Proposal and Contract. All testing shall be paid for by the Contractor. PART 2 - MATERIALS Not Used Cardno TBE Measurement and Pam J:A00083\00083169.00\DOC\Specs\01025.doc 01025-1 FebRW2ffiol5 Attachment number 6 Page 211 of 352 PART 3-EXECUTION 3.01 MOBILIZATION - Bid Item No. 1 A. Payment for mobilization will include documented and justified costs associated with preparatory work and operations necessary to begin work on the Project, including but not limited to those operations necessary for the movement of personnel, equipment supplies, and incidentals to the Project site(s), and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities as required by the Plans and Specifications and all applicable federal, state, and local laws and regulations. B. The cost of bonds and any other required insurance and any other pre-construction expenses necessary for the start of the Work, excluding the cost of construction materials, shall also be included in this Pay item. C. The Work specified under this Pay Item will be paid for at the Contract lump sum price, in accordance with the following schedule: Percent of Original Contract Amount Earned 5 10 25 50 Allowable Percent of Lump Sum Price for Mobilization 25 50 75 100 3.02 MAINTENANCE OF TRAFFIC - Bid Item No. 2 A. Description: The work specified in this Item consists of maintaining traffic within the limits of the project for the duration of the construction period including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc. along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust, and any other special requirements for safe and expeditious movement of traffic or pedestrians as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance. B. Measurement: The quantity of Maintenance of Traffic to be paid for under this Item shall be measured as one lump sum quantity. Partial payments will be pro-rated throughout the duration of construction of this Project in direct proportion to the percent completion of the work, as determined by the ratio of the payment requested to the total contract price. Cardno TBE Measurement and Pam J:A00083\00083169.00\DOC\Specs\01025.doc 01025-2 FebftW2ffiol5 Attachment number 6 Page 212 of 352 C. Payment: The quantities, as determined above, shall be paid for at the contract lump sum price set out in the Proposal, which price and payment constitutes full compensation for all the work described herein. 3.03 FURNISH AND INSTALL PUMP STATION 41 REHABILITATION - Bid Item No. 3 D. Description: This bid item describes measurement and payment for the rehabilitation of Pump Station 41 complete as specified and shown on the Drawings. E. Measurement and Payment: Payment of the lump sum agreed on in the bid form shall be full compensation for furnishing all labor, materials, equipment and incidentals required to complete the rehabilitation of Pump Station 41 complete as shown on the Drawings and specified in these Technical Specifications, excluding those items for which measurement and payments are separately specified. Payment shall include, but not be limited to, full compensation for removal and disposal of existing pump station components as described within the plans, furnishing and installing a wet well epoxy lining system, valve vault, influent fiberglass manhole with inside drop tee, wet well connection, force main connection, sheeting, shoring and bracing, backfill, erosion and sedimentation control, protection of existing structures and utilities, utility coordination, coatings, two (2) pumps, guide rails, piping, fittings, couplings, restraints, valves, bypass assembly, hatches, concrete driveway and slabs, pump control panel, electrical wiring, conduit, RTU and telemetry equipment, electrical appurtenances, electrical supply, hiring of Data Flow Systems to analyze and evaluate the relocated position of the existing antenna, cleaning and testing, all restoration including but not limited to sidewalks, curbs, asphalt, sod, etc; and all other work and equipment required for a full, operable, and complete installation as shown on the Drawings and as specified herein. Data Flow Systems shall be hired to analyze and evaluate the position of the telemetry antenna. 3.04 FURNISH AND INSTALL BYPASS PUMPING - Bid Item No. 4 A. Description: This bid item describes measurement and payment for bypass pumping during the rehabilitation of Pump Station 41. B. Measurement and Payment: Payment of the lump sum agreed on in the bid form shall be full compensation for furnishing all labor, materials, power, equipment and incidentals required to setup, maintain and operate a temporary sewage bypass system as necessary during the proposed construction. Payment shall include, but not be limited to, compensation for temporary flow control via bypass pumps and associated piping; required power and/or fuel; standby pump for each size bypass pump utilized; continued operation of existing SCADA system during bypass; emergency response to alarm notification of breakdown or failure of the bypass system; any fines and/or restoration associated with wastewater spills; Cardno TBE Measurement and Pam J:A00083\00083169.00\DOC\Specs\01025.doc 01025-3 FebRW2ffiol5 Attachment number 6 Page 213 of 352 sanitizing, flushing, and disassemble of bypass system, restoration of area to existing condition, and all other items necessary to conduct temporary bypass pumping. 3.05 CONTINGENCY - Bid Item No. 5 A. Description: The work covered by this item consists of unforeseen items of work not included in other bid items but necessary for accomplishing the work and shall apply only to extra work or additional items over and above those specified or shown on the plans. The cost of this additional work shall be agreed upon in writing and approved by the Director of Utilities Engineering or his authorized representative prior to starting this additional work. The value of the work shall be based on unit prices or similar bid items called for in the proposal. B. Measurement: The quantities of unspecified work to be paid under this item shall be measured in place, completed and accepted. C. Payment: The Owner has calculated this item on the Bid Form, and has established the item total to be used in calculating the total Base Bid. This item will be treated as a contingency, against which the Owner, at his discretion, may direct work not shown on the plans, or require other additional work which falls within the general scope work for the project, as approved in writing from the Owner. The final project change order shall include all additional costs approved under the contingency. This item is for contingency if required during the course of the project to facilitate the project, and will be paid only after written authorization to include the item in the progress payments. END OF SECTION Cardno TBE Measurement and Pam J:A00083\00083169.00\DOC\Specs\01025.doc 01025-4 FebRW2ffiol5 Attachment number 6 Page 214 of 352 SECTION 01046 MODIFICATIONS TO EXISTING STRUCTURES, PIPING, AND EQUIPMENT PART 1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment, and incidentals required to modify, alter and/or convert existing structures as shown or specified. B. Existing structures, piping, and equipment shall be removed and dismantled as necessary for the installation of the new equipment in accordance with the requirements herein specified. PART 2 - PRODUCTS Not Used PART 3-EXECUTION 3.01 GENERAL A. The Contractor shall cut, repair, reuse, excavate, demolish or otherwise remove parts of the existing structures or appurtenances, as indicated on the Drawings, herein specified, or necessary to permit completion of the work under this Contract. He shall dispose of surplus materials resulting from the above work in an approved manner. The above work shall include the cutting of grooves and chases in existing masonry to permit the proper bonding of new masonry to old, repointing of existing masonry, the drilling of holes into existing masonry for the purpose of setting dowel rods, anchor bolts, or other appurtenances, and the cutting of holes in masonry for the installation of pipe, conduits, and other appurtenances. The work shall included all necessary cutting and bending of reinforcing steel, structural steel, or miscellaneous metal work found embedded in the existing structures. B. No existing structure, equipment, or appurtenance shall be shifted, cut, removed, or otherwise altered except with the express approval of and to the extent approved by the Owner/Engineer. C. When removing materials or portions of existing structures and when making openings in walls and partitions, the Contractor shall take all precautions and use Cardno TBE Modifications to Existing Structures. Piping, and Equipment J:A00083\00083169.00\DOC\Specs\01046.doc 01046-1 EebRW2ffiol5 Attachment number 6 Page 215 of 352 all necessary barriers and other protective devices so as not to damage the structures beyond the limits necessary for the new work, not to damage the structures or contents by falling or flying debris. D. Materials and equipment removed in the course of making alterations and additions shall remain the property of the Owner, except that items not salvageable, as determined by the Engineer and the Owner shall become the property of the Contractor to be disposed of by him off the site of the work at his own place of disposal. Operating equipment shall be thoroughly cleaned and then lubricated and greased for protection during prolonged storage. E. All work of altering existing structures shall be done at such time and in such manner as will comply with the approved time schedule. So far as possible before any part of the Work is started, all tools, equipment, and materials shall be assembled and made ready so that the work can be completed without delay. F. All workmanship and new materials involved in constructing the alterations shall conform to the Specifications for the classes of work insofar as such specifications are applicable. G. All cutting of existing masonry or other material to provide suitable bonding to new work shall be done in a manner to meet the requirements of the respective Section of these Specifications covering the new work. When not covered, the work shall be carried on in the manner and to extent directed by the Owner/Engineer. H. Where holes in existing masonry are required to be sealed, unless otherwise herein specified, they shall be sealed with cement mortar or concrete. The sides of the openings shall be provided with keyed joints and shall be suitably roughened to furnish a good bond and make a watertight joint. All loose or unsound material adjacent to the opening shall be removed, and if necessary, replaced with new material. The method of placing the mortar seal shall provide a suitable means of releasing entrapped air. I. Surfaces of seals visible in the completed work shall be made to match as nearly as possible the adjacent surfaces. J. Nonshrink grout shall be used for setting wall castings, sleeves, doweling anchors into existing concrete and elsewhere as shown. 3.02 CLEANING EXISTING STRUCTURES A. Before commencing work on each structure, the Contractor shall remove and dispose of, away from the site, any sand, sludge, and other solids remaining in such structures. END OF SECTION Cardno TBE Modifications to Existing Structures. Piping, and Equipment J:A00083\00083169.00\DOC\Specs\OI046.doc 01046-2 EebRW2ffiol5 Attachment number 6 Page 216 of 352 SECTION 01090 REFERENCE STANDARDS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Abbreviation and acronyms used in Contract Documents to identify reference standards. 1.02 QUALITY ASSURANCE A. Application: When a standard is specified by reference, comply with requirements and recommendations stated in that standard, except when requirements are modified by the Contract Documents, or applicable codes establish stricter standards. B. Publication Date: The publication in effect on the date of issue of Contract Documents, except when a specific publication date is specified. 1.03 ABBREVIATIONS, NAMES, AND ADDRESSES OR ORGANIZATIONS Obtain copies of referenced standards direct from publication source, when needed for proper performance of Work, or when required for submittal by Contract Documents. AA Aluminum Association 818 Connecticut Avenue, N.W. Washington, DC 20006 AASHTO American Association of State Highway & Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150 Redford Station Detroit, MI 48219 Al Asphalt Institute Asphalt Institute Building College Park, MD 20740 Cardno TBE Reference Standards J:A00083\00083169.00\DOC\Specs\01090.doc 01090-1 FebRW2ffiol5 Attachment number 6 Page 217 of 352 AISC American Institute of Steel Construction 1221 Avenue of the Americas New York, NY 10020 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 ASME American Society of Mechanical Engineers 345 East 47th Street New York, NY 10017 ASPA American Sod Producers Association Association Building Ninth and Minesota Hastings, NE 68901 ASTM American Society of Testing & Materials 1916 Race Street Philadelphia, PA 19103 AWWA American Water Works Association 6666 W. Quincy Avenue Denver, CO 80235 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue Washington, DC 20036 CRSI Concrete Reinforcing Steel Institute 180 North LaSalle Street, Suite 2110 Chicago, IL 60601 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 Cardno TBE Reference Standards J:A00083\00083169.00\DOC\Specs\01090.doc 01090-2 FebRW2ffiol5 Attachment number 6 Page 218 of 352 NEMA National Electrical Manufacturer's Association 2101 L Street, N. W. Washington, DC 20037 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 20076 PCI Prestressed Concrete Institute 20 North Wacker Drive Chicago, IL 60606 PS Product Standard U.S. Department of Commerce Washington, DC 20203 UL Underwriter's Laboratories, Inc. 333 Pfingston Road Northbrook, Il 60062 PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION Cardno TBE Reference Standards J:A00083\00083169.00\DOC\Specs\01090.doc 01090-3 FebRW2ffiol5 Attachment number 6 Page 219 of 352 SECTION 01310 CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Promptly after award of the Contract, prepare and submit to Engineer estimated construction progress schedules for the Work, with subschedules of related activities which are essential to its progress. B. Submit revised progress schedules to maintain proposed schedule within 30 days of work in place. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract. B. Section 01010: Summary of Work. C. Section 01340: Shop Drawings, Produce Data, and Samples. 1.03 FORM OF SCHEDULES A. Prepare schedules in the form of: 1. Horizontal Bar Chart. 2. Network Analysis System. 3. Other Method Accepted by Owner. B. Format of Listings: The chronological order of the start of each item of work. 1.04 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning, and completion of each major element of construction. Specifically list: a) Site clearing. b) Site utilities. C) Foundation work. d) Structural framing. e) Subcontractor work. f) Equipment installations. g) Delivery of O & M Manuals. Cardno TBE Construction Schedules J:A00083\00083169.00\DOC\Specs\01310.doc 01310-1 FebRW2ffiol5 Attachment number 6 Page 220 of 352 h) Finishings. i) Start-up B. Submittals, Schedule for Shop Drawings, Product Data and Samples. Show: 1. The dates for Contractor's Submittals. 2. The dates revised submittals will be required from the Engineer. C. Provide subschedules to define critical portions of prime schedules. 1.05 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended, and its effect. 3. The effect of changes on schedules of other prime contractors. 1.06 SUBMISSIONS A. Submit initial schedules within 10 days after the effective date of the Agreement. 1. Engineer will review schedules and return review copy within 10 days after receipt. 2. If required, resubmit within seven days after return of review copy. B. With each application for payment, submit progress schedule if revised since last payment request. C. Submit one reproducible transparency which will be returned to the Contractor, plus two copies which will be retained by the Engineer. 1.07 DISTRIBUTION A. Distribute copies of the reviewed schedules to: 1. Job site file. 2. Subcontractors. 3. Other concerned parties. Cardno TBE Construction Schedules J:A00083\00083169.00\DOC\Specs\01310.doc 01310-2 FebRW2ffiol5 Attachment number 6 Page 221 of 352 B. Instruct recipients to report promptly to the Contractor, in writing, any problems anticipated by the projections shown in the schedules. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION Cardno TBE Construction Schedules J:A00083\00083169.00\DOC\Specs\01310.doc 01310-3 FebRW2ffiol5 Attachment number 6 Page 222 of 352 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED Submit Shop Drawings, Product Data, and Samples required by Contract Documents. 1.02 RELATED REQUIREMENTS A. Definitions and Additional Responsibilities of Parties: Conditions of the Contract. B. Section 01700 Contract Closeout. 1.03 SHOP DRAWINGS A. Shop Drawings: The Contractor shall submit detailed and dimensioned working shop drawings showing the construction of the proposed facility and installation of all equipment complete in every respect. Each drawing shall be indexed and/or referenced to the Contract Drawings and Specifications. No work upon the manufacture or fabrication of any equipment shall be performed until the Engineer has reviewed and returned the shop drawings marked with "make corrections as noted or no exceptions taken." The Contractor shall also submit layout drawings showing exact installation, piping and details for the units being submitted. B. The Contractor shall review, approve and sign all shop drawings. Contractor is responsible for dimensions and field conditions. Any deviations from plans or specifications shall be clearly shown. C. Drawings shall be presented in a clear and thorough manner. D. Details shall be identified by reference of sheet and detail or schedule. E. Minimum sheet size: 8-1/2 X 11 inches. 1.04 PRODUCT DATA A. Preparation 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. Cardno TBE Shop Drawings. Product Data, and Samples J:A00083\00083169.00\DOC\Specs\01340.doc 01340-1 FebRW2ffiol5 Attachment number 6 Page 223 of 352 4. Show wiring or piping diagrams and controls. B. Manufacture's standard schematic drawings and diagrams: 1. Modify drawings and diagrams by deleting applicable to the work. 2. Supplement standard information to provide applicable to the work. 1.05 CONTRACTOR RESPONSIBILITIES information which is not information specifically A. Review Shop Drawings, Product Data and Samples prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the Work and of the Contract Documents. D. Notify the Engineer in writing, at time of submission, of any deviations in the submittals from requirements of the contract Documents. E. Begin no fabrication or work which requires approved submittals until return of submittals by Engineer 1.06 SUBMISSION REQUIREMENTS A. Make submittals in such sequence as to cause no delay in the work. B. Number of submittals required: 1. Shop Drawings and Product Data: Submit four (4) copies. 2. Samples: Submit the quantity stated in each specification section. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contract identification. 4. The names of: a) Contractor b) Supplier c) Manufacturer 5. Identification of the product, with the specification section number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. Cardno TBE Shop Drawings. Product Data, and Samples J:A00083\00083169.00\DOC\Specs\01340.doc 01340-2 FebRW2ffiol5 Attachment number 6 Page 224 of 352 8. Applicable standards, such as ASTM or Federal specification numbers. 9. Identifications of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8-inch X 3.5-inch blank space for Contractor and Engineer stamps. 12. CONTRACTOR'S stamp intitialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements of the Work and of Contract Documents. 1.07 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals noted by the Engineer and resubmit unless otherwise noted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those suggested by the Engineer. C. Samples: Submit new samples as required for initial submittal. 1.08 ENGINEER'S DUTIES A. Review submittals within 14 days or in accord with the schedule. B. Affix stamp and initials or signature, and indicate status of submittal. C. Return submittals to Contractor for distribution, or resubmission. D. Review initial submittals and one resubmittal. Resubmittals that cannot be approved will be returned. Additional resubmittals will be reviewed by the Engineer, and costs for time and materials for reviewing resubmittals will be back charged by the Engineer to the Contractor. END OF SECTION Cardno TBE Shop Drawings. Product Data, and Samples J:A00083\00083169.00\DOC\Specs\01340.doc 01340-3 FebRW2ffiol5 Attachment number 6 Page 225 of 352 SECTION 01370 SCHEDULE OF VALUES PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the Engineer a Schedule of Values allocated to the various portions of the Work, within ten days after award of contract. B. Upon the request of the Engineer, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Engineer, shall be used only as the basis for the Contractor's Applications for Payment. D. Related Requirements in Other Parts of the Contract Documents. 1. Agreement 2. General Conditions 3. Supplementary Conditions 1.02 RELATED REQUIREMENTS A. Section 01600: Material and Equipment. 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on 8-1/2-inch X 11-inch white paper; Contractor's standard forms and automated printout will be considered for approval by Engineer upon Contractors request. Identify schedule with: 1. Title of Project, location and (City, County, Owner) Project Number. 2. Engineer and Engineer's Project number. 3. Name and Address of Contractor. 4. Date of Submission. B. Schedule shall list the installed value of the component parts of the Work, in sufficient detail to serve as a basis for computing values for progress payments during construction. C. Follow the table of contents of these Specifications as the format for listing component items. 1. Identify each line item with the number and title of the respective major section of the specifications. Cardno TBE Schedule of Values J:A00083\00083169.00\DOC\Specs\01370.doc 01370-1 FebftW2ffiol5 Attachment number 6 Page 226 of 352 D. For each major line item list sub-values of: 1. Major products or operations under the item. 2. Contract conditions, such as: bonds, insurance premiums, job mobilization, construction facilities and temporary controls. E. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded, with taxes paid. b. The total installed value. F. The sum of all values listed in the schedule shall equal the total Contract Sum. 1.04 SUBSCHEDULE OF UNIT MATERIAL VALUES A. Submit a subschedule of unit costs and quantities for: 1. Products specified under a unit cost allowance in Section 01020. 2. Products on which progress payments will be requested for stored products. B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the same as the line item in the Schedule of Values. C. The unit quantity for bulk materials shall include an allowance for normal waste. D. The unit values for the materials shall be broken down into: 1. Cost of the material, delivered and unloaded at the site, with taxes paid. 2. Installation costs, including Contractor's overhead and profit. E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the Schedule of Values. PART 2 - PRODUCTS Not Used. PART 3-EXECUTION Not Used. END OF SECTION Cardno TBE Schedule of Values J:A00083\00083169.00\DOC\Specs\01370.doc 01370-2 FebRW2ffiol5 Attachment number 6 Page 227 of 352 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utilities required for construction, remove on completion of Work. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code B. Comply with Federal, State and local codes and regulations and with utility company requirements PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY AND LIGHTING A. Arrange with utility company, provide service required for power and lighting, and pay all costs for service and for power used. B. Install circuit and branch wiring, with area distribution boxes located so that power and lighting is available throughout the construction by the use of construction-type power cords. C. Provide adequate artificial lighting for all areas of work when natural light is not adequate for work, and for areas accessible to the public. Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\OI500.doc 01500-1 FebRW2ffiol5 Attachment number 6 Page 228 of 352 2.03 TEMPORARY HEAT AND VENTILATION A. Provide temporary heat and ventilation as required to maintain adequate environmental conditions to facilitate progress of the Work, to meet specified minimum conditions for the installation of materials, and to protect materials and finishes from damage due to temperature or humidity. B. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors or gases. C. Portable heaters shall be standard approved units complete with controls. D. Pay all costs of installation, maintenance, operation and removal, and for fuel consumed. 2.04 TEMPORARY TELEPHONE SERVICE A. Arrange with local telephone service company to provide direct line telephone service at the construction site. Service required: 1. One direct line instrument in Field Office of Contractor. 2. Other instruments at the option of the contractor, or as required by regulations. B. Pay all costs for installation, maintenance and removal, and service charges for local calls. Toll charges shall be paid by the parry who places the call. 2.05 TEMPORARY WATER A. Provide water for construction and potable purposes; pay all costs for installation, maintenance and removal. B. The Contractor will pay for all water used and pay for applicable deposits. C. Make conservative use of water. D. Water will be supplied via a hydrant meter. The contractor is to acquire a hydrant construction meter through Customer Service and pay for any water used during construction. E. All connections to hydrants to be made by Owner's personnel. F. Non-potable water for general construction purposes shall be clean, non-turbid, and non-saline; and acceptable to the Engineer. G. Water utilization for concrete plaster and mortar shall meet the respective Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\OI500.doc 01500-2 FebRW2ffiol5 Attachment number 6 Page 229 of 352 requirements and standards set forth for water utilized in these construction materials. H. The Owner will make water available at designated hydrants on the Owner's water system for use by the Contractor. 2.06 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities in compliance with laws and regulations. B. Service, clean and maintain facilities and enclosures. C. Existing plumbing facilities shall not be used by construction personnel. 2.07 TEMPORARY ACCESS ROAD AND PARKING A. Site Access Roads: 1. Construct new temporary access roads over designated easements from public thoroughfare to site entrance. B. On-Site Roads and Parking Areas: 1. Locate roads, drives, walks and parking facilities to provide uninterrupted access to construction offices, mobilization, work, storage areas, and other areas required for execution of the contract. 2. Submit proposed location for Engineer's approval. 3. Provide access for emergency vehicles. a. Maintain driveways a minimum of 15 feet wide, between and around combustible materials in storage and mobilization areas. 4. Maintain traffic areas free as possible of excavated materials, construction equipment, products and debris. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Provide traffic control devices as required by governing authorities along established public thoroughfares which will be used as haul routes to site access. 2.08 TEMPORARY CONTROLS A. Noise Control: 1. Sound levels measured by the City personnel shall not exceed 65 dBA 6PM to 7 AM or 80 dBA 7 AM to 6PM within twenty feet of the boundaries of the site. Sound levels in excess of these values are sufficient cause to have the work halted until equipment noise can be lowered to these levels. Work stoppage by the City for excessive noise shall not relieve the Contractor of the other portions of this specification Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\OI500.doc 01500-3 FebftW2ffiol5 Attachment number 6 Page 230 of 352 including, but not limited to completion of all work within specified contract time and contract price. 2. If mufflers cannot achieve the necessary noise reduction, noise abatement shall be accomplished by the Contractor's installation of baffles (or other acceptable means) positioned to break line-of-sight from the noise source to affected residences and/or commercial structures. Minimum noise abatement measures shall consist of equipping all engines with hospital grade mufflers or silencers. B. Dust Control: 1. Provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air-borne dust from dispersing into the atmosphere. C. Water Control: 1. Provide methods to control surface water to prevent damage to the Project, the site, or adjoining properties. a. Control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. 2. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface water. 3. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. D. Pest Control: Not Used E. Rodent Control: 1. Provide rodent control as necessary to prevent infestation of construction or storage area. a. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. b. Should the use of rodenticides be considered necessary, submit an informational copy of the proposed program to Owner with a copy to Engineer. Clearly indicate: 1) The area or areas to be treated. 2) The rodenticides to be used, with a copy of the manufacturer's printed instructions. 3) The pollution preventative measures to be employed. 2. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\01500.doc 01500-4 FebRW2ffiol5 Attachment number 6 Page 231 of 352 F. Debris Control: 1. Maintain all areas under Contractor's control free of extraneous debris. 2. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking areas, or along access roads and haul routes. a. Provide acceptable containers for deposit of debris. b. Prohibit overloading of trucks to prevent spillages on access and haul routes. 1) Provide periodic inspection of traffic areas to enforce requirements. 3. Schedule periodic collection and disposal of debris. a. Provide additional collections and disposals of debris whenever the periodic schedule is inadequate to prevent accumulation. G. Pollution Control: 1. Provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and to remove contaminated soils or liquids. a. Excavate and dispose of any contaminated earth off-site, and replace with suitable compacted fill and topsoil. 3. Take special measure to prevent harmful substances from entering public waters. a. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams, or in sanitary or storm sewers. 4. Provide systems for control of atmospheric pollutants. a. Prevent toxic concentrations of chemicals. b. Prevent harmful dispersal of pollutants into the atmosphere. H. Erosion Control: 1. Plan and execute construction and earth work by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes and drains. 2. Construct fills land waste areas by selective placement to eliminate surface silts or clays which will erode. 3. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\OI500.doc 01500-5 FebRW2ffiol5 Attachment number 6 Page 232 of 352 PART 3-EXECUTION 3.01 GENERAL A. Comply with applicable requirements specified in Division 15 - Mechanical, and in Division 16 - Electrical. B. Maintain and operate systems to assure continuous service. C. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. C. Restore permanent facilities used for temporary services to specified condition. 1. Prior to final inspection, remove temporary lamps and install new lamps. END OF SECTION Cardno TBE Construction Facilities and Temporary Controls J:A00083\00083169.00\DOC\Specs\01500.doc 01500-6 FebRW2ffiol5 Attachment number 6 Page 233 of 352 SECTION 01570 TRAFFIC CONTROL PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide, operate and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow around the construction area. B. Remove temporary equipment and facilities when no longer required, restore grounds to original, or to specified conditions. 1.02 REFERENCES Traffic regulation shall be in accordance with F.D.O.T. Roadway and Traffic Design Standards Series 600, latest Ed., Manual on Uniform Traffic Control Devices, latest Ed., and FDOT Standard Specifications, latest Ed. 1.03 TRAFFIC CONTROL PLAN A. The Contractor is to prepare a traffic control plan and/or policy statement for each phase of construction. This plan is to be presented to the City Engineer at or before the pre-construction meeting. B. All proposed traffic control plans and policy statements shall be complete and in compliance with Section 1.02. 1.04 TRAFFIC SIGNALS AND SIGNS A. Provide and operate traffic control and directional signals required to direct and maintain an orderly flow of traffic in all areas under Contractor's control, or affected by Contractor's operations. B. Provide traffic control and direction signs, post mounted, at all areas required by Section 1.02. C. Traffic Signals - Construction requiring traffic signal modification shall be reported to the City Engineer at least 72 hours prior to the commencement of such activities. All excavation work within 30 feet of any traffic signal shall be reported to the City Engineer at least 72 hours prior to its commencement. Cardno TBE Traffic Control J:A00083\00083169.00\DOC\Specs\01570.doc 01570-1 FebRW2ffiol5 Attachment number 6 Page 234 of 352 D. All existing traffic signs shall remain visible throughout construction activities unless superseded by required construction signing. 1.05 FLAGMEN A. Provide qualified and suitably equipped flagmen when construction operations encroach on traffic lanes, as required for regulation of traffic (See Section 1.02). 1.06 FLARES AND LIGHTS A. Provide lights as required by Section 1.02. 1. To clearly delineate traffic lanes and to guide traffic as required in Section 1.02 2. For use by flagmen in directing traffic. B. Provide illumination of critical traffic and parking areas as required in Section 1.02. 1.07 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner's operations, or construction operations. B. Monitor parking of construction personnel's private vehicles. 1. Maintain free vehicular access to and through parking areas and driveways. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.08 CONSTRUCTION VEHICLES A. All slow moving construction vehicles shall have a slow moving sign visible from the rear of the vehicle. B. All vehicles used for construction activities shall have audible back-up warning devices. 1.09 ROAD CLOSURES A. No road shall be closed prior to receiving approval from the City Engineer. B. At least seven days prior to a proposed road closure, the contractor shall submit to the City Engineer a complete traffic control plan. This plan shall include the following minimum information: 1. Sketch of work site and all area roads, streets and mark driveways. 2. Proposed detour route. Cardno TBE Traffic Control J:A00083\00083169.00\DOC\Specs\01570.doc 01570-2 FebRW2ffiol5 Attachment number 6 Page 235 of 352 3. All necessary traffic control devices to be used. 4. Emergency contractor contact person name and phone to be available 24 hours a day. 5. Estimated times/dates of road closure. C. The City Engineer shall have the authority to approve an emergency road closure. PART 2 - PRODUCTS A. All traffic control devices shall meet or exceed MOT certification standards. B. All traffic signs shall have high intensity face material. PART 3-EXECUTION A. Upon notification by the owner either verbally or in writing, the contractor shall correct any noted deficiencies within one hour. B. Inspection of all traffic control items shall be accomplished at least twice per day. One of these inspections shall be at the end of the workday or at night. END OF SECTION Cardno TBE Traffic Control J:A00083\00083169.00\DOC\Specs\01570.doc 01570-3 FebRW2ffiol5 Attachment number 6 Page 236 of 352 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Workmanship. C. Manufacturer's Instructions. D. Transportation and Handling. E. Storage and Protection F. Substitutions and Product Options. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work. B. Section 01090: Reference Standards. C. Section 01340: Shop Drawings, Product Data and Samples. D. Section 01700: Contract Closeout. 1.03 PRODUCTS A. Products include material, equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances of specified requirements indicate more rigid standards or more precise workmanship. Cardno TBE Material and Equipment J:A00083\00083169.00\DOC\Specs\01600.doc 01600-1 EebRW2ffiol5 Attachment number 6 Page 237 of 352 B. Perform work by persons qualified to produce workmanship for specified quality. C. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 MANUFACTURER'S INSTRUCTIONS A. When work is specified to comply with manufacturer's instructions, submit copies as specified in Section 01340, and distribute copies to persons involved, and maintain one set in field office. B. Perform work in accordance with details of instructions and specified requirements. Should a conflict exist between Specifications and instructions, consult with the Engineer. 1.06 TRANSPORTATION AND HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by Owner, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D. Lift heavy components only at designated lifting points. 1.07 STORAGE AND PROTECTION A. Store Products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive Products in weather-tight enclosures and maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated Products, place on supports above ground. Cover Products subject to deterioration with impervious sheet covering; and provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well-drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure Products are undamaged, and are maintained under required conditions. Cardno TBE Material and Equipment J:A00083\00083169.00\DOC\Specs\01600.doc 01600-2 EebRW2ffiol5 Attachment number 6 Page 238 of 352 E. After installation, provide coverings to protect Products from damage from traffic and construction operations. Remove when no longer needed. F. During such periods of time that are designated by the United States Weather Bureau as being a hurricane warning or alert, construction materials or equipment shall be secured against displacement by wind forces. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION Cardno TBE Material and Equipment J:A00083\00083169.00\DOC\Specs\01600.doc 01600-3 EebRW2ffiol5 Attachment number 6 Page 239 of 352 SECTION 01650 STARTING OF MECHANICAL SYSTEMS PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide material and labor required to perform start-up of each respective item of equipment and system. Start-up shall include: adjustment and balance procedures. 1. Provide information and assistance required, cooperate with test, adjust and balance services. B. Comply strictly with specified procedures in starting up mechanical systems. C. Provide Factory Service Representative to check equipment and certify to its proper installation prior to start-up and during start-up and testing. 1.02 RELATED REQUIREMENTS A. Each Specification Section as Applicable. 1.03 START-UP PROCEDURES A. Bearings: 1. Inspect for cleanliness, clean and remove foreign materials. 2. Verify alignment. 3. Replace defective bearings, and those which run rough or noisy. 4. Grease as necessary, and in accord with manufacturer's recommendations. B. Drives: 1. Adjust tension in V-belt drives, and adjust varipitch sheaves and drives for proper equipment speed. 2. Adjust drives for alignment of sheaves and V-belts. 3. Clean, remove foreign materials before starting operation. C. Motors: 1. Check each motor for amperage comparison to nameplate value. 2. Correct conditions which produce excessive current flow, and which exist due to equipment malfunction. D. Pumps: 1. Check mechanical seals for cleanliness and adjustment before running pump. Cardno TBE Starting of Mechanical Systems J:A00083\00083169.00\DOC\Specs\01650.doc 01650-1 FebRW2ffiol5 Attachment number 6 Page 240 of 352 2. Inspect shaft sleeves for scoring. 3. Inspect mechanical faces, chambers, and seal rings, replace if defective. 4. Verify that piping system is free of dirt and scale before circulating liquid through the pump. E. Control Valves: 1. Inspect both hand and automatic control valves, clean bonnets and stems. 2. Tighten packing glands to assure no leakage, but permit valve stems to operate without galling. 3. Replace packing in valves to retain maximum adjustment after system is judged complete. 4. Replace packing on any valve which continues to leak. 5. Remove and repair bonnets which leak. 6. Coat packing gland threads and valve stems with a surface preparation of "Moly-Cote", "Fel-Pro", or equal after cleaning. 7. Verify that control valve seats are free from foreign material and are properly positioned for intended service. F. Tighten flanges after system has been placed in operation. 1. Replace flange gaskets which show any sign of leakage after tightening. G. Inspect screwed joints for leakage. 1. Promptly remake each joint which appears to be faulty, do not wait for rust to form. 2. Clean threads on both parts, apply compound and remake joints. H. After systems have been placed in operation, clean strainers, dirt pockets, orifices, valve seats and headers in fluid systems, to assure being free of foreign materials. 1. Open air vents, remove operation elements. 1. Clean thoroughly, replace internal parts and put back into operation. J. Set and calibrate draft guages of air filters and other equipment. K. Inspect fan wheels for clearance and balance. 1. Provide factory-authorized personnel for adjustment when needed. L. Check each electrical control circuit to assure that operation complies with specifications and requirements to provide desired performance. M. Inspect each pressure gauge and thermometer for calibration. 1. Replace items which are defaced, broken, or which read incorrectly. N. Repair damaged insulation. Cardno TBE Starting of Mechanical Systems J:A00083\00083169.00\DOC\Specs\01650.doc 01650-2 FebRW2ffiol5 Attachment number 6 Page 241 of 352 0. Vent gases trapped in any part of systems. I. Verify that liquids are drained from all parts of gas or air systems. P. Check piping for leaks at every joint, and at every screwed, flanged, or welded connection, using "Leak-Tek" or other approved compound. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Cardno TBE Starting of Mechanical Systems J:A00083\00083169.00\DOC\Specs\OI650.doc 01650-3 FebRW2ffiol5 Attachment number 6 Page 242 of 352 SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Substantial Completion B. Final inspection after completion C. Final cleaning D. Contractor's closeout submittals E. Final adjustment of accounts 1.02 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers work has reached substantial completion, he shall submit to the ENGINEER the following: I. Written notice that the work is substantially complete in accordance with Contract Documents. 2. A list of items yet to be completed or corrected and explanations thereof. B. Within a reasonable time upon receipt of such notice, the ENGINEER will make an inspection, if necessary, to determine the status of completion. C. Should the ENGINEER determine that the work is not substantially complete: I. The ENGINEER will promptly notify the CONTRACTOR in writing, giving the reasons thereof. 2. CONTRACTOR shall remedy the deficiencies in the work and send a second written notice of Substantial Completion to the ENGINEER. 3. Upon receipt of the second notice, the ENGINEER will reinspect the Work. D. When the ENGINEER finds that the Work is substantially complete he will issue a Certificate of Substantial Completion with a tentative list of items to be completed or corrected before final inspection. 1.03 FINAL INSPECTION AFTER COMPLETION A. When CONTRACTOR considers the Work is complete with all minor deficiencies completed or corrected, he shall submit written certification that: Cardno TBE Contract Closeout J:A00083\00083169.00\DOC\Specs\OI700.doc 01700-1 FebRW2ffiol5 Attachment number 6 Page 243 of 352 1. Contract Document requirements have been met. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. All minor deficiencies have been corrected or completed and the Work is ready for final inspection. 5. Project record documents are complete and submitted. B. Within a reasonable time upon receipt of such certification, the ENGINEER will make an inspection to verify the status of completion. C. Should the ENGINEER determine that the work is incomplete or defective: I. The ENGINEER will promptly notify the CONTRACTOR in writing, listing the incomplete or defective work. 2. CONTRACTOR shall remedy the deficiencies in the work and send a second written certification to the ENGINEER that the Work is complete. 3. Upon receipt of the second certification, the ENGINEER will reinspect the Work. D. When the ENGINEER determines that the work is acceptable, under the Contract Documents, he shall request the CONTRACTOR to make closeout submittals. 1.04 FINAL CLEANING A. Execute prior to final inspection. B. Clean site; sweep paved areas, rake clean other surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the Project and from the site. 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS A. Project Record Documents I. At Contract closeout, submit documents with transmittal letter containing date, Project title, CONTRACTOR'S name and address, list of documents, and signature of CONTRACTOR. 2. Drawings; Legibly marked to record actual construction: a) Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Data shall be in State Plane coordinates utilizing the North American Datum of 1983/90 (horizontal) and the North American Vertical Datum of 1988. b) Drawings shall be signed and sealed by a surveyor registered in the State of Florida. C) One signed and sealed project set, plus two additional signed and sealed sets for each permitted utility shall be submitted to the City. Cardno TBE Contract Closeout J:A00083\00083169.00\DOC\Specs\OI700.doc 01700-2 FebRW2ffiol5 Attachment number 6 Page 244 of 352 d) Record Drawings should also be submitted to the City on disk in .dwg (Autodesk AutoCADD Release 14 or later). 3. Specifications and Addenda; Legibly mark each Section to record. 4. Changes made by Field Order or by Change Order. B. Evidence of payment and Release of Liens. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the Engineer. B. Statement shall reflect all adjustments to the Contract Sum. 1. The original Contract sum. 2. Additions and deductions resulting from: a) Previous change orders or written amendment. b) Allowances c) Unit prices d) Deductions for uncorrected work. e) Penalties and bonuses f) Deductions for liquidated damages g) Other adjustments 3. Total Contract Sum as adjusted 4. Previous payments 5. Sum remaining due PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION Cardno TBE Contract Closeout J:A00083\00083169.00\DOC\Specs\01700.doc 01700-3 FebRW2ffiol5 Attachment number 6 Page 245 of 352 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operations of products specified. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of Specifications. B. Provide Factory Service Representative to instruct Owner's personnel in maintenance of products and in operation of equipment and systems. C. Provide Operation and Maintenance Data Sufficient to meet EPA Operation and Maintenance Manual Requirements. 1.02 RELATED REQUIREMENTS A. Section 01340: Shop Drawings, Product Data & Samples. B. Section 01700: Contract Closeout. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by factory personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 5. Familiar with EPA Operation and Maintenance Manual requirements. 1.04 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Provide three (3) preliminary review copies for Engineer's review and acceptance per Section 01340. Upon acceptance, submit five (5) final copies in boxes indicating contents. Cardno TBE Operating and Maintenance Data J:A00083\00083169.00\DOC\Specs\01730.doc 01730-1 FebRW2ffiol5 Attachment number 6 Page 246 of 352 C. Format: 1. Size: 8-1/2 inches X 11 inches. 2. Paper: Manufacturer's printed data, or neatly typewritten. 3. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title and Project. b. Identity of separate structure as applicable. C. Identity of general subject matter covered in the manual. D. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. Maximum ring size: Three inch. 3. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. A list of each product required to be included, indexed to content of the volume. 2. List, with each product, name, address and telephone number of: a. Maintenance contractor, as appropriate. b. Local source of supply for parts and replacement. 3. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. C. Delete references to inapplicable information. C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. Cardno TBE Operating and Maintenance Data J:A00083\00083169.00\DOC\Specs\01730.doc 01730-2 FebRW2ffiol5 Attachment number 6 Page 247 of 352 b. Control of flow diagrams. D. Written text, as required to supplement product data for the particular installation: Organize in consistent format under separate headings for different procedures. Provide logical sequence of instruction for each procedure. E. Copy of each warranty, bond and service contract issued. I. Provide information sheet for Owner's personnel: a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES Not Used. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit ten copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate: I . Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. C. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures. a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. C. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "Trouble-shooting. C. Disassembly, repair and re-assembly. d. Alignment, adjusting and checking. 4. Servicing and lubricants required. a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as parts. 8. As-installed control diagrams by controls manufacturer. Cardno TBE Operating and Maintenance Data J:A00083\00083169.00\DOC\Specs\01730.doc 01730-3 FebRW2ffiol5 Attachment number 6 Page 248 of 352 C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. C. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panel boards. a. Electrical service. b. Controls. C. Communications. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. C. Special operating instructions. 5. Maintenance procedures: a. Routing operations. b. Guide to trouble shooting. C. Disassembly, repair and re-assembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent Sections of Specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. E. Additional requirements for operating and maintenance data: Respective Sections of Specifications. F. Provide complete information for products specified in: 1. Section 11305: Submersible Sewage Pumps, Controls and Panels. 2. Section 16051: Electrical Work - Sewage Pumping Station. 3. Other items as may be individually specified within the sections. 1.08 SUBMITTAL SCHEDULE A. Submit specified number of copies of approved data in final form prior to 50 percent completion of project. B. Changes and Corrections to approved data due to construction adjustments shall be submitted prior to substantial completion of the project. Cardno TBE Operating and Maintenance Data J:A00083\00083169.00\DOC\Specs\01730.doc 01730-4 FebRW2ffiol5 Attachment number 6 Page 249 of 352 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, provide Factory Representative to fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and Maintenance Manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 - PRODUCTS Not Used. PART 3-EXECUTION Not Used. END OF SECTION Cardno TBE Operating and Maintenance Data J:A00083\00083169.00\DOC\Specs\01730.doc 01730-5 FebRW2ffiol5 Attachment number 6 Page 250 of 352 SECTION 02220 STRUCTURE EXCAVATION AND BACKFILL PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included under this Section consists of clearing, excavating, backfilling and grading required for the construction of the structure(s) as shown on the Drawings and as specified herein. B. Definitions: 1. Maximum Density: Maximum weight in pounds per cubic foot of a specific material. 2. Optimum Moisture: Percentage of water in a specific material at maximum density. 3. Rock Excavation: Excavation of any hard natural substance which required the use of explosives and/or special impact tools such as jack hammers, sledges, chisels or similar devices specifically designed for use in cutting or breaking rock, but exclusive of trench excavating machinery. C. Plan For Excavation: The Contractor shall be responsible for having determined to his satisfaction, prior to the submission of his bid, the conformation of the ground, the character and quality of the substrata, the types and quantities of materials to be encountered, the nature of the groundwater conditions, the prosecution of the work, the general and local conditions and all other matters which can in any way affect the work under this Contract. At the pre-construction conference, the Contractor shall submit a plan of the proposed operations to the Engineer for approval. The Contractor shall consider, and his plan for excavation shall reflect, the equipment and methods to be employed in the excavation. The prices established in the Proposal for the work to be done will reflect all costs pertaining to the work. No claims for extras based on substrata or groundwater table conditions will be allowed. 1.02 QUALITY ASSURANCE A. A Testing Laboratory retained by the Contractor will make such tests as are deemed advisable. The Contractor shall schedule his work so as to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of his progress. Cardno TBE Structure Excavation and Backfill J:A00083\00083169.00\DOC\Specs\02220.doc 02220-1 EebRW2ffi of 5 Attachment number 6 Page 251 of 352 PART 2 - PRODUCTS NOT USED PART 3-EXECUTION 3.01 PREPARATION A. Clearing: 1. The construction site shall be cleared of all obstructions and vegetation, including large roots and undergrowth, within 10-feet of the lines of excavation. 2. Strip and stockpile topsoil. B. Removals: Complete all removals within the lines of excavation prior to beginning excavation. 3.02 PERFORMANCE A. Excavation: The Contractor shall perform all excavation of every description and of whatever substances encountered, to the dimensions required for construction and as specified herein. All excavations shall be made by open cut. Walls of the excavation shall be kept vertical and, if required to protect the safety of workmen, the general public, this or other work or structures, or excavation walls, the excavation shall be properly sheeted and braced. Excavation for the structures shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation, sheeting, or bracing, of not less than 2-feet. Materials encountered in the excavation which have a tendency to slough or flow into the excavation, undermine the banks, weaken the overlying strata, or are otherwise rendered unstable by the excavation operation shall be retained by sheeting, stabilization, grouting or other approved methods. Excavation for precast or prefabricated structures will not be required to be dewatered. Excavation for the precast or prefabricated structures shall be carried to an elevation 1-foot lower than the proposed outside bottom of the structure to provide space for the select backfill material. Prior to placing the select backfill, the excavation shall be sounded, if not dewatered, using a rigid pole to indicate to the satisfaction of the Engineer that the excavation has been carried to the proper depth and is reasonably uniform over the area to be occupied by the structure. Cardno TBE Structure Excavation and Backfill J:A00083\00083169.00\DOC\Specs\02220.doc 02220-2 EebRW2ffi of 5 Attachment number 6 Page 252 of 352 Excavation for structures constructed or cast in place in dewatered excavations shall be carried down to the bottom of the structure where dewatering methods are such that a dry excavation bottom is exposed and the naturally occurring material at this elevation leveled and left ready to receive construction. Material disturbed below the founding elevation in dewatered excavations shall be replaced with Class B concrete. Footings: Cast-in-place concrete footing sides shall be formed immediately after excavation. Forming for footing sides is specified elsewhere. B. Dewatering (When Required): Any water which accumulates in the excavations for cast-in-place concrete structures shall be removed promptly by well point system or by other means satisfactory to the Engineer in such a manner as to not create a nuisance to adjacent property or public thoroughfare. Pumps and engines for well point systems shall be operated with mufflers and at a minimum noise level suitable to a residential area. The Contractor shall be responsible for any nuisance created due to the disposal of water from his drainage system. C. Stockpiled Materials: Materials removed from the excavation shall be stored and disposed of in a manner which will not interfere with traffic at the site. Material suitable for backfill not needed for backfill at the structure, but needed elsewhere shall be stockpiled until moved and used elsewhere. Material unsuitable for use in backfill shall become the property of the Contractor and shall be removed and disposed of by the Contractor at the Contractor's expense immediately after backfill is placed. D. Backfill: 1. Below Precast or Prefabricated Structures: The space between the proposed outside bottom of the structure, and the bottom of the excavation shall be backfilled with graded limerock and screeded level to receive the proposed structure. If the excavation is not dewatered, after placing and screeding, the backfill will be sounded with a rigid pole and attached 6- inch diameter foot piece to indicate, to the satisfaction of the Engineer, that the backfill has been placed to the proper elevation, is level throughout and is ready to receive the structure. This final sounding of the material shall immediately precede setting of the structure. 2. Remainder of Backfill: Selected material from the excavation shall be used for backfilling around the structure. Trash shall not be allowed to accumulate in spaces to be backfilled. Backfill around the structure shall be placed in uniform layers to the level of the water table. Above the water table, backfill material shall be placed in 8-inch layers and compacted to a minimum of 95 percent of maximum density as determined by AASHTO Designation T 180. Backfilling shall be carried to the finished grades shown on the Drawings. Cardno TBE Structure Excavation and Backfill J:A00083\00083169.00\DOC\Specs\02220.doc 02220-3 EebRW2ffi of 5 Attachment number 6 Page 253 of 352 E. Foundation Preparation: Slabs On Grade: Subgrades for concrete slabs shall be cut, filled and compacted to the required grade. The top 8-inches of concrete slab subgrade in cut sections and all fill material shall be compacted to a density of not less than 95 percent of its maximum density as determined by AASHTO Designation T 180. END OF SECTION Cardno TBE Structure Excavation and Backfill J:A00083\00083169.00\DOC\Specs\02220.doc 02220-4 EebRW2ffi of 5 Attachment number 6 Page 254 of 352 SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Excavate for all underground piping. B. Place and compact granular beds and fills over pipelines to rough grade elevations. C. Dewater excavations as required. 1.02 RELATED WORK A. 15050 Piping, Fittings, Valves, and Accessories 1.03 SITE COMPACTION TESTING A. Testing of compacted fill materials will be performed in accordance with F.D.O.T. and A.A.S.H.T.O. specifications. B. If, during progress of Work, tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest as directed by ENGINEER. C. Ensure compacted fills are tested before proceeding with placement of surface materials. 1.04 PROTECTION A. Protect trees, shrubs, lawn, areas to receive planting, rock outcropping and other features remaining as part of final landscaping. B. Protect benchmarks and existing structures, roads, sidewalks, paving and curbs against damage from vehicular or foot traffic. Install and maintain proper bridging and planking to provide access to buildings. C. Protect excavations by shoring, bracing, sheet piling underpinning, or by other methods, as required to prevent cave-ins or loose dirt from falling into excavations in accordance with Trench Safety Act. Cardno TBE Trenching. Backfillin?y, and Compacting J:A00083\00083169.00\DOC\Specs\02221.doc 02221-1 FebRW2ffiol5 Attachment number 6 Page 255 of 352 D. Underpin or otherwise support adjacent structure(s) which may be damaged by excavation work. This includes other utility lines and pipe runs. E. Notify ENGINEER of any unexpected sub-surface conditions. Discontinue work in the area until ENGINEER provides notification to resume work. PART 2 - PRODUCTS A. Bedding Materials: Pipe shall be placed on dry, undisturbed earth. B. Selected Backfill: After pipe joints have been inspected and given preliminary approval, and sufficient time has elapsed for setting of joints if necessary, backfilling shall be performed, together with tamping until fill has progressed to an elevation at least one foot above the top of the pipe bell. During this initial stage of backfilling, approved granular materials or loose soil free from lumps, clods, or stones shall be deposited in layers approximately 6-inches thick and compacted by manually operated machine tampers actuated by compressed air, or other suitable means. Tampers and machines shall be suitable for the work, and subject to approval by ENGINEER. C. Backfill Material: Excavated material, free from roots, rocks larger than 31/2 inches in size and building debris. D. Fill under landscaped areas: Free from alkali, salt, and petroleum products. Use sub-soil excavated from site only if conforming to specified requirements. PART 3-EXECUTION 3.01 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation. Designate and identify datum elevation. B. Set required lines and levels. C. Maintain benchmarks, monuments and other reference points. 3.02 UTILITIES A. Before starting excavation, establish the location and extent of underground utilities occurring in the work area. B. Notify ENGINEER if utility lines which are in the way of excavation are uncovered. C. Protect active utility services uncovered by excavation. Cardno TBE Trenching. Backfillin?y, and Compacting J:A00083\00083169.00\DOC\Specs\02221.doc 02221-2 FebRW2ffiol5 Attachment number 6 Page 256 of 352 D. Remove abandoned utility service lines from areas of excavation. Cap, plug or seal such lines and identify at grade. E. Accurately locate and record abandoned and active utility lines re-routed or extended on Project Record Documents. 3.03 TRENCHING A. Ensure trenching does not interfere with normal 45 degree bearing splay of any foundation. B. Excavate in accordance with lines and grades. C. Cut trenches sufficiently wide to enable proper installation of pipe and to allow for inspection. Trim and shape trench bottom and leave free of irregularities, lumps and projections. D. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. If it is necessary to excavate through roots, perform work by hand and cut roots with a sharp axe. E. When complete, request ENGINEER to inspect excavations. Correct unauthorized excavation as directed, at no cost to OWNER. F. Remove excess or unsuitable excavated sub-soil from site. 3.04 DEWATERING A. Keep trenches dry. Provide necessary equipment including pumps, piping and temporary drains. B. Do not discharge drainage water into municipal sewers without municipal approval. Ensure water discharge does not contain silt held in suspension. C. A Generic Groundwater Discharge Permit is required for discharging drainage water into the City's storm system or bodies of water. Groundwater samples shall be taken and tested by a laboratory before the permit is issued. D. Direct surface drainage away from excavated areas. E. Control the grading in and adjacent to excavations to prevent water running into excavated areas or onto adjacent properties or public thoroughfares. F. Furnish and operate suitable pumps on a 24 hour basis to keep excavations free of water until piping has been placed and backfilling has been completed. Cardno TBE Trenching. Backfillin?y, and Compacting J:A00083\00083169.00\DOC\Specs\02221.doc 02221-3 FebRW2ffiol5 Attachment number 6 Page 257 of 352 G. No water shall be allowed to rise over masonry or mortar until the concrete or mortar has set at least 24 hours. 3.05 BACKFILLING A. Do not start backfilling until piping has been inspected. B. Ensure trenches are free of building debris, wood, rocks over 31/2 inches in diameter and water. C. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. D. After backfill has reached a point one foot above the top of the pipe, a variation in the procedure as to manner of placing and amount of compaction to fill will be allowed, depending upon the location of the work and danger from subsequent settlement, as follows: 1. For backfilling in unimproved areas (along utility easements and in parkway strip beyond the edge of driveways and graveled parking areas), from an elevation of one foot above top of pipe to the surface of the ground, backfill may be deposited by equipment. Depositing in layers, or tamping will not be required. Sufficient surplus excavated material shall be neatly rounded over the trench, to compensate for settlement. All surplus excavated materials beyond that indicated above shall be disposed of by Contractor. 2. For backfilling beneath driveways and parking areas, alleys, and streets where non-rigid type surfacing is to be replaced. This shall also include dirt, gravel or asphalt driveways and alleys. a. The backfill material shall be carefully deposited in uniform layers not to exceed 12-inches in thickness and each layer shall be compacted to 98% of maximum density in accordance with AASHTO T-180 with manually operated machine tampers. b. In lieu of the foregoing compaction method, the backfill material and procedure used may be that as specified under Method 3, below. 3. For backfilling across and beneath driveways, sidewalks, parking areas or streets where a rigid type paving is to be replaced (concrete and asphaltic concrete and brick surfaces). a. All backfill material shall be approved granular material of high weight and density. The material shall be carefully deposited in uniform layers not to exceed 12-inches thick (loose measure), and each layer shall be compacted by ramming or tamping with tools approved by ENGINEER in a manner that does not disturb the pipe. Cardno TBE Trenching. Backfillin?y, and Compacting J:A00083\00083169.00\DOC\Specs\02221.doc 02221-4 FebRW2ffiol5 Attachment number 6 Page 258 of 352 Where necessary, granular base material of the type and thickness specified shall be used for the last layer prior to surfacing. END OF SECTION Cardno TBE Trenching. Backfillin?y, and Compacting J:A00083\00083169.00\DOC\Specs\02221.doc 02221-5 FebRW2ffiol5 Attachment number 6 Page 259 of 352 SECTION 02532 FIBERGLASS MANHOLE PART 1 - PRODUCTS 1.01 GENERAL A. Fiberglass reinforced polyester manhole shall be manufactured from commercial grade polyester resin or other suitable polyester or vinyl ester resins, with fiberglass reinforcements. Manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D-3753 latest edition as manufactured by L.F. Manufacturing, Inc. Giddings, Texas or an approved equal. 1.02 MANUFACTURE A. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber-reinforced polyester resin using a combination of chop and continuous filament wound process. B. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. C. Manway Reducer: Manway reducers will be concentric with respect to the larger portion of the manhole diameters through 60 inches. Larger manholes may have concentric or eccentric manway reducer openings. D. Cover and Ring Support: The manhole shall provide an area from which a grade ring or brick can be installed to accept a typical metal ring and cover and have the strength to support a traffic load without damage to the manhole. 1.03 TEST METHODS A. All tests shall be performed as specified in ASTM 3753 latest edition, Section 8. Test method D-790 and test method D-695. 1.04 QUALITY CONTROL A. Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM 3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-1 FebRW2ffi of 5 Attachment number 6 Page 260 of 352 1.05 CERTIFICATIONS A. As a basis of acceptance the manufacturer shall provide a independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with the provisions of this specification and meets all requirements. PART 2 - PRODUCTS 2.01 RESINS A. The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2.02 REINFORCING MATERIALS A. The reinforcing materials shall be commercial Grade "E" type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 2.03 INTERIOR SURFACING MATERIAL A. The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in. (13 mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 oz/ft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than o.10 in. (2.5 mm) 2.04 WALL CONSTRUCTION PROCEDURE A. After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-2 FebRW2ffi of 5 Attachment number 6 Page 261 of 352 2.05 EXTERIOR SURFACE A. For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness .125 in. 2.06 STUBOUTS AND CONNECTIONS A. Upon request stubouts maybe installed. Installation of SDR PVC sewer pipe must be performed by sanding, priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Inserta-Tee fittings maybe requested and installed per manufacturer's instructions. Kor-N-Seal boots may be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 2.07 MANHOLE BOTTOM A. Upon request manholes may be required to have resin fiber-reinforced bottom. Deeper manholes may require a minimum of two fiberglass channel stiffening ribs. All fiberglass manholes with a fiberglass bottom will have a minimum 3- inch anti-flotation ring, or anchor lugs as shown on the drawings. Manhole bottom shall be a minimum of 1/2-inch thick. 2.08 FIBERGLASS ENCLOSED INVERT AND BENCH AREA A. Upon request a fiberglass enclosed invert and bench area may be installed in the manhole. The invert will be formed using a non-corrosive material and completely enclosed in a minimum 1/4 inch layer of fiberglass chop. 2.09 HEIGHT ADJUSTMENT A. Fiberglass manholes must have the ability to be height adjustable with the use of a height adjustment ring. Height adjustment can be made as a field operation without the use of uncured resins or fiberglass layups. Fiberglass manholes must maintain all load and soundness characteristics required by A.S.T.M. D3753 after height adjustment has occurred. 2.10 FILLERS AND ADDITIVES A. Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material must meet the requirements of this specification. Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-3 FebRW2ffi of 5 Attachment number 6 Page 262 of 352 2.11 REQUIREMENTS A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand-work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5 in. in diameter, delamination or fiber show. B. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5 in. in diameter and wrinkles of 0.125 in. or greater in depth. Surface pits shall be permitted if they are less than 0.75 in. in diameter and less than 0.0625 deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5 in. in diameter and less than 0.0625 in. thick. C. Repairs: Manhole repairs are subject to meet all requirements of this specification. D. Manhole Length: Manhole lengths shall be in 6 inches increments +/- 2 inches E. Diameter Tolerance: Tolerance of inside diameter shall be +/- 1% of required manhole diameter. F. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 lb£ when tested in accordance with A.S.T.M. 3753 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lb£ and shall not deflect vertically downward more than 0.25 in. at the point of load application when loaded to 24,000 lb. G. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with A.S.T.M. 3753 8.5 (note 1) LENGTH-FT FAY - PSI 3 -6.5 0.75 7 - 12.5 1.26 13 - 20.5 2.01 21 -25.5 3.02 26 - 35 5.24 A. Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to A.S.T.M. 3753 8.6. Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-4 FebRW2ffi of 5 Attachment number 6 Page 263 of 352 B. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gases associated with the wastewater collection system. 2.12 PHYSICAL PROPERTIES: Hoop Axial Direction Direction Tensile Strength (psi) 18,000 5,000 Tensile Modules (psi) 0.6 x 106 0.7 x 106 Flexural Strength (psi) 26,000 4,500 Flexural Modules (psi) 1.4 x 106 0.7 x 106 Compressive (psi) 18,000 10,000 2.13 MARKING AND IDENTIFICATION A. Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 4. Total length PART 3-EXECUTION 3.01 SHIPPING AND HANDLING A. Do not drop or impact the fiberglass manhole. Fiberglass manhole may be lifted by inserting a 4"x 4"x 30" timber into the top of manhole with cable attached or by a sling or "choker" connection around center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. 3.02 CONCRETE A. Fiberglass Bottom: Concrete may be used to form bench area and invert. Also concrete may be used on top of anti-flotation ring and around the reducer section as required for buoyancy. B. Concrete Bottom: Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 in. of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 in. above incoming lines. On the inside, concrete shall form the Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-5 FebRW2ffi of 5 Attachment number 6 Page 264 of 352 bench and invert area and rise a minimum of 4 in. above incoming lines. If required by Engineer concrete may be used around reducer section for buoyancy. 3.03 BACKFILL A. Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. B. Backfill Procedure: Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure. END OF SECTION Cardno TBE Fiberglass Manhole J:A00083\00083169.00\DOC\Specs\02532.doc 02532-6 FebRW2ffi of 5 Attachment number 6 Page 265 of 352 SECTION 02574 PAVEMENT REMOVAL AND REPLACEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Work includes all labor and materials under this Section for cutting, removing, protecting and replacing existing pavements of the various types encountered including roadways, driveways and sidewalks. B. Permits: The Contractor shall obtain the necessary permits prior to any roadway work. Additionally, the Contractor shall provide advance notice to the appropriate authority, as required, prior to construction operations. C. Protection of Existing Improvements: The Contractor shall be responsible for the protection of all types of pavements, sidewalks and other improvements within the work area. All damage to such improvements, as a result of the Contractor's operations, beyond the limits of the work of pavement replacement as described herein, shall be repaired by the Contractor at his expense. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials, including Limerock, bituminous prime and tack coat, and asphaltic concrete for the above work shall meet the requirements established therefor by the FDOT Specifications. 1. Limerock shall be Miami or Ocala Limerock. 2. Bituminous prime coat material shall be cutback asphalt Grade RC-70. 3. Bituminous tack coat material shall be emulsified asphalt Grade RS-2. 4. Asphaltic concrete shall be Type S-1 or S-111. 5. Concrete material shall be Class I or II, and/or as otherwise required to meet FDOT specifications. 6. Welded wire fabric, joint reinforcing welded wire fabric shall conform with ASTM-A185 and ASTM-A615. Cardno TBE Pavement Removal and Replacement J:A00083\00083169.00\DOC\Specs\02574.doc 02574-1 FebRW2ffi of 5 Attachment number 6 Page 266 of 352 PART 3-EXECUTION 3.01 PREPARATION A. Pedestrian or school crossings: Where the work crosses or interferes with school or pedestrian crossings, extreme care shall be taken by the Contractor to insure the safety of school children or other pedestrians. 3.02 PERFORMANCE A. Removals: 1. Pavement Removal: a. Where existing pavement is to be removed, the surfacing shall be mechanical saw cut prior to trench excavation, leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent surfacing. The width of cut for this phase of existing pavement removal shall be minimal. b. Immediately following the specified backfilling and compaction, a temporary sand seal coat surface shall be applied to the cut areas. This temporary surfacing shall provide a smooth traffic surface with the existing roadway and shall be maintained until final restoration. Said surfacing shall remain for 10 days in order to assure the stability of the backfill under normal traffic conditions. Following this period and prior to 15 days after application, the temporary surfacing shall be removed and final roadway surface restoration accomplished. C. In advance of final restoration, the temporary surfacing shall be removed and the existing pavement mechanically sawed straight and clean to the stipulated dimensions. Following the above operation, the Contractor shall proceed immediately with final pavement restoration in accordance with these requirements. 2. Sidewalk, Drive and Curb Removal: Concrete sidewalks, curbs, combination curb and gutter, walks, drive ribbons, or driveways shall be removed by initially sawing the structure, with a suitable power saw, as specified above for pavement. When a formed joint in the concrete is within 3-feet of the proposed saw cut and parallels the proposed saw cut, the removal line shall be extended to the formed joint. After sawing, the material shall be removed. Cardno TBE Pavement Removal and Replacement J:A00083\00083169.00\DOC\Specs\02574.doc 02574-2 FebRW2ffi of 5 Attachment number 6 Page 267 of 352 B. Restorations: 1. General: Cut and removed driveway or roadway pavement in connection with trench excavation shall be replaced or restored in equal or better condition than the original and as may be shown on the Drawings. The Drawings indicate minimum requirements. Backfill shall comply with the other sections of these Specifications or FDOT Standards, whichever are more stringent. 2. Pavement Restoration - Asphalt: a. Limerock base course shall be compacted for its full thickness to not less than 98 percent of maximum density as determined by AASHTO Designation T 180. Field density of Limerock base in place shall be determined by AASHTO Designation T 238. b. Construction methods and equipment shall generally meet the requirements thereof as established in the FDOT Specifications. C. After the application of the prime coat on the base, the prime coat shall be allowed to cure without sanding for a period of 24-hours. The Contractor shall take all necessary precautions to protect the primed surface against damage during this interval. If, at the end of 24-hours, it is not proposed to proceed at once with the application of the surface course, primed surface shall be given a light application of clean sand and opened to traffic. d. Joints with existing surface and base shall be sawed cut straight and neat. If necessary to obtain a straight net joint, the contractor shall cut out sufficient existing material and replace it with new material. e. The upper surface of the completed base course shall be compacted to an elevation to permit the full depth of the surface course to be constructed without deviating from the grade of the pavement surface. The completed surface shall match the line and grade of the existing surface. When pavement is removed to the edge of the roadway, the replaced base course shall extend not less than 6- inches beyond the edge of the surfacing. £ After the base course construction in the trench area has been completed and primed, the surface shall be tack coated and the thickness of Type S-I asphaltic concrete shall be constructed in accordance with the plans or requirements specified above for pavement restoration. Cardno TBE Pavement Removal and Replacement J:A00083\00083169.00\DOC\Specs\02574.doc 02574-3 FebRW2ffi of 5 Attachment number 6 Page 268 of 352 3. Driveway Restoration - Asphalt: Driveway pavement with limerock base cut and removed in connection with trench excavation shall be replaced or restored as specified above for street or roadway pavement, except the new limerock base course shall be equivalent to the existing base course in thickness, except that in no case shall new driveway base course be less than 6-inches in thickness. Muck or unsuitable material found under existing driveway construction will not be removed and replaced. 4. Concrete, Sidewalk, Walkway, Driveway Ribbon and Curb Restoration: a. Concrete sidewalks, walkways, driveways, driveway ribbons and curbs required to be removed for the installation of facilities under this Contract shall be restored. Class I concrete shall be used in all cases. b. Replaced portions of these items shall conform to the lines, grades and cross sections of the removed portions. Concrete sidewalks and walkways shall be of 4-inch minimum thickness; concrete driveways and driveway ribbons shall be 6-inch minimum thickness. Replaced concrete curb and/or gutter shall be joined neatly to the remaining section. 5. Pavement Restoration - Concrete: Rigid pavement shall be replaced in kind with Class I concrete, using high early strength cement. The subgrade course for rigid pavement shall be replaced with stabilized subgrade or cleanfill material and compacted to a thickness to match the existing base. a. The Contractor shall saw cut and remove the existing concrete to the nearest joint as directed in the field by the Owner's Representative. Provision for expansion joints (minimum '/2" preformed joint filler) and saw cut joints shall be a part of the restoration work for the driveway and roadway. 6. Asphaltic Concrete Surface Course Overlay: a. The work under this section includes asphaltic concrete surface course overlay paving as and where directed by the Owner or his authorized representative. Where this paving is directed it shall take the place of asphaltic concrete pavement restoration as specified herein above. This surface course overlay shall extend over the reconstructed base course and the existing pavement to the limits directed by the Owner or his authorized representative, which generally shall be full width of the roadway. Cardno TBE Pavement Removal and Replacement J:A00083\00083169.00\DOC\Specs\02574.doc 02574-4 FebRW2ffi of 5 Attachment number 6 Page 269 of 352 b. After the base course construction in the trench area has been completed and primed, the surface shall be tack coated and the thickness of Type S-III asphaltic concrete shall be constructed in accordance with the plans or requirements specified above for pavement restoration. 7. Nonsurfaced streets, alleys and driveways shall be restored with 6-inches of compacted limerock base material placed in the top of the trench. END OF SECTION Cardno TBE Pavement Removal and Replacement J:A00083\00083169.00\DOC\Specs\02574.doc 02574-5 FebRW2ffi of 5 Attachment number 6 Page 270 of 352 SECTION 03300 CONCRETE PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included under this section consists of furnishing all materials, forms, transportation and equipment, and performing all necessary labor to do all the plain and reinforced concrete work shown on the Drawings, or incidental to the proper execution of the work, or as herein specified. B. Composition: Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. 1.02 SUBMITTALS A. All materials specified shall be certified by the producer or manufacturer that the furnished material meets the specific requirements of the specifications. PART 2 - PRODUCTS 2.01 MATERIALS A. Cement: 1. Cement: Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM Designation C 150, Type I, Type II or Type III. Type III cement for high early strength concrete shall be used only for special locations and only with the approval of the Owner. Type II cement containing the lowest calcium thiosulfate available shall be used in the construction of sanitary sewer manholes, wet wells, pump stations and other structures in contact with sewage. 2. Only one brand of cement shall be used in any individual structure unless approved by the Owner. Cement which has become damaged, partially set, lumpy or caked shall not be used and the entire contents of the sack or container which contains such cement will be rejected. No salvaged or reclaimed cement shall be used. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-1 FebRW2ffiol5 Attachment number 6 Page 271 of 352 B. Fine Aggregate: Fine aggregate shall conform to the requirements of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", latest edition. C. Coarse Aggregate: Coarse aggregate shall conform to the requirements of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", latest edition, except that slag shall not be used and the gradation shall be grade 57. D. Water: Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. E. Admixtures: No admixtures shall be used except by specific approval. When approved, admixtures shall meet the following minimum standards. 1. Air entraining agent: ASTM C 260. 2. Water Reducing and Retarding Admixture: ASTM C 494, Type D and free of chlorides. F. Membrane Curing Compound: Membrane curing compound shall conform to the requirements of AASHTO Designation M 148, Type 1-clear, or Type 2-white pigmented. G. Expansion Joint Filler: 1. Preformed expansion joint filler shall be of the nonextruding and resilient bituminous type and conform to the requirements of AASHTO Designation M 213. 2. Expansion joint filler shall be gray neoprene sponge rubber that conforms to AASHTO Designation M 153, Type I. H. Membrane: Membrane shall be a 6 mil polyethylene film. 1. Reinforcing Steel: 1. Reinforcing steel shall conform to the requirements of ASTM Designation A 615, Deformed Grade 60, except where otherwise indicated. a. The name of the manufacturer of the reinforcing steel shall be called out in the shop drawings together with a sketch showing the pattern of the deformation, including the mill mark. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-2 FebRW2ffiol5 Attachment number 6 Page 272 of 352 b. Bar reinforcement shall be accurately fabricated in accordance with the latest CRSI Manual of Standard Practice. The Contractor shall have prepared and shall submit to the Owner in sextuplicate, necessary shop drawings and bar lists. The Contractor shall be responsible for errors made in shop drawings reviewed by the Owner or his authorized representative. 2. Welded wire fabric for concrete reinforcement shall conform to the requirements of ASTM Designation A 185 and shall be formed with smooth cold-drawn wire. 3. Cold-drawn wire for spirals shall be plain and shall conform to the requirements of ASTM Designation A 82 with a minimum yield strength of 70,000 psi. 4. Bar Supports: a. Bar supports for reinforcing steel shall conform to the requirements of CRSI Manual of Standard Practice, Chapter 3 and shall be of a height to furnish the concrete cover called for on Drawings. High chairs shall be furnished for bent or top bars in solid slabs. Bar supports to be in contact with exterior surfaces of concrete shall be Class C with plastic caps at least 1-inch in length on the leg tips, or Class E with stainless steel legs. Bar supports shall be spaced not more than 100 times the diameter of the bars to be supported, with not more than 1/4 spacing from the end of the supported bars to the first chair. b. Bar supports for slabs on grade shall be plain concrete blocks, three inches high by 4-inches square with tie wires embedded in support. Concrete strength shall be at 3,000 psi at time of use. J. Forms: Forms shall be of wood, steel or other approved materials. The sheeting for all exposed surfaces shall be 5-ply plywood, unless otherwise specifically authorized. Forms of like character shall be used for similarly exposed surfaces in order to produce a uniform appearance. Forming for exposed exterior concrete from one foot below finished exterior grade to top of structure shall be carefully fabricated so as to provide a smooth finish without defects. The type, size, shape, quality and strength of all materials of which the forms are made shall be subject to the approval of the Owner. If it is his opinion that the interior surfaces of the forms are too irregular to produce the specified finish, they shall be lined with smooth, dense, moisture resistant hardboard or other material of which he approves. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-3 FebRW2ffiol5 Attachment number 6 Page 273 of 352 K. Nonshrink Grout: Nonshrink grout shall be nonmetallic, pre-mixed type and shall be Sauereisen F-100 Level Fill, Master Builders Masterflow 713, Burke Non- Ferrous, Non-Shrink Grout or approved equal. L. Sealer: Sealer shall be applied over existing cleaned surface and proposed concrete surface. The preventative silane shall be a clear solution of an Alkyl Silane formulated at 20 percent and 40 percent active Silane in DOT non- flammable, mineral spirit solvent. Product shall be system 8244 made Polymer Systems, Inc. or equivalent. 2.02 CLASSIFICATION AND STRENGTH OF CONCRETE A. Class and minimum strength requirements for concrete shall be as tabulated below. B. Strength Requirements: Concrete shall meet the following minimum 28-day compressive strength. Miscellaneous Concrete 2,500 psi (thrust blocks, pipe encasement, etc.) Concrete Curb/Gutter/ 3,000 psi Sidewalk/Pavement Cast-in-Place/Precast Structures 4,000 psi Prestressed Structures 5,000 psi 2.03 PROPERTIES AND DESIGN OF CONCRETE MIX A. Tests and Design Mix: I. The Contractor, 30 days before the beginning of concrete work, shall advise the Owner or his authorized representative of the proposed sources of the materials, or ready-mixed concrete, which the Contractor intends to use in the work. A design mix which has been used by the concrete supplier before, may be submitted for approval provided the proportions and strengths meet the requirements of this specifications. 2. The source and manufacturer of material after once having been approved shall not be changed by the Contractor, except as approved by the Owner or his authorized representative, and additional laboratory tests may be required by the Owner or his authorized representative to prove conformance with specification requirements. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-4 FebRW2ffiol5 Attachment number 6 Page 274 of 352 3. If during the progress of the work, tests indicate that concrete is not being produced in accordance with these Specifications, the Owner or his authorized representative may order changes in the materials or their proportions so as to secure concrete as specified. B. Slump: Slumps shall be as low as possible consistent with proper placing. Low slump concrete shall be used for footing and slabs on grade. Medium slump concrete shall be used for walls, columns and suspended slabs. PART 3-EXECUTION 3.01 PREPARATION A. Concrete Mixing: 1. Equipment: The concrete shall be ready-mixed and the equipment shall conform to the applicable requirements of ASTM Designation C 94. 2. Measurement: Equipment necessary to positively determine and control the actual amounts of all materials entering the concrete shall be provided by the Contractor or the concrete manufacturer. All materials shall be measured by weight, except that water may be measured by volume. A bag of cement weighs 94 pounds. 3.01 INSTALLATION A. Forms: 1. Construction: a. Forms shall be built true to line and grade, and shall be mortartight and sufficiently rigid to prevent displacement or sagging between supports. Particular attention shall be given to adequacy of supports and shoring, which is the Contractor's responsibility. The surfaces of forms used for permanently exposed surfaces shall be smooth and free from irregularities, dents, sags, or holes. Forms for surfaces to receive stucco finish shall be suitable for its application. Bolts and rods used for internal ties shall be so arranged that, when the forms are removed, all metal is at least 1 1/2 inch from any concrete surface. Form ties shall be removed immediately after removal of forms, and holes shall be thoroughly plugged with grout within 24 hours after form removal and kept damp for 4 days to prevent shrinking. b. Wire ties will not be permitted. All forms shall be so constructed Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-5 FebRW2ffiol5 Attachment number 6 Page 275 of 352 that they can be removed without hammering or prying against the concrete. Unless otherwise indicated, suitable moldings shall be placed to bevel or round exposed edges at expansion joints or at any other corners that are to remain. Beams below grade shall have forms at both sides. 2. Coating: Prior to the placing of steel reinforcement or concrete, forms for exposed surfaces shall be coated with a nonstaining paraffin base oil or mineral oil. Forms for unexposed surfaces may be thoroughly wetted in lieu of oiling, immediately before the placing of concrete. 3. Removal: Forms and/or form supports shall not be removed from any concrete until it has obtained sufficient strength to support itself and any live loads it may be subjected to, and then only with the approval of the Owner or his authorized representative. B. Reinforcing Steel: When placed in the forms, reinforcement shall be clean and free of all rust, scale, dust, dirt, paint, oil or other foreign material and shall be accurately and securely positioned in the forms as shown on the Drawings before the placing of concrete. Reinforcing steel shall be wired or otherwise fastened together at intersections and shall be supported by concrete or metal supports, spacers or hangers. Bar supports, where adjacent to the ground, shall be set on precast concrete pads compressed into the subgrade. The Contractor shall obtain approval before fastening reinforcing steel at intersections by welding methods. 1. Splicing of reinforcement shall be held to a minimum and shall be placed at points of minimum stress. Bars shall be lapped at splices a minimum of 24 bar diameters unless otherwise shown on the Drawings or directed, and shall be rigidly wired or clamped. 2. Wire fabric shall be straightened before placing and shall overlap one full space of mesh at ends and edges and shall be securely fastened. Fabric shall be supported so as to occupy its proper location in the concrete as shown on the Drawings. Fabric shall not cross any expansion joints. C. Embedded Items: In addition to steel reinforcement, pipes, inserts and other metal objects as shown, specified or ordered shall be built into, set in or attached to the concrete. All necessary precautions shall be taken to prevent these objects from being displaced, broken or deformed. Before concrete is placed, care shall be taken to determine that all embedded parts are firmly and securely fastened in place as indicated. They shall be thoroughly clean and free from paint or other coating, rust, scale, oil, or any foreign matter. No wood shall be embedded in concrete. The concrete shall be packed tightly around pipes and other metal work to prevent leakage and to secure perfect adhesion. Drains shall be adequately protected from intrusion of concrete. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-6 FebRW2ffiol5 Attachment number 6 Page 276 of 352 D. Concrete: 1. General: Reinforcement shall be secured in position, inspected and approved before placing concrete. Runways for transporting concrete shall not rest on reinforcing steel. Concrete not placed within 90 minutes from the time mixing is started will be rejected and shall be removed from the job by the Contractor. Concrete shall be deposited as nearly as practicable in final position. Concrete shall not be allowed to drop freely more than six feet. All concrete shall be placed in daylight and (excepting seal concrete) shall be placed in the dry unless otherwise authorized in writing. 2. Slabs Placed On Subgrade: Slab concrete placed on earth or fill subgrade shall be separated from direct contact with the subgrade by 6 mil polyethylene film or other approved material. Sidewalks and walkways will not require a separation sheet. Polyethylene film shall be lapped four inches on sides and 12 inches on ends. 3. Compaction: Concrete shall be compacted by internal vibrating equipment, supplemented by hand rodding and tamping as required. Vibrators shall in no case be used to move the concrete laterally inside the forms. Internal vibrators shall maintain a speed of at least 50000 impulses per minute when submerged in concrete. (At least one spare vibrator in working condition shall be maintained at the site during concrete placing operations.) Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing segregation. Vibrator shall be moved constantly and placed in each specific spot only once. 4. Bonding: Before depositing new concrete on or against concrete that has set, the surfaces of the set concrete shall be thoroughly cleaned so as to expose the coarse aggregate and be free of laitance, coatings, foreign matter and loose particles. Forms shall be retightened. The cleaned surfaces shall be dampened, but not saturated, and then thoroughly covered with a coat of cement grout of similar proportions to the mortar in the concrete. The grout shall be as thick as possible on vertical surfaces and at least 1/4-inch thick on horizontal surfaces. The fresh concrete shall be placed before the grout has attained its initial set. 5. Protection: Rainwater shall not be allowed to increase the ratio of mixing water nor to damage the surface finish. Concrete shall be protected from disfigurement, damage, vibration, internal fractures and construction overloads. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-7 FebRW2ffiol5 Attachment number 6 Page 277 of 352 E. Curing: 1. All concrete, including gunite, shall be water cured by covering with a double thickness of clean burlap, cotton mats, or other approved material kept thoroughly saturated with water. The forms shall be kept wet until removed and upon removal, the curing specified herein shall be started immediately. Concrete shall be cured for a period of 7 days for normal Portland cement or 4 days for high early strength cement. Concrete poured in the dry shall not be submerged until it has attained sufficient strength to adequately sustain the stress involved nor shall it be subjected to flowing water across its surface until it has cured 4 days. Curing of gunite shall be started as soon as possible without damaging surface and not later than 2 hours after placing. 2. In lieu of wet burlap or cotton mats as specified above, concrete slabs may be covered with wet sand and kept moist for the specified curing period. The initial curing period of not less than 24 hours shall consist of the wet burlap or cotton mat method, then the wet sand method may be utilized until the end of the curing period. 3. Concrete surfaces which will not be coated, painted, plastered, stuccoed, covered with the or floor covering or requiring a bonding surface may be cured by means of a membrane curing compound in lieu of the wet cure method. The curing compound shall be applied immediately after a satisfactory surface finish has been completed or forms have been removed. The rate of application of membrane curing compound shall be at least one gallon to every 200 square feet of exposed surface to be cured. The membrane curing compound and impervious covering shall be continuous and without defects and shall retain the required moisture in the concrete. Membrane curing compound that becomes damaged by rain, foot traffic or other conditions within 5 days of application shall be reapplied. F. Finishes: 1. As soon as forms can safely be removed, all irregular projections shall be chipped off flush with the concrete surfaces. All voids produced by spacers or any honeycombing shall be pointed up with grout and troweled flush with the concrete surface immediately after removal of forms and water cured to prevent shrinkage. Honeycombing shall be cut out to expose a sound concrete surface prior to pointing. The use of mortar pointing or patching shall be confined to the repair of small defects in relatively green concrete. Where substantial repairs are required, the defective concrete shall be cut out to sound concrete and repaired with gunite or the concrete shall be removed and reconstructed as directed. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-8 FebRW2ffiol5 Attachment number 6 Page 278 of 352 2. Floor slabs shall be brought to a true and even finish by power or hand floating in a manner that will not bring excess fines to the surface. The consistency of the concrete shall be such that water does not accumulate at the surface. Unless otherwise shown on the Drawings, the surface shall be floated with a wood float and shall be steel troweled to a smooth finish. Troweling shall be the minimum to obtain a smooth, dense surface and shall not be done until the mortar has hardened sufficiently to prevent excess fine material from being worked to the surface. If so directed, the surface shall be brushed lightly with a push broom so as to produce a nonslip surface. 3. Concrete surfaces that are not exposed in the completed work will require no special finish other than such pointing up and rubbing as is necessary to leave them smooth and impervious. 4. Other surfaces which will be exposed in the completed work shall be finished by being rubbed smooth with a float and water or a carborundum brick. The final surface shall be smooth and dense, without pits, irregularities, blow holes or bubbles. G. Grout: Grout for pointing and patching shall consist of cement and fine aggregate mixed in the proportions used in the concrete and a minimum amount of water to produce a workable grout. 2. Material for grouting column base plates, anchor bolts, reinforcing bars, pipe sleeves and pump base plates shall be of the nonshrink type and shall be mixed and placed as recommended by the manufacturer. Machinery set on grout pads shall not be operated until the grout has cured for at least 24 hours. 3.03 FIELD QUALITY CONTROL A. General: The quality of the concrete as to conformance to the specifications is the entire responsibility of the Contractor until it is accepted in place in the structure and verified by the final cylinder tests made by the laboratory. Arrangements for field testing shall be made by the Contractor with the laboratory as selected by the Owner. B. Compressive Tests: Standard laboratory compressive test cylinders will be obtained by the laboratory when concrete is discharged from the mixer at the site of the work. A set of 6 cylinders will be obtained for each 60 cubic yards or fraction thereof placed each day, for each type of concrete. The cylinders will be cured under laboratory conditions and will be tested in two groups of three at 7 and 28 days of age, respectively. Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-9 FebRW2ffiol5 Attachment number 6 Page 279 of 352 C. Slump Tests: The laboratory of the Owner or their representative will make slump tests of concrete as it is discharged from the mixer at the site of the work. Slump tests will be made for each 25 cubic yards or "pour" of concrete placed. Slump tests may be made on any batch and failure to meet specified slump requirements will be sufficient cause for rejection of that batch. D. Reports: Proper reports of all tests performed by the laboratory and submitted promptly to the Owner. Such reports shall be properly labeled so as to identify the portions of the project into which the materials have been placed. END OF SECTION Cardno TBE Concrete J:A00083\00083169.00\DOC\Specs\03300.doc 03300-10 FebRW2ffiol5 Attachment number 6 Page 280 of 352 SECTION 03600 GROUT PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included in this Section consists of providing all labor, equipment, materials, and incidentals. necessary to grout the various items listed hereinafter and indicated on the Drawings. 1.02 SUBMITTALS A. Manufacturer's literature shall be submitted for review on the following items: 1. Nonshrink grout data shall include grout properties, mixing, surface preparation and installations. 1.03 DELIVERY AND STORAGE A. Grouting materials shall be delivered and stored in unbroken containers with seals and labels intact as packaged by the manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. Nonshrink, Nonmetallic Group: Sauereisen F-100 Level Fill, Master Builders Masterflow 713, Burke Non-Ferrous, Non-Shrink Grout or approved equal pre- mixed type. B. Nonshrink Metallic Group: Master Builders Embeco 636 Grout Premixed type, PART 3-EXECUTION 3.01 PREPARATION A. All bonding surfaces shall be clean and dust and oil free. Cardno TBE Grout J:A00083\00083169.00\DOC\Specs\03600.doc 03600-1 FebRW2ffiol5 Attachment number 6 Page 281 of 352 3.02 INSTALLATION A. Nonshrink Grout: 1. Nonshrink, nonmetallic grout shall be used for grouting precast concrete wall panel connections, column base plates, anchor bolts, reinforcing bars, pipe sleeves, machinery supports and pump base plates. 2. Nonshrink grout shall be mixed and placed as recommended by the manufacturer. 3. Grout shall be mixed as close to the work area as possible and transported quickly to its final position in a manner which will not permit segregation of materials. 4. Nonshrink grout shall be cured with water saturated burlap for at least three days. 5. Machinery set on grout pads shall not be operated until the grout has cured for at least 24 hours. END OF SECTION Cardno TBE Grout J:A00083\00083169.00\DOC\Specs\03600.doc 03600-2 FebRW2ffiol5 Attachment number 6 Page 282 of 352 SECTION 09910 EXISTING WET WELL REHABILITATION PART I -GENERAL 1.01 WORK INCLUDED A. The work included in this Section consists of furnishing all necessary labor, equipment and materials, and performing all operations necessary for installing a watertight and corrosion-resistant liner system in the existing wet well. The wet well, including top slab shall be lined with an epoxy coating system. The coating system shall be Raven 405, as manufactured by Raven Lining Systems, Inc., Broken Arrow, Oklahoma (800/324-2810); Green Monster, as manufactured by GML Coatings, Sarasota, Florida (941/377-8555); or SpectraShield, as manufactured by CCI Spectrum, Inc., Jacksonville, Florida (904/268-4951). 1.02 SUBMITTALS A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to, is suitable for and has been used before in its intended use per these specifications. 2. Material Safety Data Sheets (MSDS) for each product used. 3. Project specific guidelines and recommendations. 4. Qualification of Applicator: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Three (3) references where Applicator has applied epoxy coatings in underground concrete or masonry structures. C. Certification by the epoxy lining system manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. Cardno TBE Existing Wet Well Rehabilitation J:A00083\00083169.00\DOC\Specs\09910.doc 09910-1 EebRW2ffiol5 Attachment number 6 Page 283 of 352 1.03 QUALITY ASSURANCE A. A protective coating manufacturer's representative shall provide at least two days of on-site observation and site specific recommendations relative to surface preparation, handling, application and curing of its products. In addition, the manufacturer shall provide written certification that Applicator has been trained and certified by the manufacturer to handle and apply their products. B. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the epoxy lining system manufacturer's recommendations. 1.04 DELIVERY, STORAGE, AND HANDLING A. Materials are to be kept dry and protected from weather and stored under cover. PART 2 - PRODUCTS 2.01 EXISTING PRODUCTS A. Standard Portland cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the epoxy lining system. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive and/or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for topcoating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures that permit optimum bond strength with the epoxy lining system. C. Remove existing coatings prior to application of the new epoxy lining system. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2.02 REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc., as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. Cardno TBE Existing Wet Well Rehabilitation J:A00083\00083169.00\DOC\Specs\09910.doc 09910-2 EebRW2ffiol5 Attachment number 6 Page 284 of 352 2.03 PROTECTIVE COATING APPLICATION EQUIPMENT A. Equipment shall be specifically designed, or approved for use by the protective coating manufacturer. PART 3-EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Lining system must be applied according to manufacturer specifications by a Certified Applicator of the epoxy lining system manufacturer. 3.02 EXAMINATION A. All structures to be lined shall be readily accessible to the Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. All extraneous flows at or above the area lined shall be plugged and/or diverted until the epoxy has set hard to the touch. D. Pipe joints shall be sealed and no leaks may be present prior to commencing. E. Installation of the lining system shall not commence until the concrete substrate has properly cured in accordance with these specifications. 3.03 SURFACE PREPARATION A. Applicator shall inspect all surfaces specified to receive the epoxy lining system prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the epoxy lining system. B. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface. C. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. Cardno TBE Existing Wet Well Rehabilitation J:A00083\00083169.00\DOC\Specs\09910.doc 09910-3 EebRW2ffiol5 Attachment number 6 Page 285 of 352 D. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the epoxy lining system to be applied. E. Surfaces to receive epoxy lining system shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the lining system and the substrate. Method(s) used shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. F. Infiltration shall be stopped by using a material that is compatible and suitable for topcoating with the specified epoxy lining system. 3.04 APPLICATION OF REPAIR MATERIALS A. Repair materials shall meet manufacturer recommendations. B. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved by the epoxy lining system manufacturer for compatibility. 3.05 APPLICATION OF PROTECTIVE COATING A. Application procedures shall conform to the recommendations of the epoxy lining system manufacturer, including material handling, mixing, and environmental controls during application, safety, and spray equipment. B. The spray equipment shall conform to Section 2.03 above. 3.06 TESTING AND INSPECTION A. Testing procedures shall be in accordance with the manufacturer's recommendations. Retesting shall proceed until a satisfactory test is obtained. B. A final visual inspection shall be made by Applicator and Inspector. Any deficiencies in the finished coating shall be marked and repaired by Applicator according to the procedures set forth herein. END OF SECTION Cardno TBE Existing Wet Well Rehabilitation J:A00083\00083169.00\DOC\Specs\09910.doc 09910-4 EebRW2ffiol5 Attachment number 6 Page 286 of 352 SECTION 11305 SUBMERSIBLE SEWAGE PUMPS, CONTROLS AND PANELS GENERAL 1.01 WORK INCLUDED A. The contractor shall furnish and install, as described hereinafter and shown on the plans, two constant speed, centrifugal sewage pumps to operate in the wet well of Pump Station 41. The pumps shall be as manufactured by Flygt Corporation and be capable of operating in a submerged environment and shall be explosion proof. Additionally, the Contractor shall furnish and install pump discharge piping, valves and valve vault, a station control panel and all miscellaneous and associated equipment required for a complete operating sewage pumping system. B. The Contractor shall furnish all labor, materials and equipment to setup, maintain and operate a temporary sewage bypass system as necessary during the proposed construction. The Contractor will be responsible and liable for all conditions and requirements for the temporary bypass specifications set forth in this section. 1.02 QUALITY ASSURANCE A. The Contractor shall perform such start-up operations and tests as delineated. B. Pumps shall be tested to Hydraulic Institute (HI) Standards; International Standards Organization (ISO) Standards are not acceptable. Certification must accompany pumps. C. Each pump shall have a stainless steel nameplate indicating the design capacity in GPM with the one pump operating, the TDH with one pump operating, RPM, Voltage, Full-Load Amperage, Date of Manufacture and Explosion-Proof Listing Organization. The nameplate shall read GPM at TDH. D. All equipment shall be installed by skilled workmen in accordance with the instructions of the equipment supplier. E. All equipment supplied shall have ample means of lubrication for all bearings and other metal surfaces in sliding contact. The Contractor shall provide all lubricants, fuel and power necessary to start-up, test, and place the pumping facility in operation. Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-1 FebRW2ffiol5 Attachment number 6 Page 287 of 352 1.03 SUBMITTALS A. Shop Drawings: The contractor shall submit six sets of detailed and dimensioned working shop drawings showing the construction of the proposed facility and installation of all equipment complete in every respect. Each drawing shall be indexed and/or referenced to the Contract Drawings and Specifications. No work upon the manufacture or fabrication of any equipment shall be performed until the Engineer's review has been obtained. Certified pump curves shall be submitted with the shop drawings and shall indicate actual test performance of units furnished. The Contractor shall also submit layout drawings showing exact installation, piping and foundation details for the pumping units being installed. 1.04 WARRANTY A. Warranty: The pump manufacturer shall warrant the pumps being supplied to the Owner against defects in workmanship and materials for a period of five years under normal use, operation and service. In addition, the manufacturer shall replace certain parts which shall become defective through normal use and wear on a progressive schedule of cost for a period of five years: parts included are the mechanical seal, impeller, pump housing, wear ring and ball bearings. The warranty shall be in published form, apply to all similar units and be submitted with the shop drawings. PART 2 - PRODUCTS 2.01 MATERIALS A. The complete guide rail slide bracket assembly shall be non-sparking. B. Pipe and fittings shall be ductile iron. 2.02 PUMPS A. Pumps to be furnished and installed shall be non-clog, heavy duty municipal-type submersible pumps. Pumps shall be FM (Factory Mutual Research) rated for Class I, Division I, Group C and D environments. Each pump shall be capable of passing a three-inch diameter sphere and any trash or stringy material which can pass through a four-inch sewage collection system. The pump/motor unit must be non-overloading across the complete head capacity range of the pump. Pumps shall meet the following listed minimum operating conditions. NO.OF PUMPS STATION INSTALLED EACH PUMP GPM TDH RPM PS-41 2 250 70 1760 Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-2 FebRW2ffiol5 Attachment number 6 Page 288 of 352 B. Pump shall be of the volute-type and centerline discharge design to minimize clogging or flow interference. They shall be of one-piece construction, made from cast iron, Class 30, in accordance with ASTM Specifications A-48, latest revision. The design shall be for a wet pit installation, permanently connected to outlet pipes. The pump shall be capable of operating in a continuous submerged condition. C. Impellers shall be of the non-clog type, one piece construction and mounted directly on a stainless steel pump motor shaft. D. For information purposes, the design of these facilities and dimensional layouts are based on the following pump model: STATION MANUFACTURER PUMP MODEL IMPELLER NOMINAL HP PS-41 Flygt NP-3153.181 HT 466 15 2.03 MOTORS A. Pumps and motors shall be constructed as integral units and shall be the products of one manufacturer/supplier. Each motor shall be UL listed, sealed, submersible- type explosion proof electric motors for operation on 480 Volt, 3-Phase, four- wire, 60 Hertz, AC power. B. The motor nameplate rating shall not be exceeded by the brake horsepower requirement of the pump for the design condition of service specified and for the impeller-diameter furnished. The motor shaft shall be stainless steel, impervious to the liquid and waste matter being pumped. Shaft supports shall be a single- row, heavy-duty ball bearings for the upper support and a double-row, heavy-duty ball bearings for the lower support. C. Motors shall be air-filled. Oil-filled motors shall not be considered equal. D. Motors shall have tandem mechanical seals, and the lower seal shall be silicone carbide. Mechanical seals shall not require pumped liquid as a lubricant. Motors shall be capable of continuous operation in a submerged, partially-submerged or non-submerged condition. E. Motors shall have a seal probe in the motor housing to detect the presence of moisture. Motors shall also have a bimetallic electromechanical temperature monitor embedded in each phase to de-activate the pump. The temperature monitors shall be self-resetting. A fault condition shall shut down pump and annunciate at the control panel. F. Motor cables shall be in accordance with NEC specifications. Cables provided Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\11305.doc 11305-3 FebRW2ffiol5 Attachment number 6 Page 289 of 352 shall be a minimum of 60 feet in length. Cables shall run from the pump to the junction box without splicing. Motor bearings shall be pre-lubricated at the factory and have an electric motor specification B-10, life of 50,000 hours. 2.04 STATION CONTROL PANEL A. The Pump Control Panel, rack mounted, shall be a dead front style enclosure as shown on the plans and/or defined in the Technical Specifications. The panel shall be supplied by the pump supplier to insure compatibility between pumps and all controls. The cabinet shall have fully-gasketed hinged door with ground strap. The door shall be operated by a single lockable lever type handle that actuates a three-point interior latching mechanism with a one-quarter turn. B. An inner aluminum door mounted on a continuous piano-type hinge shall be furnished for protection against exposed wiring and shall have cut-outs for access to the circuit breakers. C. All wiring within the panel shall be as specified in the Technical Specifications, or as noted on the plans. All panel components shall be UL listed and conform to all applicable codes and regulations as specified in the Technical Specifications, or as noted on the plans. D. Outer and inner doors shall have provisions to be held in the "open" position. A permanent metal pocket shall be provided on the left exterior side of the enclosure door for 81/2-inch by 11-inch papers. The panel shall have a wiring schematic permanently affixed to the interior of the enclosure door and it will show the numbering and color coding of the wires in the control panel. E. A sign shall be installed on the outside of the control panel indicating the station number and a City contact phone number. 2.05 CONTROL SYSTEM A. The control system shall provide for the automatic and manual control of the pumps to maintain a pumped down condition of the wet well. B. The control system shall control two submersible sewage pumps at the station based upon a transducer water level sensing system. C. The controller shall provide adjustable on/off level settings for each pump. The pumps shall operate in a lead and lag mode, based on corresponding rising and falling wetwell water levels, as selected by the operator. The controller shall recognize and alarm a failed pump, and automatically select the other pump as the operating pump. Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-4 FebRW2ffiol5 Attachment number 6 Page 290 of 352 1. As the level in the wet well rises, the lead pump, as determined by the alternator, shall start and pump the station to the "off' position. In the event the incoming flow exceeds the capacity of the lead pump, the number one lag pump shall start and both pumps shall run to the off level. The alternator shall switch when the off level is reached. Alternation control is provided through the RTU control functions. The controller shall also contain suitable high-level and low-level alarms. D. If the level continues to rise, alarm functions shall be activated. A dual float controller backup system shall be provided for the lift station. If primary controller fails to maintain control, as the level rises the high-level float switch shall call for two pumps to start eight seconds apart and activate the station alarm relay. The pumps shall continue to operate until the lower float switch is activated on the falling water level. 2.06 ANCILLARY EQUIPMENT A. The control system shall include, but not be limited to, the equipment listed below. 1. A three position Hand/Off/Auto switch shall be provided for each pump. The switch shall be NEMA 4x rated with ten amp contacts. A position indicating legend plate shall be provided. The Hand/Off/Auto switches shall be mounted on the inner dead front door. 2. A green "Run" pilot indicator for each pump shall be mounted on the dead front door. 3. An elapsed time meter for each pump shall be mounted on the dead front door. The meter shall operate on 120 VAC, shall be indicated in hours (six digits) and tenths and shall be non-resetable. 4. Pilot lights and running time meters. 5. Main disconnect switches and main circuit breakers. 6. High level alarms including externally mounted alarm light and horn. 7. Auxiliary power receptacle. 8. Lightning arrestor and surge protection. Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-5 FebRW2ffiol5 Attachment number 6 Page 291 of 352 2.07 MISCELLANEOUS A. A final Record Drawing, laminated in mylar, shall be attached to the inside of the front door. A list of all legends shall be included. B. All component parts in the control panel shall be permanently marked and identified as they are indicated on the drawing. Marking shall be on the back plate adjacent to the component. All control conductors shall be identified with wire markers at each end as close as practical to the end of conductor. C. All panels shall be tested to the power requirements as shown on the plans to assure proper operation of all the components. Each control function shall be activated to check for proper indication. D. All equipment shall be guaranteed for a period of three years from date of shipment. The guarantee is effective against all defects in workmanship and/or defective component. The warranty is limited to replacement or repair of the defective equipment. E. The manufacturer shall be a UL listed shop for industrial control systems and shall provide evidence of such on request from the engineer or using authority. 2.08 ACCESS HATCHES AND GUIDE RAILS A. Stainless steel dual type upper guide rail holders shall be provided and mounted below the casting frame as indicated on the drawings. The lower guide holders shall be integral with the discharge base elbow. The guide rails shall be continuous Schedule 40 welded type 304 stainless steel pipes of the size recommended by the pump manufacturer. A 304 stainless steel power cable and control cable holder shall be provided for each pump and installed as indicated on the drawings. The rails shall be cushioned with rubber grommets to eliminate vibration noise. All material used to fabricate upper guide holders, cable holders, etc., shall be aluminum or 304 stainless steel. All bolts, anchors, hinge pins and other fasteners shall be 304 stainless steel. B. Wet Well and Valve Vault Access Hatches: Shall be 300 lb/SF load rated. Frames and covers complete with hinges, locking devices and/or hand lifts shall be aluminum and/or stainless steel construction. The frame shall have safety locking rails for locking in the open position. The covers shall be checker plate design. All access vaults shall be equipped with a hinged hatch safety grate as manufactured by U.S. F. Fabrication, or approved equal. PART 3-EXECUTION Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-6 FebRW2ffiol5 Attachment number 6 Page 292 of 352 3.01 INSTALLATION A. All material and equipment shall be installed as shown on the Drawings and as recommended by the manufacturer. B. Additional items of construction, such as valve boxes, flanged adapters, thrust blocks and other items necessary for the complete installation of the system shall be included and shall be constructed of first-class materials. 3.02 BYPASS PUMPING A. The Contractor will be responsible and liable for all conditions and requirements for the temporary bypass system as specified in this section. The Contractor shall include payment for all bypass pumping operations specified herein in the appropriate and applicable lump sum contract bid item for the station. B. The Contractor shall furnish all labor, materials, power, and equipment to setup, maintain, operate, and remove a sewage bypass system as necessary during the proposed construction for the diversion of existing wastewater flow around the work area. The Contractor shall be responsible for any wastewater spills during the bypass operation and pay for any and all fines, fees, property damage, environmental damage and cleanup costs that are associated with wastewater spills. C. The design, installation, operation and removal of the temporary pumping system shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. 1. The Contractor shall prepare a detailed description of the temporary bypass system according to the requirements set forth in this section. The Contractor shall submit to the Engineer detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor, regarding the handling of existing wastewater flows. No construction shall begin until all submittals are reviewed and approved by the Engineer. The temporary bypass plans must include the following: a. Quantity and location of the pumps (primary and standby). b. Model, size, flow capabilities and brief description of each pump. c. Power requirements for electric driven units, when applicable. d. Complete set of pump specifications with system demand curve. e. A schematic drawing of the temporary bypass system. f. Method of discharge pertaining to manholes, lift stations or temporary structures. g. Description of discharge manifold including isolation valves and non- return valves. h. Method of noise control for each pump. Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-7 FebRW2ffiol5 Attachment number 6 Page 293 of 352 2. Pumps: All pumps used shall be fully automatic, self-priming and shall not require the use of footvalves. Vacuum assisted or compressor assisted dry priming pumps are acceptable. The pumps may be electric or diesel powered. All pumps used must be constructed to allow dry running for extended periods of time. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. One standby pump for each size bypass pump utilized shall be installed at the mainline flow bypassing locations, and ready for use in the event of primary pump failure. E. Preparation: The Contractor is responsible for locating any existing utilities in the area in which the Contractor selects to install the bypass system. The Contractor shall install his bypass pipelines to minimize any disturbance to existing utilities and shall obtain prior approval of the pipeline locations from the City and the Engineer. All costs associated with relocating utilities and obtaining all approvals shall be paid by the Contractor. The temporary bypass pumping system shall be placed in service, tested, and operated for a minimum of 12 hours before any work may begin. F. Performance: The Contractor shall abide by all OSHA regulations for the duration of the project. The Contractor is responsible for providing bypass pumps which shall comply with the local noise ordinance. The Contractor shall insure that the temporary pumping system is operated and maintained properly. A responsible operator shall be on hand at all times when pumps are operating or the system must be monitored via a remote monitoring and alarm system. If the remote system is used the Contractor must furnish a list of emergency numbers and contacts that will be programmed into the telemetry system. During all bypass pumping operations, the Contractor shall protect the pump station and local sewer lines from damage inflicted by any equipment. The Contractor shall be responsible for all physical damage to the pump station, and local sewer lines caused by the Contractor's equipment or employees. The Contractor shall maintain the bypass pumping system at all times. If any spills of wastewater occur due to the failure of the Contractor to maintain the temporary bypass pumping system, the Contractor will be responsible for any fines levied by FDEP or any other applicable agency. G. Installation and Removal Requirements: Installation of bypass pipelines is prohibited in all saltmarsh/wetland areas. The pipeline must be located off streets and shoulders of the roads. When the bypass pipeline crosses local streets and private driveways, the contractor must place the bypass pipelines in trenches and cover them with temporary pavement. Use of driveway crossings must be authorized and approved by the Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-8 FebRW2ffiol5 Attachment number 6 Page 294 of 352 Engineer. Upon completion of the project, the entire bypass pumping system must be flushed and sanitized properly before it is disassembled. Upon written approval, the Contractor shall remove all components of the temporary pumping system. The Contractor shall perform all restoration work to the satisfaction of the Owner. H. SCADA Requirements: The Contractor shall provide an automated cell phone call box at all bypass sites so that a breakdown or failure of the bypass will prompt an immediate call to the Contractor who will dispatch personnel immediately to the site to resolve the problem. The Contractor shall keep existing SCADA system in operation at all times during bypassing so that the City will be informed of the pump station operation. 3.03 FIELD QUALITY CONTROL A. Field Tests: A qualified representative of the pumping system supplier shall inspect the installation and supervise start-up performed by the Contractor's personnel. All components of the systems shall be tested for proper operation during the start-up operation. B. Maintenance Procedures: After the equipment has been placed into operation, the qualified representative of the pump system supplier shall instruct the Owner's personnel in proper operating and maintenance procedures without additional cost to the Owner. C. Testing: Upon completion of installation, the Contractor shall test the facilities to demonstrate that the station performs as specified. He shall perform the initial testing to assure himself that acceptance testing can be satisfactorily completed. The Contractor shall then arrange for the equipment manufacturer to furnish a qualified representative to check the installation and conduct testing for final acceptance, and shall give the Engineer written notice as to the date and time of the test. An acceptance test shall demonstrate that all items are in compliance with the function as specified. Testing shall illustrate the following: 1. That all units have been properly installed and are in correct alignment. 2. That all units operate without overheating or overloading any parts and without objectional vibration. 3. That there are no mechanical defects in any of the parts. 4. That all pumps can deliver the specified pressure and quantity and have correct rotation, volts and amps. Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-9 FebRW2ffiol5 Attachment number 6 Page 295 of 352 5. That the pumps shall be capable of pumping raw, unscreened sewage. 6. That all pumps, sensors and controls perform satisfactorily as to sequence control, correct start and stop elevations, and proper high and low level alarm functions. In addition to furnishing, delivering, installing and testing equipment, the Contractor shall provide the services of competent manufacturing representatives for the period indicated. Additional time, beyond that specified which is necessitated by installation or other non-City related requirements, shall be paid for by the Contractor. Such representatives shall assist the City's personnel in start-up, instructing operating personnel of the City in the maintenance and operation of the equipment, conducting tests, and making recommendations for producing the most efficient results. These services shall be made during the initial operation of the pumping station and shall be over and above any services necessary during construction and to correct defective materials or workmanship during the guarantee period. These representatives shall be specially trained and qualified for installation, adjustment, start-up and testing work and shall not be sales representatives only. The cost for such representation, including subsistence and travel, shall be included under this Contract. The time required for instructing the City's personnel in the proper operation and maintenance of the station is not to exceed one day. END OF SECTION Cardno TBE Submersible Sewage Pumps. Controls and Panels J:A00083\00083169.00\DOC\Specs\I1305.doc 11305-10 FebRW2ffiol5 Attachment number 6 Page 296 of 352 SECTION 15050 PIPING, FITTINGS, VALVES AND ACCESSORIES PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included in this Section consists of furnishing all labor, equipment and materials and in performing all operations necessary for the construction or installation of all piping, valves, valve boxes and all castings and appurtenances within, adjacent and connecting to the sewage pump station and inside the limits of the work shown therefore, complete and ready for operation as shown on the Drawings and specified herein. 1.02 SUBMITTALS A. In general, the following shop or data drawings shall be submitted for approval: 1. Test certificates for pipe (Mill Test Reports) 2. Details for Restrained Joints 3. All Valves and Valve Boxes 4. Weld Inspection Reports 6. Detail Piping Layout Drawings 1.03 DELIVERY, STORAGE AND HANDLING A. During shipping, delivering and installing pipe and accessories, they shall be handled in such a manner as to ensure a sound undamaged condition. B. Particular care shall be taken not to damage the pipe lining and coating. PART 1 PRODUCTS 2.01 PIPE A. General: Pipe for wastewater lines and drain lines, 4-inches in nominal inside diameter or greater shall be ductile iron pipe, except as otherwise indicated. Pipe for underground use shall be mechanical or push on joints, and exposed pipe in structures, i.e., wet well, valve vault, etc., for above ground use shall be flanged, unless otherwise indicated. Pipe shall be provided with joint types, designs and materials compatible to the pipe with which it connects. B. Iron Pipe Lining for Sewage: Ductile iron pipe and fittings for sanitary sewer force mains shall be epoxy lined. Epoxy lining shall be 40 mil nominal dry film thickness (multi-pass process) and shall be Protecto 401 ceramic epoxy as Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-1 FebRW2ffi of 5 Attachment number 6 Page 297 of 352 manufactured by the Protecto Division of Vulcan Painters, Inc., or equal. The interior of the ductile iron pipe and fittings shall not have been lined with any substance prior to the application of the specified lining material and no coating shall have been applied to the first six inches of the exterior of the spigot ends. The lining shall be applied by a competent firm with a successful history of applying linings to the interior of ductile iron pipe and fittings. Surface preparation, lining of pipe, coating of bell sockets and spigot ends, number of coats and touch up and repair shall be in accordance with the manufacturer's recommendations. The pipe or fitting manufacturer shall supply a certificate attesting that the applicator met the requirements of this specification; that the material used was as specified; that the linings have the nominal dry film thickness specified; and, that the linings have no pinholes when tested with a nondestructive 2,500 volt test. Lined pipe and fittings shall be handled only from the outside of the pipe and fittings. C. Ductile iron pipe and fittings shall be class 51 or greater. All buried ductile iron pipe and fittings shall be polyethylene encased (minimum 8 mil) in accordance with ANSI/AWWA A21.5/C105 and ASTM A674. All fittings shall be restrained joints. D. Plastic Pipe: 1. Unless otherwise specified, all pressure pipe smaller than 4-inches in nominal inside diameter shall be PVC. PVC pipe that is exposed to sunlight shall either be resilient to deterioration due to sunlight or be coated in some manner so as to protect the pipe. 2. Plastic pipe smaller than 2-inches shall be Schedule 80, PVC pipe, with threaded joints and shall conform to the requirements of ASTM Designation D 1785, Class 1120 or 1220. 3. Unless otherwise indicated, polyvinyl chloride (PVC) pipe 2-inches in diameter or larger shall conform to the requirements of ASTM D 2241, Class 1120 or 1220, SDR 26, for a minimum pressure rating of 160 PSI at 73° F. 4. Plastic pipe furnished under (2) and (3) above shall bear the approved seal of the National Sanitation Foundation (NSF). 5. Unless otherwise indicated, plastic gravity sewer pipe and fittings shall be unplasticized polyvinyl chloride (PVC) and conform to the requirements of ASTM Designation D 3034, Type PSM, Class 12454-B or 12454-C, with elastomeric gasket joints. PVC pipe and fittings shall be as manufacturer by Johns-Manville, Certainteed or approved equal. E. Identification Tape: Electronically traceable identification tape shall be installed 18 inches above installed pipe on a tamped backfill surface, continuously over all mains. The tape shall be a minimum of 3-inches wide, have a minimum tensile Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-2 FebRW2ffi of 5 Attachment number 6 Page 298 of 352 strength of 50 pounds and have the words "force main" printed on it. 2.02 FITTINGS AND VALVES A. Pipe Fittings: 1. Iron: Cast iron and ductile iron pipe fittings shall have a 250 PSI pressure rating and shall conform to the requirements of AWWA Standard C 110. Joints shall be of the type shown on the drawings and fit the pipe furnished. Flanges shall be drilled for ANSI Standard B16.1, 125 pound template. Grooved end joint fittings shall conform to the applicable requirements of this paragraph. The lining and coating for the fittings shall be as specified above for ductile iron pipe. Wall fittings or sleeves shall be cast iron selected with length suitable for the wall in which they are placed. 2. Plastic: Fittings for Schedule 80 plastic pipe shall be Schedule 80 and conform to the requirements of ASTM Designation D 2464 and D 2467 for threaded or solvent weld joints respectively. Fittings for plastic pipe with O-ring joints shall be of the type recommended by the pipe manufacturer and conform to the requirements of ASTM Designation D 2467. All fittings shall bear the approval stamp of the National Sanitation Foundation. 3. Unions: All pipe, tubing and hose connections to hydraulic or air operated equipment, appurtenances and accessories shall be made with a union type fitting. B. Joint Material: 1. Mechanical Joints: Cast iron and ductile iron pipe mechanical joints and push on joints shall be made up with rubber gaskets conforming to ANSI Standard A21.11. Glands for mechanical joint pipe shall be bituminous coated and bolts and nuts shall be of high strength cast iron, or high strength low alloy steel as specified in ANSI Standard A21.11. 2. Iron Pipe Flanged Joints: Flanged connections shall comply with the requirements of ANSI Standard B16.1, 125 pound class. Flanges for ductile iron pipe shall be of ductile iron. Machine bolts shall be the best commercial quality steel with hexagonal nuts of the same quality metal. Gaskets shall be full face (ring face) of neoprene, red rubber or corrugated copper. 3. Grooved End Couplings: Grooved end couplings for ductile iron pipe shall not be allowed. 4. Solvent Joints: Joints for plastic pipe and fittings shall be made using material and methods as recommended by the plastic pipe manufacturer. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-3 FebRW2ffi of 5 Attachment number 6 Page 299 of 352 5. Couplings: Plain end joint material shall be Dresser couplings, Style 38, or approved equal. 6. Restrained Joints: Restrained joints may be of the types fabricated by the various manufacturers upon approval of the Engineer of details submitted by the Contractor. Restrained joints that require field welding or grooves, or joints using set screws will not be acceptable. C. Wall Sleeves, Pipes and Castings: 1. Wall Sleeves: Wall sleeves shall be of cast iron, ductile iron or carbon steel with steel galvanized after fabrication and shall have a waterstop located in the center of the wall. Sleeves shall be provided with seals and shall be oversized as required for the installation of seals. Sleeves shall terminate flush with finished surfaces of walls and ceilings, and shall extend 2-inches above finished floor. Escutcheons shall be provided at walls and floor to completely conceal the sleeves smaller than 3-inches. Escutcheons shall be cast iron, nickel plated split-type. 2. Interior: Wall sleeves shall be installed for all piping passing through interior walls and floors, except where noted on the drawings. Sleeves shall be of sufficient size to pass the pipe without binding. Sleeves shall terminate flush with finished surfaces of walls and ceilings, and shall extend 2-inches above finished floor. Escutcheons shall be provided at walls and floor to completely conceal the sleeves smaller than 3-inches. Escutcheons shall be cast iron, nickel plated split-type. 3. Wall Pipes: All piping passing through exterior walls and base slabs shall be provided with wall pipes. All pipes shall be of ductile iron and shall have a waterstop located in the center of the wall. Each wall pipe shall be of the same grade, thickness and interior coating as the piping to which it is joined. Those portions of the wall pipes that are buried shall have a coal-tar outside coating. 4. Wall Sleeve Seals: Wall sleeve seals shall be modular mechanical type consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and wall sleeve. Links shall be loosely assembled with bolts to form a continuous rubber belt around the pipe with a pressure plate under each bolt and nut. After the seal assembly is positioned in the sleeve, tightening of the bolts shall cause the rubber sealing elements to expand and provide an absolutely water-tight seal between the pipe and wall sleeve. The synthetic rubber shall be suitable for exposure to treated sewage effluent and groundwater. Bolts, nuts and hardware shall be 18-8 stainless steel. The seals shall be Link Seal as manufactured by Thunderline Corporation or equal, and the wall sleeve and seal shall be sized as recommended by the seal manufacturer. D. Plug Valves: Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-4 FebRW2ffi of 5 Attachment number 6 Page 300 of 352 1. All valves shall be eccentric plug valves unless otherwise specified. Valves shall be as manufactured by DeZurik, Homestead or approved equal. 2. Plug valves shall be tested in accordance with current AWWA Standards. 3. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be furnished with end connections as shown on the plans. Flanged valves shall be faced and drilled to the ANSI 125/150 lb. standard. Mechanical joint ends shall be to the AWWWA Standard C111- 72. Bell ends shall be to the AWWA Standard C100-55 Class B. Screwed ends shall be to the NPT standard. 4. Valve bodies shall be of ASTM A126 Class B Semi-steel, 31,000 psi tensile strength minimum in compliance with AWWA Standard C507-73, Section 5.1 and AWWA Standard C504-70 Section 6.4. Port areas for valves 20-inches and smaller shall be 80 percent of full pipe area. Valves 24-inch and larger shall have a minimum port area of 100 percent of full nominal pipe area. All exposed nuts, bolts, springs, washers, etc. shall be zinc or cadmium plated. Resilient plug facings shall be of Hycar or Neoprene. 5. Valves shall be furnished with permanently lubricated stainless steel or oil-impregnated bronze upper and lower plug stem bushings. These bearings shall comply with current AWWA Standards. E. Gate Valves: 1. Gate valves 3 inches through 12 inches shall be resilient-seated and meet or exceed all the requirements of AWWA Standard C 509. The resilient seating arrangement shall provide zero leakage at the design working pressure when installed with line flow in either direction. All ferrous surfaces inside and outside shall have a fusion-bonded epoxy coating. All valves shall be provided with O-ring seals. The design and machining of valves shall be such as to permit replacing the O-ring seals in the valves while in service without leakage. F. Check Valves: 1. Small Check Valves: Small check valves 3-inches or less shall be constructed of Schedule 80 PVC with union ends. These check valves shall be used where plans call for "Flapper Check Valves" at the end of the trap on the drain from the valve vault. 2. Large Check Valves: Swing check valves 4-inches through 30-inches shall be constructed with heavy cast iron or cast steel body with a bronze or stainless steel seat ring, a noncorrosive shaft for attachment of weight and lever. The valve must be tight seating, its seat ring shall be renewable Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-5 FebRW2ffi of 5 Attachment number 6 Page 301 of 352 and must be securely held in place by a threaded joint; the valve disc shall be of cast iron or cast steel and shall be suspended from a noncorrosive shaft which will pass through a stuffing box. Check valves shall absolutely prevent the return of water back through the valve when the inlet pressure decreases below the delivery pressure. Hydrostatic test pressure for horizontal swing valves shall be 300 PSI. A tapped boss with plug shall be provided on the check valve bonnet for future use with a pressure gauge. G. Backflow Preventer: 1. The I-inch reduced pressure principal backflow preventer for the potable water system shall be a complete assembly consisting of two independently acting spring-loaded toggle lever check valves together with an automatically operating pressure differential relief valve located between the two check valves. The first check valve shall reduce the supply pressure a predetermined amount so that during normal flow and cessation of normal flow, the pressure between the checks is less than the supply pressure. In the case of leakage of either check valve, the differential relief valve should discharge to atmosphere to maintain the pressure between the checks, less than the supply pressure. 2. This unit shall contain tightly closing shut-off valves located at each end of the device, and shall be fitted with properly located test cocks. Operation shall be completely automatic. All internal parts of the toggle lever check valves and pressure differential relief valve must be removable or replaceable without removal of the reduced pressure principal backflow preventer from the line. The total head loss through the complete backflow assembly shall not exceed 10 PSI at the "rated flow". 3. The ends shall be female threaded for NPT. The main body and trim shall be bronze, ASTM B-61. The differential valve shall be bronze as above with stainless steel 304 trim. H. Pressure Gauges: 1. General: All pressure gauges shall have a 41/2-inch dial, shall read PSI or feet of water as indicated below and shall be appropriately marked for PSI and feet of water. All gauges that are to be installed shall be Red Valve Pressure Gauge, Series 40 or equal. I. Vacuum Breakers: Antisiphon vacuum breakers to prevent back siphonage of polluted water into a potable water supply shall be furnished and installed where shown on the drawings, required codes or directed by the Engineer. Vacuum breakers shall be equal to the Watts Regulator Company's No. 288A Series, or as otherwise indicated. Hose bibb vacuum breakers shall be Watts Regulator Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-6 FebRW2ffi of 5 Attachment number 6 Page 302 of 352 Company's No. 8, Neptune Model 5 or approved equal. The devices shall be certified and listed under the ASSE Standards. J. Supports and Hangers: Pipe supports and hangers shall conform to Federal Specification WW-H-171, or shall be as specifically shown or indicated on the drawings. Pipe hangers shall be complete with rods and clamps or inserts proportioned to the size of the pipe supported. K. Valve Boxes: Cast iron valve boxes shall be provided for all valves installed underground which do not have extended operators such as required by the plug valves. The valve boxes shall be adjustable to fit the depth of earth cover over the valve and shall be designed so as to prevent the transmission of surface loads directly to the valve or piping. Valve boxes shall have an interior diameter of not less than 5-inches. The valve boxes shall be provided with covers marked with the appropriate symbols as follows for the systems that they serve: N.P.W. (Non- Potable Water); Water (Potable Water) and Sewer. The covers shall be constructed so as to prevent tipping or rattling. Boxes shall be equal to Clow Corporation No. F 2450, Mueller Company H-10357 or approved equal. Extension sections shall be cast iron only. L. Tie Rods: Steel for tie rods and tie bolts shall conform to the requirements of ASTM Designation A 242, and rods shall be galvanized in conformance with requirements ASTM Designation A 123. Tie rods and tie bolts shall be Super Star Tierod Figure No. SS12 and Tiebolt Figure No. SST7 respectively as manufactured by Star National Products. M. Pipe and Valve Identification System: 1. Underground Warning: Underground warning tape for metallic piping shall be 6-inches wide, brown, .004-inch polyethylene film with a printed legend "CAUTION SEWAGE FORCE MAIN BELOW". Warning tape for PVC mains shall be 2-inches or wider, brown, .004-inch polyethylene film metallic lined and with a printed legend "CAUTION SEWAGE FORCE MAIN BELOW". Tape shall be as manufactured by Seton Name Plate Corporation, Terra Tape by Griffolyn Co. Inc. or approved equal. 2. Valve Tags: Tags shall be as manufactured by Seton Name Plate Corporation of Floy Tag and manufacturing Co., or approved equal. N. Miscellaneous Items: I. Other items necessary for the complete installation and not specified herein shall conform to the details and notes shown on the drawings. All minor items implied, usually included, or required for the construction of a complete operating system shall be installed whether shown on the detail drawings or not. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-7 FebRW2ffi of 5 Attachment number 6 Page 303 of 352 2. Appropriate signs shall be provided for nonpotable water system outlets with a legend of "Non-Potable Water - Do Not Drink". PART 2 EXECUTION 3.01 INSPECTION A. All pipe and fittings, valves and other material shall be subject to inspection and approval by the Engineer after delivery, and no broken, cracked, misshapen, imperfectly coated, or otherwise damaged or unsatisfactory material shall be used. When a defect or crack is discovered, the damaged portion shall not be installed. Cracked pipe shall have the defect cut off at least 12-inches from the break in the sound section of the barrel. 3.01 INSTALLATION A. Piping: 1. At threaded joints between PVC and metal pipes, the metal shall contain the socket end and the PVC side the spigot. A metal spigot shall not, under any circumstances, be screwed into a PVC socket. 2. Steel Pipe Threaded Joints: Threaded joints shall be made up with teflon tape, graphite and oil, or other approved compound. Close nipples shall not be used and when the unthreaded portion of any nipple is less than 1?/2inches, an extra strong nipple shall be used. After joints have been made up, exposed threads and fittings on steel pipe lines to be buried shall be coated with Bitumastic 50 Paint or equal. 3. All connections to existing piping systems shall be made as shown or indicated on the drawings after consultation and cooperation with authorities of the Owner. Some such connections may have to be made during off-peak hours. 4. Pipe Sleeves and Wall Castings: Pipe sleeves and wall castings shall be provided at locations called for on the drawings. These units shall be used as detailed and of material as noted on the drawings. They shall be accurately set in concrete or masonry to the elevations shown. All wall sleeves and castings required in the walls shall be in place when the walls are poured. End of wall castings and wall sleeves shall be of type consistent with the piping being connected to them. 5. Tie Rods: Unless otherwise indicated on the drawings, the size and number of tie rods for a joint or installation shall be as recommended by the manufacturer's design chart for working pressure of 150 PSI. Tie rods shall be installed as recommended by the manufacturer. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-8 FebRW2ffi of 5 Attachment number 6 Page 304 of 352 B. Underground Piping: I. Trench excavation and backfill shall conform to the provisions of Section 02220. 2. Cover on buried piping shall not be less than 30 inches, unless otherwise indicated. 3. Upon satisfactory excavation of the pipe trench and completion of the pipe bedding, a continuous trough for the pipe barrel and recesses for the pipe bells, or couplings, shall be excavated by hand digging. When the pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support and no pressure will be exerted on the pipe joints from the trench bottom. 4. The interior of the pipes shall be thoroughly cleaned of all foreign matter before being gently lowered into the trench and shall be kept clean during laying operations by means of plugs or other approved methods. During suspension of work for any reason at any time, a suitable stopper shall be placed in the end of the pipe last laid to prevent mud or other foreign material from entering the pipe. Lines shall be laid straight and depth of cover shall be maintained uniform with respect to finish grade, whether grading is completed or proposed at time of pipe installation. Where a grade or slope is shown on the drawings, batter boards with string line paralleling design grade shall be used by the Contractor to assure conformance to required grade. No abrupt changes in direction or grade will be allowed. Any pipe found defective shall be immediately removed and replaced with sound pipe. 5. Sewer pipe shall be laid with a minimum separation of 10-feet from a parallel water line. 6. Ductile iron pipe and fittings shall be placed in polyethylene tube in accordance with Clow Corporation instructions or approved equal. Tube joints shall be lapped and tapped with polyethylene adhesive tape. 7. The joints of all pipelines shall be made absolutely tight. The particular joint to be used shall be approved by the Engineer prior to installation. Where shown on the plans, or where in the opinion of the Engineer, settlement vibration is likely to occur, all pipe shall be bolted mechanical type as specified herein. 8. Mechanical joints shall be made up using annealed high strength cast iron bolts and rubber gaskets having either plain or duct tip as recommended by the manufacturer. All types of mechanical joint pipes shall be laid and jointed in full conformance with manufacturer's recommendations. Only especially skilled workman shall be permitted to make up mechanical joints. Torque wrenches set as specified in AWWA Standard C III shall be used with the permission of the Engineer. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I 5050.doc 15050-9 FebRW2ffi of 5 Attachment number 6 Page 305 of 352 9. Push on joints shall be made in strict, complete compliance with the manufacturer's recommendations. 10. After pipe has been laid, inspected, and found satisfactory, sufficient backfill shall be placed along the pipe barrel to hold the pipe securely in place during the construction of the preliminary hydrostatic test. No backfill shall be placed over the joints until the preliminary test is satisfactorily completed, leaving them exposed to view for the detection of visible leaks. 11. Upon satisfactory completion of the preliminary hydrostatic test, backfilling of the trench shall be completed. C. Aboveground and Exposed Piping: 1. Aboveground and exposed pipe fittings, valves and accessories shall be installed as shown or indicated on the drawings. 2. Piping shall be cut accurately to measurements established at the job site and shall be worked into place without springing or forcing, properly clearing all equipment access areas and openings. Changes in sizes shall be made in accordance with appropriate reducing fittings. Pipe connections shall be made in accordance with the details shown and manufacturer's recommendations. Open ends of pipe lines shall be properly capped or plugged during installation to keep dirt and other foreign material out of the system. Pipe supports and hangers shall be provided where indicated or as required to insure adequate support of the piping. 3. Welded connections shall be made in conformity with the requirements of AWWA Standard C 206 and shall be done only by qualified welders. The Engineer, may, at his option, require certificates that welders employed on the work are qualified in conformity with the requirements of the standard and/or sample welds to verify the qualifications of the welders. Before testing, field welded joints shall be coated with the same material as used for coating its pipe in accordance with the requirements of AWWA. 4. Flanged joints shall be made up by inserting the gasket between the flanges. The threads of the bolts and the faces of the gaskets shall be coated with suitable lubricant immediately before installation. 5. Joints using Dresser couplings shall be made up as recommended by the manufacturer. 6. Use of perforated band iron (plumber's strap), wire or chain as pipe hangers will not be acceptable. Supports for pipe less than 11/2-inches nominal size shall not be more than eight feet on centers and pipe two inches nominal size and larger shall be supported at not more than ten feet on centers, unless otherwise indicated. Supports for PVC pipe shall be Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\15050.doc 15050-10 FebRW2ffiol5 Attachment number 6 Page 306 of 352 spaced one-half the distance as that specified above unless otherwise indicated. D. Valves: Valves shall be carefully inspected during installation; they shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seat. Valves shall be set plumb at the locations indicated and in accordance with the details shown on the drawings. E. Hydrants: Hydrants shall be set plumb and in true alignment with mains. They shall be securely braced against the end of the trench with concrete thrust blocks as shown on the drawings and as described and specified in these specifications. Care shall be taken to insure the free draining of the hydrant barrel and, to this end, coarse material shall be placed around this valve outlet. Backfilling around hydrants shall be carefully done so as not to disturb the hydrant and shall be thoroughly rammed so as to support the hydrant securely. F. Pipe and Valve Identification: The Contractor shall provide identification markings on all piping, tubing and valves installed under the various Sections of the Specifications. 1. Exposed Pipe, Tube and Conduit: Identification on all pipe, tube and conduit (over 120 volt conductors) inside buildings and outside exposed work shall be made with plastic snap-on and/or plastic pressure sensitive adhesive markers lettered with appropriate legend and where applicable shall have arrows indicating direction of flow. When appropriate legends and band colors are not available painted on legends and bands will be acceptable. 2. Underground Pipe and Tube: Pipe and tube shall be located by laying 2- inch wide plastic tape continuously along the run of pipe or tube. Where possible, color of tape shall be consistent with the color of bands on interior pipe and as approved by the Engineer, or shall bear and imprinted identification of the line. Tape shall be laid approximately 12-inches below ground surface and directly over pipe location. 3. Valve Identifications: On all valves, except shut-off valves located at a fixture or piece of equipment, the Contractor shall provide a coded and numbered tag attached with a brass chain and/or brass "S" hooks. a. Tag Types: Tags for valves on pipe and tube lines conducting hot medium (steam, condensate, hot water, etc.) shall be brass or anodized aluminum. Tags for all other valves shall be colored plastic. Colors for aluminum or plastic tags shall, where possible, match the color code of the pipe line on which installed. Square tags shall be used to indicate normally closed valves and round tags shall be used to indicate normally open valves. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I5050.doc 15050-11 FebRW2ffiol5 Attachment number 6 Page 307 of 352 b. Coding: In addition to the color coding, each tag shall be stamped or engraved with wording or abbreviations to indicate the line of service. All color and letter coding shall be approved by the Engineer. 4. Valve Schedule: The Contractor shall provide a typewritten list of all tagged valves giving tag color, shape, letter code and number, the valve size, type use and general location within the building. Schedule shall be included in the O & M Manual. G. Concrete Encasement: 1. Concrete for concrete encasement shall have a minimum strength at 28 days of 2,500 psi and encasement shall be constructed in accordance with the details shown on the drawings. Encasement shall be constructed where: a. The pipe shall have less than adequate cover over the top of the pipe. b. A gravity sewer of clay pipe crosses over, or at a depth which provides less than 18-inches clear distance between pipes when crossing, under water mains. Encasement shall extend a minimum of 10-feet on each side of the point of crossing. In lieu of encasing the clay pipe, the length of pipe to be encased may be constructed of the same material as the water main. C. The Engineer shall order the line encased. 2. If through failure to provide suitable trench sheeting, or other causes, the maximum for trench excavations, as specified elsewhere in the specifications, is exceeded, the Contractor shall construct concrete encasement around pipe for the length of excessive excavation. 3. The points of beginning and ending of the pipe encasement shall not be more than 6-inches from a pipe joint to protect the pipe from cracking due to uneven settlement of its foundation or the effects of superimposed live loads. 4. Payment for the above described work is considered incidental and shall be included in the appropriate bid price. 3.03 FIELD QUALITY CONTROL A. Flushing: All force mains shall be flushed to remove all sand and other foreign matter with the velocity of flushing water not less than 4-feet per second. Flushing shall be terminated at the direction of the Engineer. The Contractor shall dispose of flushing water without causing a nuisance or property damage. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I5050.doc 15050-12 FebRW2ffiol5 Attachment number 6 Page 308 of 352 B. Pressure and Leakage Testing: All pumps, gauges and measuring devices shall be furnished, installed and operated by the Contractor and all such equipment and devices and their installation shall be approved by the Engineer. All pressure and leakage testing shall be done in the presence of a representative of the Owner as a condition precedent to the approval and acceptance of the system. All pipes shall be thoroughly flushed immediately prior to testing. C. Hydrostatic Testing for Pressure Piping: I. Pressure piping installed under this contract shall be subjected to a hydorstatic leakage/pressure test after the pipe has been installed and partially backfilled for underground installations. Each test shall be maintained for at least two hours at 150 PSI pressure during which time all joints shall be examined for leaks. 2. Before application of test pressure, all air shall be expelled from the pipe. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks or fittings and valves at such points so air can be expelled as the pipe system is slowly filled with water. After expulsion of air, the corporation cocks, or other blowoff devices shall be closed and the test pressure applied. 3. Piping runs with two joints or less need not to be pressure tested, but shall be checked for leakage under normal operating pressures. 4. All exposed pipe, fittings, valves and joints shall be carefully examined for leaks. All cracked, broken or defective pipe, fittings or valves discovered as a consequence of this pressure test shall be removed and replaced with sound material. All leaking, or defective joints shall be repaired, replaced or corrected. 5. Leakage is defined as the quantity of water that must be supplied into the newly laid pipe or any valved section thereof to maintain the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. The allowable limits for leakage of underground piping shall be determined by the following formula. D. Allowable Limits for Leakage of Pressure Piping: I . The hydrostatic pressure tests shall be performed as herein above specified and no installation, or section thereof, will be acceptable until the leakage is less than the number of gallons per hour as determined by the formula: Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I5050.doc 15050-13 FebRW2ffiol5 Attachment number 6 Page 309 of 352 L = SD P0.5 133200 in which, L = Allowable Leakage, in gallons per hour S = Length of pipe being tested in feet D = Nominal pipe diameter; in inches P = Average test pressure during the test, in PSI gauge 2. Water shall be supplied to the line during the test period as required to maintain the test pressure as specified. The quantity used, which shall be compared to the above allowable quantity, shall be measured by pumping from a calibrated container. A 5/8-inch meter installed on the discharge side of the pump may be used to measure the leakage for large mains when approved by the Engineer. 3. Where leakage exceeds the allowable limit, as specified hereinbefore, the defective pipe or joints shall be located and repaired. If the defective portions can not be located, the Contractor shall remove and reconstruct as much of the work as is necessary in order to conform to the specified limits. No additional payment will be made for the correction of defective work, or damage to other parts of the work resulting from such corrective work. E. Tests for Drain Lines: 1. Drain lines shall be tested for infiltration and exfiltration. 2. The allowable limits of infiltration and exfiltration or leakage for the drain lines or any portion thereof shall not exceed a rate of 0.1 gallon per foot of pipe per 24 hours for all sizes of pipe throughout the system. 3. Any part, or all of the system may be tested for infiltration or exfiltration, as directed by the Engineer. Prior to testing for infiltration, the system shall be pumped out so normal infiltration conditions exist at the time of testing. The amounts of infiltration or exfiltration shall be determined by pumping into or out of calibrated drums, or by other approved methods. 4. The exfiltration test will be conducted by filling the portion of the system being tested with water to a level which will provide; a minimum head lateral connected to the test portion of 2-feet; or, in the event there are no laterals in the test portion, a minimum difference in elevation between the crown of the highest portion of the sewer and the test level of 5-feet. 5. Where infiltration or exfiltration exceeds the allowable limits specified herein, the defective pipe, joints or other faulty construction shall be located and repaired by the Contractor. If defective portions can not be located, the Contractor shall remove and reconstruct as much of the work as is necessary in order to conform to the specified allowable limits. Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I5050.doc 15050-14 FebRW2ffiol5 Attachment number 6 Page 310 of 352 6. The Contractor shall provide all labor, equipment and materials and shall conduct all testing required, under the direction of the Engineer. No separate payment will be made for this work and the cost for this work shall be included in the prices quoted in this Proposal. END OF SECTION Cardno TBE Piping. Fittings. Valves and Accessories J:A00083\00083169.00\DOC\Specs\I5050.doc 15050-15 FebRW2ffiol5 Attachment number 6 Page 311 of 352 SECTION 16050 ELECTRICAL - GENERAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required for the modifications required to the field devices for the City of Clearwater's Pump Station 41 Replacement project as hereinafter specified and shown on the Drawings. B. The work, apparatus and materials, which shall be furnished under these Specifications and accompanying Drawings, shall include all items listed hereinafter and/or shown on the Drawings. Certain equipment, which will require wiring thereto and/or complete installation, is indicated. All materials necessary for the complete installation shall be furnished and installed by the CONTRACTOR to provide complete power, instrumentation, wiring and control systems as indicated on the Drawings and/or as specified herein. C. The CONTRACTOR shall furnish and install the necessary cables, protective devices, conductors, supports, raceways, exterior electrical system, etc., to serve loads as indicated on the Drawings and/or as specified. D. The work shall include complete testing of all equipment and wiring at the completion of the work and making any minor connection changes or adjustments necessary for the proper functioning of the system and equipment. All workmanship shall be of the highest quality; sub-standard work will be rejected. E. It is the intent of these Specifications that the electrical system shall be suitable in every way for the service required. All material and all work, which may be reasonably implied as being incidental to the work of this Section, shall be furnished at no extra cost. F. Furnish and install a complete system of conduit as herein specified and shown on the drawings. 1.02 CODES, INSPECTION AND FEES A. All material and installation shall be in accordance with the latest edition of the National Electrical Code and all applicable national, local and state codes, laws and ordinances. B. Pay all fees required for permits and inspections. Cardno TBE Electrical - General Provisions J:A00083\00083169.00\DOC\Specs\16050.doc 16050-1 EebKW2ffi of 5 Attachment number 6 Page 312 of 352 1.03 TESTS A. Test all systems and repair or replace all defective work. Make all necessary adjustments to the systems and instruct OWNER's personnel in the proper operation of the systems. B. The following minimum tests and checks shall be made prior to the energizing of electrical equipment. Test shall be by the CONTRACTOR and a certified test report shall be submitted providing all test results and stating that the equipment meets and operates in accordance with the Manufacturer's and job specifications, and that equipment and installation conforms to all applicable Standards and Specifications: Test all 600-volt wire insulation with a megohm meter after installation. Make tests at not less than 1000 volts. Submit a written test report of the results to the engineer. 2. Mechanical inspection of all circuit breakers to assure proper operation. C. The Engineer shall be notified forty-eight (48) hours before tests are made to enable the Owner to have designated personnel present. 1.04 CUTTING AND PATCHING A. All cutting and patching shall be done in a thoroughly workmanlike manner. 1.05 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. B. All three-phase circuits shall be run in separate conduits unless otherwise shown on the Drawings. C. Unless otherwise approved by the Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D. Where circuits are shown as "home-runs," all necessary fittings and boxes shall be provided for a complete raceway installation. E. The CONTRACTOR shall harmonize the work of the different trades so that interferences between conduits, piping, equipment, architectural and structural work will be avoided. All necessary offsets shall be furnished so as to take up a minimum space and all such offsets, fittings, etc., required to accomplish this shall be furnished and installed by the CONTRACTOR without additional expense to the Owner. In case interference develops, the Owner's authorized representative is to decide which equipment, piping, etc., must be relocated, regardless of which was installed first. Cardno TBE Electrical - General Provisions J:A00083\00083169.00\DOC\Specs\16050.doc 16050-2 EebKW2ffi of 5 Attachment number 6 Page 313 of 352 F. The locations of equipment, outlets, and similar devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. Obtain in the field all information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts shown are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting, and other electrical systems shown. Additional circuits shall be installed wherever needed to conform to the specific requirements of the equipment. H. The ratings of motors and other electrically operated devices together with the size shown for their branch circuit conductors and conduits are approximate only and are indicative of the probable power requirements insofar as they can be determined in advance of the purchase of equipment. 1. All connections to equipment shall be made as shown, specified and directed and in accordance with the approved shop drawings, regardless of the number of conductors shown on the Electrical Drawings. 1.06 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of project Contract Drawings. When the project is complete, furnish a complete set of reproducible "As- built" drawings for the Project Record Documents. 1.07 COMPONENT INTERCONNECTIONS A. Component equipment furnished under this Specification will not be furnished as integrated systems. B. Analyze all systems components and their shop drawings; identify all terminals and prepare drawings or wiring tables necessary for component interconnection. 1.08 SHOP DRAWINGS A. As specified under other Sections, shop drawings shall be submitted for approval for all materials, equipment, apparatus, and other items as required by the Engineer. B. Shop drawings shall be submitted for the following equipment: I. Pump Control Cabinet 2. Disconnect Cardno TBE Electrical - General Provisions J:A00083\00083169.00\DOC\Specs\16050.doc 16050-3 EebKW2ffi of 5 Attachment number 6 Page 314 of 352 3. Area Light and Concrete Pole 4. Meter Can 5. Float Switches 6. Pressure Transmitter 7. Conductors 8. Conduit C. The Manufacturer's name and product designation and catalog cutsheets shall be submitted for the following material: Conduit D. Prior to submittal by the CONTRACTOR, all shop drawings shall be checked for accuracy and contract requirements. Shop drawings shall bear the date checked and shall be accompanied by a statement that the shop drawings have been examined for conformity to Specifications and Drawings. This statement shall also list all discrepancies with the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. E. The Engineer's check shall be only for conformance with the design concept of the proj ect and compliance with the Specifications and Drawings. The responsibility of, or the necessity of, furnishing materials and workmanship required by the Specifications and Drawings, which may not be indicated on the shop drawings, is included under the work of this Section. F. The responsibility for all dimensions to be confirmed and correlated at the job site and for coordination of this work with the work of all other trades is also included under the work of this Section. G. No material shall be ordered or shop work started until the Engineer's approval of shop drawings has been given. 1.09 WARRANTY A. Provide a warranty for all the electrical equipment in accordance with the requirements of other Sections. Under no circumstances shall the warranty be for less than one year starting from substantial completion. Cardno TBE Electrical - General Provisions J:A00083\00083169.00\DOC\Specs\16050.doc 16050-4 EebKW2ffi of 5 Attachment number 6 Page 315 of 352 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION Cardno TBE Electrical - General Provisions J:A00083\00083169.00\DOC\Specs\16050.doc 16050-5 EebKW2ffi of 5 Attachment number 6 Page 316 of 352 SECTION 16100 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 SCOPE OF WORK A. All work shall be executed in a neat and workmanlike manner by experienced and capable electricians so as to present a neat installation upon completion. 1.02 QUALITY ASSURANCE A. Electrical work shall be performed in accordance with the current standards of the electrical trades. The provisions of the NEC and existing local requirements shall comprise the minimum acceptable standards of electrical work. 1.03 DELIVERY, STORAGE, HANDLING, & ENVIRONMENTAL REQUIREMENTS A. Equipment and material shall be suitably delivered and stored in the original containers, but shall be readily accessible for inspection. All items subject to moisture damage shall be stored in dry spaces. All material and equipment shall be protected against dirt, dust, water and chemical or mechanical injury, vandalism and theft. Upon completion of the work all equipment and materials shall be cleaned thoroughly, polished and finished in a condition satisfactory to the OWNER. PART 2 - PRODUCTS 2.01 EQUIPMENT A. All equipment and materials shall be new and shall bear the manufacturer's name, trade name, and the UL label. In cases where a standard has been established for a particular material, the material shall be so labeled. The equipment to be furnished shall be essentially the standard product of a manufacturer regularly engaged in the production of the required type of equipment for this type of work and shall be the manufacturer's latest approved design. 2.02 ACCESSORIES A. Clamps, screws, fasteners and support devices shall be of noncorrosive metal. Cardno TBE Basic Materials and Methods J:A00083\00083169.00\DOC\Specs\16100.doc 16100-1 FebKW2ffi of 5 Attachment number 6 Page 317 of 352 PART 3-EXECUTION 3.01 EXAMINATION A. The electrical drawings are diagrammatic and indicate the general arrangements of the electrical work. The CONTRACTOR shall carefully examine the Drawings and shall ascertain that the equipment and accessories will be properly located and readily accessible. 3.02 INSTALLATION A. Equipment and appurtenances furnished by various manufacturers shall be installed in strict accordance with the manufacturer's instructions and approved wiring diagrams for type and capacity of each piece of equipment used. These instructions shall be considered as part of these Specifications. Any OWNER-furnished equipment shall be connected by the CONTRACTOR, including all necessary cords and plugs. B. Dimensions shown on the drawings are based on the information provided by the manufacturer for specific models indicated. The contractor shall be responsible for insuring proper clearances, coordination with other equipment, etc. for any substitutions to the equipment used as the basis for the design. END OF SECTION Cardno TBE Basic Materials and Methods J:A00083\00083169.00\DOC\Specs\16100.doc 16100-2 FebKW2ffi of 5 Attachment number 6 Page 318 of 352 SECTION 16110 RACEWAYS AND FITTINGS PART 1 - GENERAL 1.01 SCOPE OF WORK A. All exposed, exterior conduit shall be hot dipped galvanized, zinc-coated, rigid threaded conduit unless otherwise indicated or shown. B. All conduit installed below grade shall be rigid non-metallic heavy wall conduit. PART 2 - PRODUCTS 2.01 MATERIALS A. Metallic Conduit and Fittings : Electric metallic conduit shall be standard, galvanized, heavy-wall rigid steel conduit conforming to Federal Specification WW- C-581. Steel elbows and couplings shall be hot-dipped galvanized. Fittings of standard galvanized malleable iron conforming to Federal Specification W-F-406 shall be used. Metallic conduit may be used for both exposed and concealed work. The use of dissimilar metals shall be avoided throughout the system. Installation methods of metallic conduit shall be in accordance with Sections 348-4 through 348- 13 of the NEC. B. Rigid Non-metallic Conduit and Fittings : Rigid non-metallic conduit and fittings of heavy wall polyvinyl chloride (PVC) meeting ASTM Specification D 1785, approved by UL for the specific purpose, may be used in locations not prohibited by the NEC Section 347-3. When equipment grounding is required by Article 250 of the NEC, a separate grounding conductor shall be installed in the conduit. Installation methods of rigid non-metallic conduit shall conform to Section 347-5 through 347-15 of the NEC. Supports shall be in accordance with Table 347-8. PART 3-EXECUTION 3.01 INSTALLATION: A. Exposed conduit shall run parallel. Concealed conduits shall be run in a direct line with long sweep bends and offsets. Conduit shall be continuous and installed in such a manner that the system shall be electrically continuous throughout. Conduit ends shall be capped during construction. The ends of all conduits shall be carefully reamed free from burrs after threading and before installation. All cuts shall be made Cardno TBE Raceways and Fittings J:A00083\00083169.00\DOC\Specs\I 6110.doc 16110-1 FebKW2ffi of 5 Attachment number 6 Page 319 of 352 square. All joints shall be made up tight. Care shall be taken to see that all control and power conduit runs form a permanent and continuous ground connection point. B. The Contractor shall permanently and effectively ground service neutral and all raceways, devices, and utilized equipment in accordance with the requirements of the NEC, and as shown or required. All grounding electrodes shall have rigid clamp jaws and be UL listed for the application. A separate ground wire shall be provided in all control and power raceways. C. Conduit stubs shall be located to conform to location of connection boxes on motors and/or other equipment served. Traps in conduit runs shall be avoided. D. Conductors shall be installed in a workmanlike manner. Damage to insulation or a reduction of the wire size when pulled into the conduit shall be avoided. E. All areas of the project are considered to be wet locations and construction within these areas shall be moisture and weather resistant. Work below grade, on grade, or beneath slabs shall be waterproof. F. Electrical work shall not rest upon, be supported by or hung from ductwork, piping or equipment. Adequate supports shall be provided to assure that this is achieved. G. Boxes, conduit, hangers, panels, etc., shall be fastened to steel by machine bolts and nuts, and by expansion bolts in concrete. Wood or composition plugs shall not be used. H. Where installations pass through walls, slabs, or other structures, all cutting shall be accomplished without damage to the structure. Boring and cutting shall be done with proper equipment and without delivering excessive vibration or shock to the structure. I. The contractor shall install long radius 90 degree bends on all changes of direction in conduits. Factory 90 degree bends will not be accepted. END OF SECTION Cardno TBE Raceways and Fittings J:A00083\00083169.00\DOC\Specs\I 6110.doc 16110-2 FebKW2ffi of 5 Attachment number 6 Page 320 of 352 SECTION 16120 WIRES AND CABLES PART 1 - GENERAL 1.01 SCOPE A. This section includes the furnishing, installation, and connection of all low voltage and power wiring. This shall include all wires and cables utilized for controls. Conductors specified for low voltage controls shall be coordinated with and approved by equipment manufacturers. B. Control wiring specified herein shall be installed and connected by the Electrical Contractor to perform the functions specified in other sections of these specifications. C. REFERENCE STANDARDS: The following specifications and standards, except as hereinafter modified, are incorporated herein by reference and form a part of this specification to the extent indicated by the references thereto. Except where a specific date is given, the issue in effect (including amendments, addenda, revisions, supplements, and errata) on the date of Invitation for Bids shall be applicable. In text such specifications and standards are referred to by basic designation only. 1) Federal Specifications (Fed. Spec.) J-C-30A(1) - Cable and Wire Electrical (Power, Fixed Installation) HH-I-595C - Insulation Tape, Electrical, Pressure Sensitive Adhesive, Plastic 2) National Fire Protection Association (NFPA) Publications: No. 70 - National Electrical Code (NEC) WIRES AND CABLES 3) Underwriter's Laboratories, Inc (UL) Publications: No. 83 - Thermoplastic - Insulated Wires No. 493 - Thermoplastic - Insulated Underground Feeder and Branch Circuit Cables No. 486 - Wire Connectors and Soldering Lugs PART 2 - PRODUCTS 2.01 MATERIALS A. Conductors shall consist of annealed copper wire having a minimum of 98% conductivity and shall be sized and insulated or isolated in accordance with the NEC Cardno TBE Wires and Cables J:A00083\00083169.00\DOC\Specs\16120.doc 16120-1 FebKW2ffi of 5 Attachment number 6 Page 321 of 352 for the current and voltage of the individual circuit. All conductors, unless specifically noted, shall have type "THWN", 75 degrees F, 600 Volt insulation. PART 3-EXECUTION 3.01 INSTALLATION A. All conductors shall be coded throughout, using different colors for phases, white for neutral (white with other color stripe for neutral of a different voltage system) and green for ground. The same color code for a particular phase or part of a circuit shall be run with the same conductor throughout the job. Colors used for each voltage system shall be different. Conductors No. 8 AWG and larger may be black in color but shall be identified with colored tape in all outlet, junction or pull boxes and at the terminals of the equipment. Phase 120/208V, 3PH, System A Black B Red C Blue Neutral White Ground Green B. All wires in cabinets, boxes, panels, pull and junction boxes shall be trained neatly and tied. C. All wires and cables, larger than No. 12 AWG, shall be continuous from origin to destination without splices unless written permission is given by the ENGINEER. D. Conductors shall be sized in accordance with NEC requirements. No conductor shall be smaller than No. 12 AWG, except control and signal circuit conductors which may be No. 14 AWG, unless otherwise specified on the drawings. 3.02 TERMINATIONS AND SPLICES A. Power Conductors: Terminations shall be die type or set screw type pressure connectors as specified. Splices (where allowed) shall be die type compression connector and waterproof with heat shrink boot or epoxy filling. B. Control Conductors: Termination on saddle-type terminals shall be wired directly with a maximum of two conductors per termination. Termination on screw type terminals shall be made with a maximum of two spade connectors. C. Instrumentation Signal Conductors: Terminations permitted shall be typical of control conductors. Splices are allowed at instrumentation terminal boxes only. Cardno TBE Wires and Cables J:A00083\00083169.00\DOC\Specs\16120.doc 16120-2 FebKW2ffi of 5 Attachment number 6 Page 322 of 352 D. Splices (of any type) shall not be allowed. All conductors shall be continuous from termination point to termination point. END OF SECTION Cardno TBE Wires and Cables J:A00083\00083169.00\DOC\Specs\16120.doc 16120-3 FebKW2ffi of 5 Attachment number 6 Page 323 of 352 SECTION 16170 OVERCURRENT PROTECTIVE DEVICES PART 1 - GENERAL 1.01 SYSTEM DESCRIPTION A. Main Disconnect: A main disconnecting means meeting the requirements of the NEC shall be furnished and installed for the electrical service as shown on the drawings. The main disconnect shall be a fused disconnect. PART 2 - PRODUCTS 2.01 ACCESSORIES A. Circuit Breakers: Circuit breakers for all branch circuits shall be molded-case unit breakers with thermal-magnetic trips designed to open all phases simultaneously under overload and/or fault conditions. Breakers shall be of adequate rating for the actual duty required. The breaker shall have quick-make, quick-break, toggle mechanism, inverse-time trip characteristics, and shall be trip-free on overload or short-circuit. Automatic release is to be secured by a bimetallic thermal element releasing the mechanism latch. In addition, a magnetic armature shall be provided to trip the breaker instantaneously for short circuit currents above the overload range. Automatic tripping shall be indicated by a handle position between the manual OFF and ON position. The trip mechanism shall be a combination thermal-magnetic type. Thermal elements shall inverse time characteristics for overload conditions and magnetic trip element shall protect against short circuits by providing instantaneous trip. Main and Emergency circuit breakers shall be mechanically interlocked so that the two breakers may not both be in the "ON" position simulateeously. B. Safety Switches: All safety switches shall be heavy-duty type "HD". The blades of switches shall be quick-make, quick-break operating type. All lugs on all switches shall be equal to Burdy's solderless quick lugs or shall be compression type. Switches shall have the number of poles and be of the size indicated. Enclosures shall be of the NEMA type indicated on the drawings. The switch shall conform to NEMA Standards and shall be UL listed. Switches shall be equal to General Electric, Square-D, or Cutler-Hammer. Cardno TBE Overcurrent Protective Devices J:A00083\00083169.00\DOC\Specs\I 6170.doc 16170-1 FebKW2ffi of 5 Attachment number 6 Page 324 of 352 PART 3-EXECUTION 3.01 INSTALLATION A. Install overcurrent protective devices as recommended by the manufacturer, required by Code, and as shown on the drawings. END OF SECTION Cardno TBE Overcurrent Protective Devices J:A00083\00083169.00\DOC\Specs\I 6170.doc 16170-2 FebKW2ffi of 5 Attachment number 6 Page 325 of 352 SECTION 16500 LIGHTING FIXTURES PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included under this section of the specifications consists of furnishing all materials and equipment and performing all labor and services necessary for the complete installation of an area lighting fixture, including all related systems and accessories, as shown on the drawing or hereinafter specified. PART 2 - PRODUCTS 2.01 LIGHTING FIXTURE A. Materials. 1. Lighting Fixture shall be as specified in the lighting fixture schedule on the drawings and as specified herein. 2. All high intensity discharge lamp ballasts shall be constant wattage or auto-regulator, high power factor type and internally fused. 3. Fixture shall bear the U.L. label. PART 3-EXECUTION 3.01 INSTALLATION A. Fasten fixture securely to provide adequate support. B. Ensure that lighting fixture is plumb. END OF SECTION Cardno TBE Li?yhtin?y Fixtures J:A00083\00083169.00\DOC\Specs\I 6500.doc 16500-1 FebKW2ffi of 5 Attachment number 6 Page 326 of 352 SECTION 16941 PUMP STATION ELECTRICAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required for complete electrical system at the City of Clearwater's Pump Station 41, as hereinafter specified and shown on the Drawings. 1.02 CODES A. All material and installation shall be in accordance with the 2005 edition of the National Electrical Code (N.E.C.), and NFPA 70 code articles that are applicable to the minimum electrical installation requirements for sewer lift stations. PART 2 - PRODUCTS 2.01 GENERAL A. The materials used in all systems shall be new, unused and as hereinafter specified. All materials where not specified shall be of the very best of their respective kinds. Samples of materials or Manufacturer's specifications shall be submitted for approval as required by the Engineer. B. Materials and equipment used shall be Underwriters Laboratories, Inc. listed and conform with applicable standards of NEMA and ANSI. C. Electrical equipment shall, at all times during construction, be adequately protected against mechanical injury or damage by water. Electrical equipment shall not be stored out-of-doors. Electrical equipment shall be stored in dry permanent shelters. If any apparatus has been damaged, such damage shall be repaired by the CONTRACTOR at his expense. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and put through such special tests as directed by the Engineer, at the cost and expense of the CONTRACTOR, or shall be replaced by the CONTRACTOR at his own expense. 2.02 RACEWAYS AND FITTINGS A. All raceways installed above grade shall be galvanized rigid steel conduit. B. All raceways installed below grade shall be rigid PVC conduit. Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\ 16941.doc 16941-1 EebKW2ffi of 5 Attachment number 6 Page 327 of 352 C. Raceways containing pump cables, float cables and pressure transducer cable entering the wet well shall be rigid PVC conduit. D. Raceways installed below grade for antenna coaxial cable shall be PVC schedule 80 conduit. E. Where conduit is cut, the inside edge shall be reamed smooth to prevent injury to conductors. 2.03 CONDUCTORS A. Conductors shall be copper. Power circuits shall have 600 volt insulation (Underwriters' approved Type THWN). Conductors shall be color coded in accordance with the NEC. B. All motor controls, remote indicating lights, alarm circuits and metering loops shall be wired with #12 stranded copper conductors. Insulation shall be THHN. An overall PVC jacket shall be provided for multi-conductor cables where required by the drawings. 2.04 MISCELLANEOUS EQUIPMENT A. Boxes and Fittings: 1. Junction box utilized for termination of pump cables, float cables and pressure transducer cable shall be stainless steel or aluminum and explosionproof as manufactured by Crouse-Hinds Co., Appleton Electric Co., or approved equal. 2. Conduit hubs shall be used for all outdoor conduit terminations and shall be as manufactured by Meyers Electric Products, Inc., Raco Div., Appleton Electric Co., or approved equal. 3. Conduit sealing bushings shall be O.Z./Gedney Type CSB or approved equal. 2.05 PUMP CONTROL SYSTEM A. Panel Construction: 1. The electrical control equipment shall be mounted within a NEMA Type 4X, dead front enclosure, constructed of not less than #14 gauge stainless steel. The enclosure shall be equipped with an inner aluminum door and shall incorporate a removable back panel on which control components shall be mounted. Back panel shall be secured to enclosure with collar studs. Outer panel door shall be equipped with door stop. B. Panel Components: Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-2 EebKW2ffi of 5 Attachment number 6 Page 328 of 352 1. Enclosure: Enclosure shall be NEMA 4X by Hoffman or approved equivalent with a heavy-duty padlock hasp. Enclosure shall be 316 Stainless Steel. 2. Inner Safety Door: Panel shall include one aluminum inner safety door, 12 gauge nominal thickness (minimum) with 3/4-inch, 90 degree break bend on all edges for rigidity; full length aluminum hinge; positive twist lock handle; safety latch to keep door open during maintenance. 3. Main Circuit Breaker: The panel shall include main circuit breaker sized as indicated for main power disconnect. The breaker shall be mounted on the subpanel with handle through the inner door. 4. Emergency Circuit Breaker: The panel shall include an emergency circuit breaker sized as indicated for disconnecting emergency source. The breaker shall be mounted on the subpanel with handle through the inner door. 5. Alarm System: The panel shall include a vapor-proof red light mounted on the exterior of the cabinet as shown on the drawings for alarm visual indication and a weatherproof horn mounted on the exterior of the cabinet. The alarm light and horn shall be prewired to the DataFlow TCU to operate on alarm conditions via signals from both the TCU and associated cabinet relays. An alarm silence push button labeled "Alarm Silence" shall be mounted on the outside of the enclosure and shall be wired to the DataFlow TCU which will silence the horn under all conditions, and automatically reset when the alarm condition is corrected. The alarm system shall be manually reset. NOTE: Alarm light to be designed and positioned to provide unobstructed access for changing light bulb. 6. Convenience Receptacle: The panel shall have GFI (ground fault interrupter) type convenience receptacle mounted on the inner door to provide plug-in 120V power with ground fault protection. 7. Seal Failure Indicator: The panel shall have a seal failure (leak detector) indicator pilot light for each pump. These pilot lights shall be operated by moisture sensing monitors which are signaled by probes supplied in each pump. Momentary test switches to simulate seal failure to be included and so marked with permanent weatherproof nameplates. 8. All motor branch circuit breakers, motor starter and control relays shall be of highest industrial quality, securely fastened to the removal back panels with screws and lock washers. Back panels shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any component. 9. A magnetic air circuit breaker, Type FA as manufactured by Square D Company, or approved equal, shall be furnished for the pump motor. Circuit breaker shall be adequately sized to meet the pump motor and station operating conditions. 10. A mechanical disconnect mechanism shall be installed on each circuit breaker to provide a means of disconnecting power to the pump motor. These may protrude through inner aluminum door. Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-3 EebKW2ffi of 5 Attachment number 6 Page 329 of 352 11. Pump starters shall be full voltage type rated for 3-phase operation. Overloads shall be provided and be class 20 bi-metallic. Two (2) auxiliary contacts and line and load termination points shall be provided. The starter ratings shall be as indicated on the drawings, however, if the final selection of the pump motor provided exceeds the capacity of the starter size indicated on the drawings the contractor shall provide the next higher starter size at no additional cost. The contractor shall indicate the proper selection of the starter size (based on pump motor submitted and operation on a 208V, 3- phase power source) during the shop drawing process. The starters shall be Allen-Bradley, Square D or approved equal. 12. Relays shall be 3PDT with 10 ampere contacts. Coil voltages as per the drawings. Relays shall be Square-D Class 9001 Type KU 13 with appropriate voltage code. 13. Motor Ground Fault Relays shall be 120V with auto reset. Bender Cat#RCM465Y. 14. Phase Monitor shall be 208V, adjustable, DPDT. Diversified Electronics Cat# SLA-230-ALE. 15. Intrinsically Safe Relays for float switches shall be 24V AC, Diversified Electronics Cat# ISO-24-AFN. C. Operating Controls and Instruments: 1. All operating controls and instruments shall be securely mounted on the control compartment door. All controls and instruments shall be clearly labeled to indicate function. 2. Indicator lamps shall be mounted in oil-tight modules, as manufactured by Allen-Bradley, Square D or approved equal. Lamp modules shall be equipped to operate at 120 volt input. Lamps shall be easily replaceable from the front of the control compartment door without removing lamp module from its mounted position. 3. Control and installation schematics are shown on the drawings. It is the intent of these specifications that the pump control will be provided by the Data Flow TCU. F. Manufacturer: 1. Control Panel shall be manufactured by Unitron Controls, C2i Controls, ITT Flygt, or approved equal. Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-4 EebKW2ffi of 5 Attachment number 6 Page 330 of 352 G. Installation: 1. Unless otherwise noted on the Drawings, top of cabinets shall be mounted six feet above grade, properly aligned and adequately supported independently of the connecting raceways. 2. All wiring in the control panel shall be neatly formed, grouped, and identified to provide a neat and orderly appearance. 3. All nameplates shall be properly secured. 2.06 PUMP CONTROL UNIT A. Pump Control Unit - The pump control unit shall be installed in the pump control cabinet and shall be a microprocessor-based multi-pump telemetry/controller designed for use with City of Clearwater's existing telemetry system. As a minimum the pump control unit shall have the following features: 1. 12 digital inputs. 2. 4 digital control outputs. 3. 2 analog inputs with 12 bit accuracy. 4. Automatic control shall be from local inputs. All the electronics for each type of input shall be included in the control unit. 5. Local manual control provided by HOA switches. The HOA switches shall be fail safe and operate in the OFF and HAND position without power. HOA Switch Alarms shall be reported back to central site computer. Alarms shall indicate that an HOA switch has been left in the HAND or OFF position. 6. Remote control from the central site computer shall provide individual pump overrides and disables, station and alarm disables. 7. Triplex/Duplex/Simplex configurable. The module shall have the capability of being configured for one, two or three pumps. 8. Pump alternation function shall be provided. Alternation around non- operational pumps shall be provided. 9. An integral 240 VAC three-phase monitor shall be provided in the control unit. The phase monitor shall detect loss of phase, phase reversal, low phase and high phase faults. All phase monitor adjustments shall be adjustable from the keyboard. Phase voltages from phase A to B and from phase A to C shall be transmitted to the central site computer. 10. The control unit shall be easily replaced by removing two industry standard terminal connectors. 11. Alarm light and bell outputs capable of driving 120 VAC loads to 1 amp. 12. Local input for alarm silence switch. 13. Remote alarm bell and light disable from central site computer. 14. High level alarm reporting back to central site computer when the high level float reaches the appropriate level. 15. The control unit shall utilize a 16-character display to provide the operators with the elapsed runtime of each pump, the average runtime of each pump, the flow of each pump, the flow of the station and the time of day. Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-5 EebKW2ffi of 5 Attachment number 6 Page 331 of 352 16. Pumps/Starter/Breaker Fault alarms shall be reported back to central site computer. The alarms shall be activated when a pump is called to run, but fails to run, or if the pump is turned off by the control unit, but continues to run. 17. Pump run status shall be reported back to central site computer. Pump run times recorded with 2 second accuracy. 18. Configuration parameters shall be adjustable through the front mounted keypad or a RS-232 service port. 19. Redundancy of level sensing devices shall be supported. 20. All inputs and outputs shall be optically or magnetically isolated and surge suppressed. 21. Provide integral Radio that is microprocessor controlled and functions as the interface between the Pump Control Unit and the central site equipment. The unit shall house the radio transceiver and associated electronics to allow the Pump Control Unit to communicate with central site. The Radio shall have the following features: a) Environmentally sealed/ corrosion resistant enclosure. b) Conformally coated PC Board. C) Surge protected radio power. d) On board communications and functional firmware. e) Watchdog Timer. f) On board voltage regulation and radio power supply control. g) LEDs on test mode, power, transmit data, receive data, and CPU failure. h) Test mode switch for radio service. i) Radio current, receiver sensitivity and operating temperature are monitored for system diagnostics. B. The following is a list of the minimum SCADA input and output requirements: 1. Discrete Inputs: a) Pump Running (Each of 2 Pumps) b) Pump Faulted (Each of 2 Pumps) C) Pump Thermal Alarm (Each of 2 pumps) d) High Level Alarm e) Low Level Alarm f) Power Failure 2. Discrete Outputs: a) MASTER Control Relay 3. Analog Inputs: a) Wetwell Level (Submersible Pressure Transducer) Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-6 EebKW2ffi of 5 Attachment number 6 Page 332 of 352 C. The Pump Control Unit shall be a TAC PACK TELEMETRY CONTROL UNIT as manufactured by Data Flow Systems, Inc. of Melbourne, Florida. 2.07 ANTENNA SUBSYSTEM (TO BE CRATED AND DELIVERED TO THE OWNER) A. Specifications for Antenna Subsystem are subject to change based on requirements of Data Flow Systems. It is the intent of the design to reuse the existing antenna located at Pump Station 41. However, final approval to do so shall be per Data Flow Systems. The contractor shall include in his/her base bid the cost to provide a new antenna for the Pump Station replacement. B. Antenna Support - The Antenna shall be supported on a mast/pole and have DC grounding for lightning protection. The antenna mast/pole shall be hot dipped galvanized for corrosion protection. All mounting hardware shall be made of stainless steel. The mast shall meet or exceed the quality and reliability of the AG20 manufactured by Rohn. The coax cable shall be the type that utilizes an inert semi-liquid compound to flood the copper braid. The coax cable shall meet or exceed the quality, reliability and performance of VB-8 manufactured by DB Products, Inc. of Dallas, Texas. Type N connectors shall be utilized at both ends of the coax. The Type N connectors shall be sealed with 3 inch sections of Alpha FIT321-1-0 sealant shrink tubing. The coax cable shall be secured to the mast/pole with E.V.A.-coated 316 stainless steel cable ties. The cable ties shall meet or exceed the quality, reliability and performance of AE 112 cable ties manufactured by Band-It. The antenna shall be constructed with heavy-wall tubing elements and large, rugged-machined aluminum blocks for the boom-to-element junctions. The antennas shall meet or exceed the quality, reliability and performance of the PLC-4510N manufactured by Cushcraft/Signals of Manchester, New Hampshire. The antenna/tower shall be designed to meet 150 MPH wind loading without damage. Sealed engineering drawings from a Florida professional engineer shall be submitted to the Engineer to verify the design. Grounding for the antenna, antenna mast/pole, etc shall be per the specifications of Data Flow Systems. The contractor shall coordinate all grounding requirements with the supplier. 2.08 SUBMERSIBLE PRESSURE TRANSDUCER A. The level sensor for controlling the sewage level in wet wells shall consist of a submersible bonded strain gauge pressure-sensing element, encased in a watertight case with a 316 stainless steel FM approved explosion resistant body. It shall be supplied with 40 feet of shielded and vented cable, able to withstand 200 pounds of tensile strength, allowing the transducer to be suspended directly by it's own cable. The cable shall be connected directly to the signal input terminals on the main control panel with no intervening junction box or calibration device required. The device shall require a 10-30 VDC low voltage power supply. The output shall be a standard 4-20 MADC control signal, factory set proportional to the selected fixed Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-7 EebKW2ffi of 5 Attachment number 6 Page 333 of 352 range of the transducer, and shall have an accuracy of <0.5% across the temperature band, with a one year stability of <0.2% FSO. B. The transducer shall be an FM approved Explosion Proof* Unit and when used with a vented cable, shall be FM approved intrinsically safe when used with an approved barrier (supplied by the customer). The transducer shall meet DO 160 for lightening and surge protection for FAA and MILSTD test and launch standard electrical surge requirements. C. The transducer shall be provided with a sealed airbag for compensating for atmospheric changes and to insure that no external moisture reaches the internal electronics. The nose of the transducer shall be threaded onto a protective device consisting of the top half of a 316 stainless steel chemical seal with a welded 316s/s diaphragm. The fill fluid shall be glycerin or silicone depending on the extremes of the temperatures expected to be encountered. Eight 304 stainless steel spacers and bolts and nuts hold a stand-off ring in position so as to fully protect the diaphragm from the debris frequently encountered in lift stations. D. Analog signals shall be communicated using shielded stranded signal cable with braided shield and water proof jacket, suitable for the service intended. The transducer supplier shall provide the signal cable of a length required for the installation, coordinate the installation of the signal wiring, and provide appropriate installation procedures. E. This device shall be the Birdcage® Lift Station Sensor as assembled and fabricated by Blue Ribbon Industrial Components Corp. Winter Park, FL., incorporating the GP50 model 31IZ submersible transducer, or equal. 2.09 FLOATS A. Levels shall be sensed by polypropylene weighted floats. The floats shall be heavy- duty type, with hermitically sealed non-mercury switches inside. Weights shall be 20 ounces minimum. The floats shall be secured at the top of the wetwell via a stainless steel wall mount bracket designed specifically for float installation. The floats shall be B/W 7000 Series or approved equal. 2.10 ANALOG LOOP SUPPLY AND INTRINSICALLY SAFE RELAY A. The submersible pressure transducer shall be provided with a regulated power supply from the DataFlow TCU. B. The pressure transmitter shall be isolated from the hazardous area by an intrinsically safe relay, Stahl catalog # 9001/012-80-110-10. 2.11 GENERATOR RECEPTACLE Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-8 EebKW2ffi of 5 Attachment number 6 Page 334 of 352 A. The generator receptacle shall be 240V, 125 Amp, 3-phase, 4-wire with ground. The contractor shall coordinate the generator receptacle requirements with the City of Clearwater to insure the generator receptacle is compatible with the City's existing fleet of portable generators. 2.12 SURGE PROTECTION DEVICE (SPD) A. The pump control panel shall be protected by a surge protection device compatible with a 208V, 3-phase, 4-wire system. The SPD shall have a NEMA 4X enclosure. The SPD shall be an Advanced Protection Technologies (APT) Cat# TE/2XF/4X. PART 3-EXECUTION 3.01 CONDUIT INSTALLATION A. Where conduits enter or leave all outlet boxes, cabinets safety switches, tap boxes, motor controllers, etc., threaded hubs shall be used. Bushings 1-inch and larger shall be of an approved insulated type. Unless otherwise indicated, conduit 2-inches shall be supported at intervals not exceeding ten (10) feet. B. During construction, all installed raceways shall be temporarily plugged or otherwise protected from the entrance of moisture, dirt, trash, plaster, moisture, etc., through neglect of the CONTRACTOR to so protect them, shall be replaced by the CONTRACTOR without additional expense to the Owner. No kinked, clogged or deformed raceways will be permitted on the job. Raceways shall be cut to proper length so that ends will fit accurately in the outlets. Where raceways cross building expansion joints, a suitable raceway expansion fitting shall be used. C. Size of raceway shall not be less than NEC requirements, but in no case shall be less than indicated on the Drawings. Combining of circuits, other than detailed, will not be permitted. The CONTRACTOR shall install larger size raceways than detailed where there is excessive length of unbroken run or excessive number of bends. D. Bends in metallic raceways shall be made while "cold" and in no case shall the raceways be heated. Raceways shall not be bent through more than 90°. The radius of bends shall not be less than six (6) times the internal diameter of the raceway. Not more than four (4) (equivalent 90°) bends will be permitted between outlets, the bends at the outlets being counted. E. Raceways shall be properly aligned, grouped and supported. Exposed raceways shall be installed at the right angles to or parallel to the principal structural members. Concealed raceways, unless otherwise indicated, may take the most direct route between outlets. Raceways shall be firmly held in place. Raceways shall run to avoid trapping wherever possible. Where areas are indicated for future openings, Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\I 6941.doc 16941-9 EebKW2ffi of 5 Attachment number 6 Page 335 of 352 foundations, etc., all raceways shall be run around such areas. The CONTRACTOR shall provide necessary inserts in poured concrete areas and shall furnish and install all necessary sleeves through walls, floors and roofs for passage of raceways. Sleeves through roofs and/or exterior walls shall be properly sealed by the CONTRACTOR against entrance of moisture, etc., into the building. Where necessary repairs to the building structure using material in no way inferior to that originally installed and using labor skilled in the trades involved. 3.02 CONDUCTORS A. Taps and attachments of fittings and lugs shall be electrically and mechanically secure. Approved solderless lugs and connectors shall be sued for all conductors with 2-bolt type being used for sized No. 4/0 and larger. There shall be plenty of slack cable in boxes, outlets and cabinets to insure that there is no binding at the bushings. All lugs shall be of the correct sizes for the conductor in order to fit the conductor into a lug. B. No splices of any type will be allowed. Conductors shall be continuous from termination point to termination point. 3.03 GROUNDING A. The entire electrical system shall be completely and effectively grounded as required by the NEC and as specified hereinafter. B. All metallic raceways shall be mechanically and electrically secure at all joints and at all boxes, cabinets, fittings and equipment. Metallic raceways entering the motor control center control panels or other electrical boxes shall be grounded to the appropriate ground bus. All metallic raceways shall be electrically continuous throughout the entire conduit system. Bond wires shall be used in exterior concrete pull boxes. 3.04 SUPPORTS A. The CONTRACTOR shall furnish and install all necessary supports for properly mounting all electrical equipment and raceways. Such supports shall be fabricated and installed in a neat and workmanlike manner, and care shall be taken that at no time shall any portion of the building structure be overloaded. Should the building structure sustain damage through carelessness or through failure of the CONTRACTOR to properly support and install the electrical equipment, the CONTRACTOR shall bear all costs involved in repairing or replacing such installation. B. All steel shapes exposed to the weather shall be galvanized after all cutting, drilling, and/or welding is done. All shop connections shall be welded or riveted and all field connections shall be bolted on all outdoor structures. Where the field cutting or Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\ 16941.doc 16941-10 EebRW2ffi of 5 Attachment number 6 Page 336 of 352 drilling of galvanized steel is necessary, the CONTRACTOR shall apply one (1) coat of priming paint and one (1) finish coat of aluminum and oil paint. 3.05 TESTS AND CHECKS A. The following minimum tests and checks shall be made prior to the termination of any field wiring. I . Megger terminals and buses after disconnecting devices sensitive to megger voltage. 2. A 1,000V DC megger shall be used for these tests. 3. The first test shall be made with main circuit breaker closed and all remaining breakers open. A second test shall be made with all circuit breakers closed. 4. The test results shall be recorded and forwarded to the Engineer for his review. Minimum megger readings shall be 100 megohms in both tests. B. The following shall be done before energizing any motor control center or control panel. 1. Remove all current transformer shunts after completing the secondary circuit. 2. Install overload relay heaters based on actual motor nameplate current. 3. Vacuum clean all interior equipment. 3.06 SPARE PARTS A. Spare parts shall be furnished to permit convenient and quick service restoration upon failure of a particular unit and shall include the following: One set of spare parts for each pump station. I. One (1) TAC Pack Telemetry Control Unit (TCU) 2. One (1) Yagi antenna 3. One (1) power supply with battery 4. One (1) box of fuses of each type 5. One spare surge suppressor. 6. One spare seal failure relay. 7. One spare polypropylene weighted float. 8. Four spare overload relays. B. The spare parts shall be packed in a manner suitable for long-term storage and shall be adequately protected against corrosion, humidity, and temperature. 3.07 WARRANTY A. Warranty - The SYSTEM SUPPLIER shall warrant all hardware and software provided under this contract against all defects in material and workmanship for a Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\ 16941.doc 16941-11 EebRW2ffi of 5 Attachment number 6 Page 337 of 352 period of one year. The system supplier shall warrant the telemetry software to be free of defects for as long as it is operational in the county. The SYSTEM SUPPLIER shall also provide free updates to this software for the life of the system. The function modules utilized in the remote terminal units shall carry an additional two year return-to-factory warranty. The two year return-to-factory warranty shall also cover damage due to lightning. 3.08 SERVICE A. Service - The SYSTEM SUPPLIER shall offer full factory support of the installed system through the use of factory employees. Service representatives who are not direct employees of the SYSTEM SUPPLIER, or who are not specifically trained in the service of radio telemetry systems shall be unacceptable. The customer shall have 24 hour per day access to service personnel through the use of a pager. The SYSTEM SUPPLIER shall keep a fully-configured replacement CPU at their premises at all times. This unit shall be made available as a temporary replacement in the event of the system computer failure. Supplier must be able to install replacement computer within 24 hours of notification of failure. This emergency spare computer shall be offered at no charge during the warranty period and shall be offered for only transportation and labor charges after the warranty has expired. The Owner agrees to take all necessary steps to assure prompt repair of the failed. 3.9 TRAINING A. Training - The following tabulation indicates the required minimum training required from the successful bidder. Two full (8 hour) days at the Owner's facility during the time of system start-up. One full (8 hour) day 2 to 3 weeks after system start-up. 3.10 BULLENTIN BOARD E. Bulletin Board - The system supplier shall provide a bulletin board service to the owner. The bulletin board service shall offer information on all modifications or updates to the system hardware or software. Prior to award and within 10 days of request, the successful bidder shall be required to demonstrate this service. This service shall be free of charge for three years. END OF SECTION Cardno TBE Pump Station Electrical Provisions J:A00083\00083169.00\DOC\Specs\ 16941.doc 16941-12 EebRW2ffi of 5 Attachment number 6 Page 338 of 352 SECTION V CONTRACT DOCUMENTS Table of Contents: CONTRACT BOND ..................................................................................................................... 1 CONTRACT .................................................................................................................................. 3 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT ..................................................... 6 PROPOSAL BOND ...................................................................................................................... 7 AFFIDAVIT .................................................................................................................................. 8 NON-COLLUSION AFFIDAVIT ............................................................................................... 9 PROPOSAL ................................................................................................................................. 10 CITY OF CLEARWATER ADDENDUM SHEET ................................................................. 13 BIDDER'S PROPOSAL ............................................................................................................. 14 SectionV.doc Page i ltevn4205 Attachment number 6 Page 339 of 352 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we as Contractor and (Surety) whose home address is HEREINAFTER CALLED THE "Surety", are held and firmly bound into the City of Clearwater, Florida (hereinafter called the "Owner") in the penal sum of: Dollars ($ ) for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns for the faithful performance of a certain written contract, dated the day of 20 , entered into between the Contractor and the City of Clearwater for: PUMP STATION 41 REHABILITATION PROJECT #:07-0009-UT a copy of which said contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Contractor shall in all respects comply with the terms and conditions of said contract, including the one-year guarantee of material and labor, and his obligations thereunder, including the contract documents (which include the Advertisement for Bids, Form of Proposal, Form of Contract, Form of Surety Bond, Instructions to Bidders, General Conditions and Technical Specifications) and the Plans and Specifications therein referred to and made a part thereof, and such alterations as may be made in said Plans and Specifications as therein provided for, and shall indemnify and save harmless the said Owner against and from all costs, expenses, damages, injury or conduct, want of care or skill, negligence or default, including patent infringements on the part of the said Contractor agents or employees, in the execution or performance of said contract, including errors in the plans furnished by the Contractor, and further, if such "Contractor" or "Contractors" shall promptly make payments to all persons supplying him, them or it, labor, material, and supplies used directly or indirectly by said Contractor, Contractors, Sub-Contractor, or Sub-Contractors, in the prosecution of the work provided for in said Contract, this obligation shall be void, otherwise, the Contractor and Surety jointly and severally agree to pay to the Owner any difference between the sum to which the said Contractor would be entitled on the completion of the Contract, and that which the Owner may be obliged to pay for the completion of said work by contract or otherwise, & any damages, direct or indirect, or consequential, which said Owner may sustain on account of such work, or on account of the failure of the said Contractor to properly and in all things, keep and execute all the provisions of said contract. SectionV.doc Page I of 14 lte9PP4 215 Attachment number 6 Page 340 of 352 CONTRACT BOND (2) And the said Contractor and Surety hereby further bind themselves, their successors, executors, administrators, and assigns, jointly and severally, that they will amply and fully protect the said Owner against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damages arising from the performance of said work, or of the repair or maintenance thereof, or the manner of doing the same or the neglect of the said Contractor or his agents or servants or the improper performance of the said work by the Contractor or his agents or servants, or the infringements of any patent rights by reason of the use of any material furnished or work done; as aforesaid, or otherwise. And the said Contractor and Surety hereby further bind themselves, their successors, heirs, executors, administrators, and assigns, jointly and severally, to repay the owner any sum which the Owner may be compelled to pay because of any lien for labor material furnished for the work, embraced by said Contract. And the said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of , 20 CONTRACTOR ATTEST: By: WITNESS: COUNTERSIGNED: SURETY ATTORNEY-IN-FACT By: SectionV.doc Page 2 of 14 ltevn4 215 Attachment number 6 Page 341 of 352 CONTRACT This CONTRACT made and entered into this day of , 20 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and , of the City of County of and State of Florida, hereinafter designated as the "Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PUMP STATION 41 REHABILITAION (07-0009-UT) in the amount of $ In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB-CONTRACTOR, AGENT SERVANTS OR EMPLOYEES. SectionV.doc Page 3 of 14 ltevn4 215 Attachment number 6 Page 342 of 352 CONTRACT (2) In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay-off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub-contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the surety bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such performance bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SectionV.doc Page 4 of 14 ltevn4 215 Attachment number 6 Page 343 of 352 CONTRACT (3) IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, in duplicate, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: William B. Horne, II City Manager Countersigned: By: Frank Hibbard, Mayor-Councilmember (Seal) Attest: Cynthia E. Goudeau, City Clerk Approved as to form: Camilo Soto Assistant City Attorney (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (Contractor) (The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title; where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation). By: (SEAL) SectionV.doc Page 5 of 14 ltevn4 215 Attachment number 6 Page 344 of 352 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT (CORPORATION FORM) STATE OF FLORIDA COUNTY OF On this day personally appeared before me, the undersigned authority, duly authorized to administer oaths and take acknowledgments, , who after being duly sworn, deposes and says: That he is the (TITLE) of , a Florida Corporation, with its principal place of business located at (herein, the "Contractor"). That the Contractor was the general contractor under a contract executed on the day of 20 with the CITY OF CLEARWATER, FLORIDA, a municipal corporation, as Owner, and that the Contractor was to perform the construction of: PUMP STATION 41 REHABILITATION (07-0009-UT) That said work has now been completed and the Contractor has paid and discharged all sub-contractors, laborers and material men in connection with said work and there are no liens outstanding of any nature nor any debts or obligations that might become a lien or encumbrance in connection with said work against the described property. That he is making this affidavit pursuant to the requirements of Chapter 713, Florida Statutes, and upon consideration of the payment of (Final Full Amount of Contract) in full satisfaction and discharge of said contract. That the Owner is hereby released from any claim which might arise out of said Contract. The word "liens" as used in this affidavit shall mean any and all arising under the operation of the Florida Mechanic's Lien Law as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me This day of , 20 NOTARY PUBLIC My Commission Expires: BY: AFFIANT PRESIDENT SectionV.doc Page 6 of 14 ltevn4 215 Attachment number 6 Page 345 of 352 PROPOSAL BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: as Principal, and as Surety, who's address is _ , are held and firmly bound unto the City of Clearwater, Florida, in the sum of _ Dollars ($ ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of as Principal, and Surety, for work specified as: all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Performance Bond with surety or sureties to be approved by the City Manager, this obligation shall be void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal Bond will be paid to the City as stipulated or liquidated damages. Signed this day of , 20 (Principal must indicate whether corporation, partnership, company or individual) That we, the undersigned, Principal The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title; the person signing for a corporation must, by affidavit, show his authority to bind the corporation. Surety By: Title as SectionV.doc Page 7 of 14 ltevn4 215 Attachment number 6 Page 346 of 352 AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA ) COUNTY OF ) being duly swom, deposes and says that he/she is Secretary of a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its principal office at: Street & Number City County State Affiant further says that he is familiar with the records, minute books and by-laws of (Name of Corporation) Affiant further says that is (Officer's Name) (Title) of the corporation, is duly authorized to sign the Proposal for for said corporation by virtue of (state whether a provision of by laws or a Resolution of the Board of Directors. If by Resolution give date of adoption). Affiant Sworn to before me this day of , 20 Notary Public Type/print/stamp name of Notary Title or rank, and Serial No., if any SectionV.doc Page 8 of 14 ltevn4 215 Attachment number 6 Page 347 of 352 NON-COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF being, first duly sworn, deposes and says that he is of , the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. Affiant Sworn to and subscribed before me this day of , 20 Notary Public SectionV.doc Page 9 of 14 lte9PP4 215 Attachment number 6 Page 348 of 352 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for PUMP STATION 41 REHABILITATION (07-0009-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked PUMP STATION 41 REHABILITATION (07-0009-UT) Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Contract Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: SectionV.doc Page 10 of 14 ltevn4 215 Attachment number 6 Page 349 of 352 PROPOSAL (2) If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. Attached hereto is a bond or certified check on Bank, for the sum of (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit, whether sub-contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: Signature of Bidder: (The bidder must indicate whether Corporation, Partnership, Company or Individual). SectionV.doc Page II of 14 lte9PP4 215 Attachment number 6 Page 350 of 352 PROPOSAL (3) The person signing shall, in his own handwriting, sign the Principal's name, his own name and his title. Where the person signing for a corporation is other than the President or Vice-President, he must, by affidavit, show his authority, to bind the corporation. Principal: By: Business Address of Bidder: City and State: Dated at Title: Zip Code this day of , A.D., 20 SectionV.doc Page 12 of 14 ltevn4 215 Attachment number 6 Page 351 of 352 CITY OF CLEARWATER ADDENDUM SHEET PROJECT: PUMP STATION 41 REHABILITATION (07-0009-UT) Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: (Name of Bidder) (Signature of Officer) (Title of Officer) (Date) SectionV.doc Page 13 of 14 ltevn4 215 Attachment number 6 Page 352 of 352 BIDDER'S PROPOSAL PROJECT: PUMP STATION 41 REHABILITATION (07-0009-UT) CONTRACTOR: BIDDER'S GRAND TOTAL $ BIDDER'S GRAND TOTAL (Numbers) (Words) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. ITEM NO. DESCRIPTION UNIT EST. QTY. UNIT PRICE TOTAL I Mobilization LS 1 $ $ 2 Maintenance of Traffic LS 1 $ $ 3 Furnish & Install PS 41 Rehabilitation LS 1 $ $ 4 Bypass Pumping LS 1 $ $ Sub Total $ $ 5 Contingency -10% $ $ Total $ $ SectionV.doc Page 14 of 14 ltevn4 215 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve Change Order 1 for the 2009 Bridge Rehabilitation Project to Castco Construction Inc., of Largo, Fl in the amount of $26,474.99 for a new total contract amount of $181,982.75 and authorize the appropriate officials to execute same.(consent) SUMMARY: February 18, 2010 City Council awarded the 2009 Bridge Rehabilitation Project to Castco Construction Inc, of Largo, Fl in the amount of $155,507.76. While the contractor is on site to perform bridge repairs, the contractor will clean and paint two exposed sections of water main pipe and two exposed sections of reclaim pipe; replace steel anchors on one section that was previously damaged by a vehicle; cap and remove a 28 foot section of badly deteriorating abandoned pipe under a bridge span; and remove, replace and paint two exposed sections of sanitary main that have cracked flanges for $26,474.99, for a total contract value of $181,982.75. Sufficient budget and revenue are available in Capital Improvement Program (CIP) project 0315-96721, System R&R Maintenance in the amount of $7,158.48, 2009 Water and Sewer Bond proceeds in projects 0376-96739, Reclaim Water Distribution System in the amount of $7,115.24 and 0376-96665, Sanitary Sewer R and R in the amount of $12,201.27 for a total of $26,474.99. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: No Budget Adjustment Comments: See Summary Current Year Cost: $26,474.99 Annual Operating Cost: Not to Exceed: $26,474.99 Total Cost: $26,474.99 For Fiscal Year: 2009 to 2010 Appropriation Code Amount Appropriation Comment 0315-96721-563800-533- $ 7,158.48 See Summary 000-0000 0376-96739-563800-533- $ 7,115.24 See Summary 000-0000 0376-96665-563800-535- $12,201.27 See Summary 000-0000 Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 16 CHANGE ORDER #1 PROJECT: 2009 Bridge Rehabilitation Project CONTRACTOR: Castco Construction, Inc. Attn: Mr. Israel Castro 9001 126th Ave. N. Largo, Florida 33773 Attachment number 1 Page 1 of 4 Date: March 16, 2010 PROJECT NUMBER: 09-0050-EN PO REFERENCE NO.: ST106247 COUNCIL AWARD: 02/18/10 DATE OF CONTRACT: 02/01/10 CODE: 0315-92274-563800-541-000-0000 A CODE: 0315-96721-563800-533-000-0000 B CODE: 0376-96739-563800-533-000-0000 C CODE: 0376-96665-563800-535-000-0000 D SCOPE OF CHANGE: THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT CO 1 to replace, clean and repaint existing water main, reclaimed water and sanitary main piping attached to existing bridges being rehabilitated. See additional items below. STATEMENT OF CONTRACT AMOUNT ORIGINAL CONTRACT AMOUNT CO 41 - CC - 4/15/2010 NEW CONTRACT AMOUNT ATTEST Cynthia E. Goudeau, City Clerk Date: CITY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA William B. Horne, II City Manager APPROVED AS TO FORM: Camilo Soto Assistant City Attorney $155,507.76 $26,474.99 $181,982.75 ACCEPTED BY: By: (SEAL) Israel Castro Date: Witnesses: Recommended By: City of Clearwater Perry M. Lopez Construction Manager Michael D. Quillen, RE City Engineer Item # 16 Attachment number 1 Page 2 of 4 Page 2 of 2 Administrative Change Order #1 Re: ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST Addition to clean & repaint 12" DIP Water Code B: 0315-96721-563800-533-000-0000 26 Brg 155501 - N/B water main - 40 LF $91.21 $3,648.40 12" DIP 27 Brg 155513 - N/B water main - 27 LF $75.40 $2,035.80 12" DIP 28 Replace stainless steel hangers 1 LS $823.51 $823.51 and bolts in Ia above 29 10% Water Contingency 1 LS $650.77 $650.77 Total Additions Code B: $7,158.48 Addition to clean & repaint 12" DIP Reclaimed Code C: 0376-96739-563800-533-000-0000 30 Brg 155502 - SB reclaim - 12" 40 LF $74.12 $2,964.80 DIP 31 Brg 155514 - S/13 reclaim - 12" 40 LF $87.59 $3,503.60 DIP 32 10% Reclaimed Contingency 1 LS $646.84 $646.84 Total Additions Code C: $7,115.24 Addition to remove, replace & repaint 8" Dip, megalug Sewer Code D: 0376-96665-563800-535-000-0000 33 Cap and remove 8" DIP under 28 LF $107.14 $2,999.92 Brg 155501 - N/B 34 Brg 155502 - SB 30 LF $129.45 $3,883.50 35 Brg 155514 - SB 32 LF $131.52 $4,208.64 36 10% Sewer Contingency 1 LS $1,109.21 $1,109.21 Total Additions Code D: $12,201.27 Total Net Additions to Contract: $26,474.99 Item # 16 Attachment number 1 Page 3 of 4 Item # 16 Attachment number 1 Page 4 of 4 Item # 16 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve Change Order 1 for the 2009 Sidewalk Project to Kilgore Construction, LLC of Largo, Fl, in the amount of $119,715.75 for a new total contract value of $413,219.68 and authorize the appropriate officials to execute same. (consent) SUMMARY: December 17,2009, City Council awarded the 2009 Sidewalk Project to Kilgore Construction, LLC of Largo, FL, in the amount of $293,503.93 for the repair and replacement of sidewalks throughout the City of Clearwater, as well as build new sidewalks in the East Gateway District. Change Order 1 is to add new sidewalks in the East Gateway District and provide ADA compliance for other sidewalks within the City of Clearwater for an increase to the contract in the amount of $119,715.75 for a new contract total of $413,219.68. The new sidewalks in the East Gateway District are being funded by a Community Development Block Grant (CDBG) in the amount of $146,395. The sidewalks included in the original contract used $38,228.70 of that funding. Additional locations for East Gateway District sidewalks have been identified and will be constructed using the remaining CDBG funds, while retaining the prices of the 2009 Sidewalk contract. Additionally, other sidewalks within the City of Clearwater have been identified that require truncated domes to be installed to meet ADA compliance at the same pricing as the 2009 Sidewalk Project. Sufficient budget and revenue are available in Capital Improvement Program (CIP) projects 0315-92273, Streets and Sidewalks in the amount of $6,050.00, 0315-92339, New Sidewalks in the amount of $5,499.45 and 0181-99628, CDBG-R East Gateway Sidewalk Improvements in the amount of $108,166.30 for a total amount of $119,715.75 to fund the change order. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: See Summary Current Year Cost: $119,715.75 Not to Exceed: $119,715.75 For Fiscal Year: 2009 to 2010 Appropriation Code Amount 0181-99628-590200-554- $108,166.30 000-0000 0315-92273-563700-541- $ 6,050.00 000-0000 Budget Adjustment: No Annual Operating Cost: Total Cost: $119,715.75 Appropriation Comment See Summary See Summary 0315-92339-563700-541- $ 5,499.45 See Summary 000-0000 Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 17 Attachment number 1 Page 1 of 4 CHANGE ORDER # 1 PROJECT: 2009 Sidewalk Project CONTRACTOR: Kilgore Construction, LLC 11697 Walsingham Rd Largo, F133778 Date: March 15, 2010 PROJECT NUMBER: 09-0039-EN PO REFERENCE NO.: ST 106115 COUNCIL AWARD: 12/17/2009 CODE: 0181-99628-590200-554-000-0000 A CODE: 0315-92273-563700-541-000-0000 B CODE: 0315-92339-563700-541-000-0000 C SCOPE OF CHANGE: THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT CO #1 is to provide ADA compliance and add sidewalks in the East Gateway District where many streets lack sidewalks while Block Grant funding is available See below for detail. STATEMENT OF CONTRACT AMOUNT ACCEPTED BY: ORIGINAL CONTRACT AMOUNT $293,503.93 Council CO #1 -CC - 4/15/2010 $119,715.75 NEW CONTRACT AMOUNT $413,219.68 ATTEST: Cynthia E. Goudeau, City Clerk Date: CITY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA William B. Horne, II City Manager APPROVED AS TO FORM: Camilo Soto Assistant City Attorney By: (SEAL) Harold Kilgore, President Date Witnesses: Recommended By: City of Clearwater Perry M. Lopez Construction Manager Michael D. Quillen, RE City Engineer Item # 17 Attachment number 1 Page 2 of 4 Page 2 of 2 Change Order # 1 ITEM DESCRIPTION QUANTITY UNIT UNIT COST TOTAL COST Increase New Sidewalks Code A: 0181-99628-590200-554-000-0000 1 Construct 4" concrete sidewalk 22,332 SF $2.75 $61,413.00 (3,000 PSI w. fiber Mesh Reinforcing) 2 Construct 6" concrete sidewalk 6,400 SF $3.55 $22,720.00 (3,000 PSI w/Fiber Mesh Reinforcing and 6/6 x 10/10 welded wire mesh) 3 Root Pruning 700 LF $11.00 $7,700.00 Install tactile warning surface 325 SF $20.00 $6,500.00 (trucated domes) 7 10% CONTINGENCY 1 LS $9,833.30 $9,833.30 Total Increases Code A: $108,166.30 Increases Sidewalk R&R Code B: 0315-92273-563700-541-000-0000 11 Install tactile warning surface 275 SF $20.00 $5,500.00 (truncated domes) 16 10% Contingency 1 LS $550.00 $550.00 Total Increases Code B: Total Increases: $114,216.30 Addition New Sidewalk Code C: 0315-92339-563700-541-000-0000 17 Construct 4" concrete sidewalk 1,818 SF $2.75 (3,000 PSI w. fiber Mesh Reinforcing) 18 10% Contingency 1 LS $499.95 Total Additions Code C: $6,050.00 $4,999.50 $499.95 $5,499.45 Total Increases $119,715.75 Item # 17 Attachment number 1 Page 3 of 4 Item # 17 Attachment number 1 Page 4 of 4 Item # 17 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Accept a 330.73 square foot Right of Way and Utilities Easement over, across, under and through a portion of Lot 200 of the plat of MORNINGSIDE ESTATES UNIT 1 conveyed by Congregation Beth Shalom, Inc., a Florida not-for-profit corporation, given in consideration of receipt of $3,310.00 and the benefits to be derived therefrom. (consent) SUMMARY: The Morningside Traffic Calming Project is the City's response to long standing requests for a solution to speeding vehicles in this residential neighborhood. The Traffic Calming Plan was developed by neighborhood residents at a City-sponsored charrette workshop, then field verified by engineers. The resulting plan was then approved by petition signatures of 65% of the Morningside Estates property owners. Morningside residents proposed three modern, single lane roundabouts in their plan. The roundabouts will be constructed at the Harn Boulevard intersections with Summerlin Drive, Steward Boulevard, and Clairborne Drive. On October 22, 2009 Council adopted Resolution 09-43 dedicating a 4,313 square foot parcel of land from Morningside Recreation Center lands as additional right-of-way to facilitate the proposed roundabout at Stewart Boulevard. The subject easement at the southwest corner of Harn and Claiborne provides sufficient additional right-of-way to construct the planned roundabout at that intersection. No additional right-of-way is required at Summerlin Drive for R.A.M. Excavation of Palm Harbor to construct the proposed Morningside Traffic Calming Project pursuant to contract awarded by Council on March 18, 2010. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 18 Attachment number 1 Page 1 of 8 , I- r-:'I in E LO B City r -it P. 0, [; Cl F -'-4748 Parcel No 1 ? _i 3 a ? ;1ca'?5 RIGHT OF WAY & UTILITIES EASEMENT FOR AND IN CONSIDERATION t the sum of T! see TI<<_usand Thorp, I-lundrerl Try and--- G, r0 1uu olli $ ",1 L-I t ;-?-i°?d in hand Maid, the rix6pt o which i r?1 ;is r1; lgi-i . and ih e I r : ?iis, to be deri : ed th ie r-Jf its Congrecdateran Beth Shalom, Inc., a Florida not-for-profit corporation 1325 South Belcher Road, Clearwater, Fl. 33764-3712 (herein, "Grantor") do I ?reF grant, barp ,in and convey to the CITY OF CLEARWATER, FLORIDA, a Florida klimidl;-Jal ?hereiii, GIanlpe i, its licensees, agents for the of the general pul)li-, easement far the p-jrpu--r_? herein i ,, and-i„ i Ind uror i iii, following described land lying and being = lF? in the City o ryc, _ r A 11,1 -, ,i,t; `DtutFe :f Florida, to wit: A portion of the Lot 200, MORNINGSIDE ESTATES UNIT , a recorded in Plat Boob 9, iPage 8 through 59, Public Record's of Pinellas County, Flor;da, a more particufar°ly described and depicted in EXHIBIT "A" appended her(,to. This easernetit is granted for public right-cif-way and piit ,li : I jil' t'y 1tl The CITY OF CLEARWATER, FLORIDA, shall h I. t tl f [ 111)t !-i ? I r j l 11 !- i' I- _, i t r'e-7rl ud f?r r1i???s and to ccinstruct, install and m_?iniain th;-iroil and , ,i;hr sid v alb:, -ur ,,ing and utility, fac:iiitl--s ?--,iid to inspect and alter suds public roa ; ,r 0/, and t tility fi ;RN ties from time tc- t ir,.-, Grantor er!?bN, s1311,'. -'lam and cove_nAnt with Cron}ee thr-It tlii i li t, simpli title to the her.-in described easem-tit premises th iiit Gt;u.w(--i il,ll rl )h. --- ?,°;?r??l ?,I •, i, to and wizivei thi, e,-i.,eirient to Grantee, and that Grartu,. posst.:ssion, use -n-1 E?njovnii,rt of this easement. It 9s + .,f,iF ;s? Sod aa?i .iraieed th.9t Crz,-tn r(?si3i res all rights of ownership of the easement p[e[ s _ Fist tr?? ?? a v4ia h the ea?einorat ,tc?l-t- ?liante i herein. - i it FIBesyconi[ent 0w I r - Item # 18 ?7[ Attachment number 1 Page 2 of 8 ETA P,,-ireef Wi 1?J-29 1 Gr-wI(-)r c etc, S tl jtl' Both Shalom motel-: City :)f In l,,vr iter, Florida G'ranf-F- to the e;tf? .11 E''+-l°r 1i(ir?J ba -ipplicabl{ to in, li- rn1 ??f1 + ff' Jr17 JI VI1 ?jciaf 1:;t ?-II l r arid I 'ilr 7 -?1 w;Y?,ll rick- In l_1 ,`S{I't? ??? l?r' +'ti f_'? `_ [`F S??J FIC 1 r ? 1 or fei.glE {? I n,i f ®>'B jULj i_I ('CLl7 ilo n t_JI tt'F? 'H 1 iillli l! rnnl;ainc d hc'ri-`sill `Ir ll Le onstruo d 'r- m mf?dif', trl dr7< rkI'c- of immunity as 'h.,) "Irl F In _ y' ,-?rrt1frpt(?I ?r :I'tlc)f", nothlr -', 1 Conte-fr.lt-ci l., ?,~=w L v, the afiiet fu, bf--7 L),1, tfrrlU? p--irt,--, in any mann ,r i i' 'i"i 1=i 1' II Tf? _.. ;[1` I F-CE 1fb ?Ir3'lt ?f 1l'[j ftlf' ri-1venant5z ?-ind k. -c1 _.F'f11( I?f r:???t[ I .tlilrl?? ?1f1';? ? i. F-ir ntti ' I_1f irjjl'IC? `,tirlith t C =tit l3 ?sif f fi '.C1 11 ?'i Cl ?? ii i ,f fci il j l) ?"," f? ls'. and to beilcdlr Ih _?r•?ntF?%:, E'a(h finin '.,f enl_11,? 1 P l' )f the ,r-rll?r , i?r rf_c.lr - ? FU I'li.I[i thlt l _-;-?t shall be bound by the terms, I°r,, 1, 3 )f this grant of E 3, 1} rl . -?,c it -.-?i;i eirm or entity were original parties IN WITNESS WHEREOF, ll F Grantor has caused these presents to Iv, executed this : :r _ 2010. SigPipii H aI d and delivered In the of: F'rir7 l'^?'ITf?JE`?.`=? N?aire. a? Print .+'.°iTNESS ka e CONGREGATION BETH SHALOM a Florida not-for-profit corporatjon By. ?rirl J J ?,trlY ??? Title By: Print Marne Title 1!1 ? i t'i H 'T [exneJ FI' J - Item # 18 Attachment number 1 Page 3 & 8 Page - RSA' Ut''M EDs mm Ii R Parcel No, 1 ! rJ 1+ ? r +:;'',i.:n 190 Grantor: onor`-1 »', un Beth i-,i [n Grantee: City of C eI:-ii ,,L+ter, FIB-, i ]a STATE OF FLORIDA : SS COUNTY OF PIN E L LAS - was aer[ow Q ` by SnAnm ConIC;`Ip Qk-* run, lief Ij duly authori,-, -' h Iin SK enltit,, =J Wo a Ia ,.'''d', IHLjged ne ?? ,,'e uficf l l here'-J II E 1H ,c..t and J'?. I l I'I- I hI, . ? j s personadly kIMAW WWc? ,I ,1,n0[ ] did as identifIcaUcri My : ", Irmr -, aiot l l_ i .i I- ???r T f STATE OF FLORIDA: 7 COUNTY OF PINS LLAS i d' heft. ? n!?7 ?h r f''' 3 , -^111 Shahni h f1Wog<ikin :Vf'om bung +7ul` 'lutnJ`zed, exucIJwk ;no rlnq q 11 ? "qtr tf f_' n,necHka tr'i it _ e 4 ?r 15 I iiti ? k ?? he b s` - Rnrt}^?, and tI ' -?inIy K own n l - er ,? 11 A - i den1Wafi n. ly r! Ho f <? - T`rype/Phni blar-j1e (; _, 1 -1 . i, H Item # 18 Attachment number 1 Page 4 & 8 Tha ern dn o?nnon 'i>>4pi _ . nu ad Wd W nwh IF. Vn- a the r -a a' y o--, J!W' . i ii tI ,11 G--„ ,f i. .. ill '.. i 11 i1 .tip r ? l-',A f ?1-?•t. 1. Ji T_I..,, IM F' i t _ 017 II ll -j i.. ?- Lh L: ,. I _ I II l 1-, ? C i 1 ii ,. ? FkH 1H *A P_ in MY I . ? )I ?.?. -' I °? 1 '-I ih-Ir _ 3,i I ''lj ? I 1 W ou,ne `H rd I I , 'J if'=_ :f ii- "?C,'!7? _ al 11 C31 z & W1 M a i r p;f, d i , Me raW l-ll ?I?-I ,;? l mw lien -; j t 1 in WEL S ':ARGt,l BANK th r- J: a naticmai hay lk n' t y rnergei- wit First - _ .. ;._._ .W..... hey; Fri', I S N 0 1 ` W ,+y : STATE N+ RT --i CAROLINA COUNTY F' Win M - l _7Q - R AIN r P5 kI a f dl 1Wf_; WnWC]tl• ri i, ,'I h 3 II i I`. Item # 18 Attachment number 1 Page 5 of 8 - 1l i` 4 r e f I ?' ? ?I r u? ? I ?- I m r I I ? •I I . i ;}. r a i .1; ? r- f } at h=1 'r r t7 ?'df 'a,? ? f aV?', ?fw3 i' ?VVA DE 7R/ A I? s+ J+} wawa. ?r ? . - _.i ar,; a4 t .. e Item # 1'.8 Attachment number 1 Page 6 of 8 I F ?.: I I I II ? ?I I I i? ;'r 1 h, I t I I, .. I I I f I I Lf i L E_ I I I, I 1 I I ,b ,.ZI. I R/ A x , II I .. -- - 21.:v? f f"' Attachment number 1 Page 7 of 8 AFFIDAVIT OF NO LIENS STATE OF F 0RiD,14, COUNTY F PINELLAS BEFORE MEN F f halornorporatir i-., i'11.?Irl fIir,iij Jul, 6wor'n, &'c?-, -w d say. 1 That said er r the owner cif lei i 1I ?_I? id equita ie title to ?t I ;II? 4 in Pinellas County, 1c. Id, to wit: Lot 2;J1}, I' O NINGSIDE STATES UNIT 1, accorcl[ncj to the map oIl i* n:,:- IA ;ts 11 rec€?rdo-d in Plat Book,, 59, Pages 58 through 59, public r?t,ar'r9s ;-:If Pi[1?I'€ unl Florida Z -1I Ih, [?s' aIF- urip_ a :'III.` ibst or 1t', art --NONE„= If r??r at wsit Ue doemed Aff aM asserts "NONE". , TI-A th-re are of ny cr 1fIf,( thin i 1, 11i?_ ral?l ~ e11 l oDo h vv r? . ? a current ; , Tl°,.a? ?r"rl .fIIi 7, ,F`rj ?-ie I-in,itheI In,!ruIliefit`: j ?tj,l 7„ 1991 V rI 11 f .1 C1C? f_ f? i-I[1t , i lflt, ? `ri r If i[fl;?ir "? r ? t f I'?1 F . 7 - 4 ._ i, t, ,jell 1i ar reI 1 (ll;orl? t r l1"i( ?. I Third I. lli:_ t r i_ f-i-.iir h i , -..1 f i 1!:I r spear ref :ec?:r1i T` ?..?. are no _ ?r govern, r 7 a 1, Item # 18 r Attachment number 1 Page 8 of 8 7. Ti ??i h '? e =ian- 11e' and deliver i ri 1 I-? (-I j: r I Prix J ; 1`! n i?, re xg s? _ r wtj 61 i? ' OID ri e before me thi J• day of pJ 1 i ^,lf'il 3f of °i'f'l ?11 .:??: t i?are for 0'1' -?? ? ?? ?!le 11 i to rely, tf', r Item # 18 Attachment number 2 Page 1 Of 1 0 learwater U Prepared by: Engineering Department Geographic Technology Division Beth Shalom: Right-of-Way & Utilities Eaement Legend Parcel Boundary Bldg Bldg Footprint Waterbodies Outside CLWTR City limits - • • -- Clearwater Service Area Ite ? ... N W E m # 1 & 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www. MyC learwater. corn Map Gen By: JHH Reviewed By: EB Date: 3/9/2010 Grid #: 309A S-T-R: XX-XXs-XXe Scale: N.T.S. Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the Annexation, Initial Land Use Plan Designation of Residential Low (RL) and Initial Zoning Atlas Designation of Low Medium Density Residential (LMDR) District for 1404 Seabreeze Street (Lot 20, Block B, Sunny Park Groves in Section 23, Township 29 South, Range 15 East); and pass Ordinances 8160-10, 8161-10 and 8162-10 on first reading.(ANX2010-02001) SUMMARY: This voluntary annexation petition involves a 0.15-acre property consisting of one parcel of land occupied by a single-family dwelling. It is located on the north side of Seabreeze Street, approximately 65 feet east of Sunny Park Road. The applicant is requesting this annexation in order to receive sanitary sewer and solid waste service from the City. The Planning Department is requesting that the 0.09-acres of abutting Seabreeze Street right-of-way not currently within the City limits also be annexed. The property is contiguous to existing City boundaries to the west. It is proposed that the property be assigned a Future Land Use Plan designation of Residential Low (RL) and a zoning category of Low Medium Density Residential (LMDR). The Planning Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: The property currently receives water service from the City of Clearwater. The closest sanitary sewer line is located in the Sunny Park Road right-of-way and the applicant has paid the City's sewer impact and assessment fees and is aware of the additional costs to extend City sewer service to this property. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station 47 located at 1460 Lakeview Road. The City has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public facilities and their levels of service; and The proposed annexation is consistent with and promotes the following objective of the Clearwater Comprehensive Plan: Objective A.6.4 Due to the built-out character of the City of Clearwater, compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code. Objective A.7.2 Diversify and expand the City's tax base through the annexation of a variety of land uses located within the Clearwater Planning Area. Policy A.7.2.3 Continue to process voluntary annexations for single-family residential properties upon request. The proposed RL Future Land Use Plan category is consistent with the current Countywide Plan designation of this property. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District's minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan, City's Comprehensive Plan and Community Development Code; and The property proposed for annexation is contiguous to existing City boundaries to the west; therefore the annexation is consistent with Florida Statutes Chapter 171.044. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 19 Attachment number 1 Page 1 of 7 a BROWNING ? CRA88 r n?rGt?iG?.nr nn .:.F \ 1 1 ti L ?: ?IVrw :•:;:: ,;::; SITE :..:: ,:::. : ,::..-;•:; .tea BELLEVUE BLVD ®?• 4JT t? bN FRClI F1 n LOCATION MAP Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 0.15 Site: 1404 Seabreeze Street Size R-O-W (Acres): 0.09 Land Use From : RL To: R L Zoning R-3 PIN: 23-29-15-86958-002-0200 LMDR Atlas Page: 315A S:APlanning Department\C D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDona1d\Maps\ANX2010- 02001 LOCATION MAP.doc Item # 19 Attachment number 1 Page 2 of 7 04 1,1- - ' i 1rc , 4? f ? ?' p? [ ' 1 t fl; r I l t ? 8 ,h : i l4?lh f 4'y t `' `iWb? AERIAL PHOTOGRAPH Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 15 0 Site: 1404 Seabreeze Street . Size R-o-w (Acres): 0.09 Land Use Zoning PIN: 23-29-15-86958-002-0200 From : RL R-3 To: RL LMDR Atlas Page: 315A S:APlanning DepartmentT D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDona1d\Maps\ANX2010- 02001 AERIAL PHOTOGRAPH.doc Item # 19 Attachment number 1 Page 3 of 7 a 4 ? s M sn? 3 M I F 4 I - 1 13 I 2 sns 7 _" 1419 V?E O M M BE??E M F 4 3 2 5 60 1429 9 N 10 11 N M a co 7 v 1435 rn M rI 0 4 M M N I 3 2 O 5 IM P - ::. •- 0 Sao. ' 4h b? ,h q 49 .• F Y et et ? v T tr ? v ? •; . 18 ' 17 :•. 16 .15' . =1A: . 1'2 ? 11 ' ' {.b _'? • :. 19 1 2 21 +:.-2P.?._" :-;3:•:-" '{?::2'4?'. ?.: 'i25'i:` • •.`.'26 •:?- '?27•'if:r •?`2$' ?• ` .. . 7b, 18 17 '•:1!6i-'.-. ::; 1:S:ii f'.::: i :: Y:1:g.`ii: : -.. :...,, '? • : ? ' '-°?°?:? • ? - . ' • x - • . . - - ?.,': .•.:., .: . 1?1sr .?s.:. .. -e ! •. .; , 2 . 1... _ . .2? .. e : .•.23;'?:} ' e {'?;24:•: ::: . •:x;25;::} .:?•: .._;: ' •.•:.. . :. ' :'.;28:• .- ' 29"?' ' .":?'3I1• P .a r } . et..:• • et M M t I. F T . .. . . • • U 19 _ t : . X22 - 23 - - 24. ? . 25 • ,z6 27 N •: 28 - 9.:: • : 30. 1443 R .... y ,.:....: .a.::. .• ...:•. micm 4 ..:.:. :' ?: .144.x• •: : : ' : ' : •. .'N.•. ' ..•:N. • . ; .. .: Y+j . '::: . : • _ . ? . . ::..: ? e+.. . ... .1l.. . • '-ice. . ..-a• . .. ?.. .. . .? _ • ?: . . ,. ?. :. -8:kt . •.: ;.. 1$ 11: ?' 1? ': •15: •.'. •...SA.? : 13• •; A2. S1 : , . , 10 5 70 19 1 2 I 21 •:^e.:.:?• ,:;2,-''::: {I',:rx4.:.:?. : .: i25::•:.: .{.•'26'.{: ;:L27::•[:? .`•[B.'-?;:. :' :29i::. C -',: ::,: 00 t, ? .:;12-?-' ?. 11 '.:'.'9 9):•.:? .•r:;9:a:;;: :':)8'.:'.•.; ? :;-:.T:=;.: }:r.?.6'i•::-? .':.:i5'••:•'. .:?. '•;?::?:.'.' ::}:3;.'•:•i -:'?. 50 :. PROPOSED ANNEXATION MAP Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 15 0 Site: 1404 Seabreeze Street . Size R-o-w (Acres): 0.09 Land Use Zoning PIN: 23-29-15-86958-002-0200 From : RL R-3 To: RL LMDR Atlas Page: 315A 9 10co 11 C4 12a 1425 ? M ? 80 25470 S:APlanning Department\C D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDona1d\Maps\ANX2010- 02001 PROPOSED ANNEXATION MAP.doc Item # 19 Attachment number 1 Page 4 of 7 .. .. • ? . . . : . 7873 ? ? .-:.; ;.? ... ? :•" ; .. in, .?•, , a'- .? .^?. . - ?. -- - A? - -- - - 1419 - -- - - - - - 1425 v ?2 ?2 m M v ro ':•?' '.m'- !:':== :•:o :':':'' ?.m:-`?•-r- :.-'•'':.; • :; ::: ? :-;.•:. ,.. ----• - •'•"- ?;.? ?.':.'... .::T.:;. ; ;: ^ :•, ••:: ...',:,. ;,. ..: the .... .x.... ,.. :c} • :.. :•.C9 :. v.'. ; :.:..' ' ?, ,.., Q 1429 -R U ' ' ' ' • ' ' ' • • : ' . - ' ' • . ? ? ` • ? ? ' • . :: ; .:?•; ;;'L' " ?. i:.:' :;' ; ; .:: • I• ?,;';: 'r r •. : i ; .:: I• {,;:::. : .. .i.'r r '- :: '''-'.' ::? . 'r.'r r i ;. ? ' ;' ?= '. . ?:?:?' ' •r.:: } ,[., ' ;'; `. ,.::;' ' '.::.' ? i J ? 1435 ? ?? • .._.;4._I VY.O!?.'?4xr;'.?i.': ?:,.:•:'.?i'?.;;:.:';;?:•i?:'.?..::' .'?:?i? r.. . :'(;f•i??'??..::; 'r: :?r'-'(;•: _. '.. .: . • • .... 25 W c 2 T N v - O m r14?.:. ; a• •.,... ?, .. ... ?•: .-?N•. . • - ..-: ...:. o ?2 ?.? w m 1470 O R • • :o ; : 1500 ;: . j o ^ : r c : :::: 150 - - - - - - - - - - - 1 5 Q FUTURE LAND USE MAP Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 15 0 Site: 1404 Seabreeze Street . Size R-o-w (Acres): 0.09 Land Use Zoning PIN: 23-29-15-86958-002-0200 From : RL R-3 To: RL LMDR Atlas Page: 315A S:APlanning Department\C D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDona1d\Maps\ANX2010- 02001 FUTURE LAND USE MAP.doc Item # 19 Attachment number 1 Page 5 of 7 ?4>3 W ? Q ? 1429 W V J v 1435 M M M 1419 ro m m m 1425 v W r BELLEVUE BLVD m m r m m M R m o, o c2 M m ro ? ro ro ?2 o c7 ro m m W W c5' W w ? 169 >' m 1 ? w w y0? 1 A W >W W? ??06 X523 ?5? 1470 1500 ... ._. .-.:- '??..- ... -.:. .••: is:.-.• ; ....... ,`:: i::..': ::--..r.'. ,. :; i ::, .•. ;::.-.. ?;.? ?.':.'... :;^ :i :.:. •..',:,.;,. ..: the ?... .x •. •-..;: M. c .th.•-. ' X14$?. : '? :• ''::?' . -: :?... : . : - . N.:,. - .a - ?,.. . .: : "x . .,?, . . ..? . Y , . . . .. . , , - . A: i }• "• • ' . • ? in : : 1-?. .caf : . ' = '''. ?'.. ' ? . of ' • . ? .th. -.. . d, •..: : , ; :.: . .. , N:. . ,... , . c"a -•: 7 1443 v° ?, .',. ?. .?4 N w ?2 ? .:.• ro. - -;::'. ?,o^ f •'? ::sir:' :? - - - '?':id' r ::.?.'?:'''°' - -- - -- - - - - - ZONING MAP Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 15 0 Site: 1404 Seabreeze Street . Size R-o-W (Acres): 0.09 Land Use Zoning PIN: 23-29-15-86958-002-0200 From : RL R-3 To: RL LMDR Atlas Page: 315A S:APlanning DepartmentT D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDonald\Maps\ANX2010- 02001 ZONING MAP.doc Item # 19 Attachment number 1 Page 6 of 7 n 1 6 41 5 3 4 oMi M O 847 I M .- X30.:; .:; ;:r .• {r•. .:;;:._ ? s;. Y : •I'r ili d.1'i'.'c " ' ;: •:'::ice::.: .• ..:' :, ,:; ' ::.::: ::. . _ 3 I 2 : .. e. . e. .. :... , 7 848 1?.:. " _:; 18. :. 17 }, ..1_?.?.{? .: •.15:": ?:. .1}1:_ :. ' .:r13.:.: -:. 1'2''-.: . ._•:11 iii: ?.-1:?°' ='9:.'. ; 1419 9 ,0? „? 12'* I ?13 19 I 2 I 21 :' •:2.'.: :'3:•:;f ;`:2;4•'.::: .;i25.'if:. ;. `'2???:? " ' :2Tif:r ;::•$;. ?.. . 1425 o 80 I I o : p:. i N .:..; .. W _ ; o:•:•; • • • •.; ••.. ;.ti ; . -a •.:. v? Si 7 'a it Residential Y ......:: ?E 13 M °' : " 8 4 18 17 '•:1.6:".?. .: •9:5:::;. .r.'?1'.: '.:. ;1;3::;. : . .1.1.... 1Q. .....• c?.-.: so 1429 8 7 1435 9 M N V M ?4 0 5 6 8 9 7 R o ? w? w ?3 4 5 1 1ho 7 1A6 1A66 12 N 15 _7G 1 5 10 co„ co 12 K'.;'.: .;:19;':'•: :?2Q?.:: • ".;:2];;'::•, • {;.22;. :.:: .;:23;r.} ;:i;2:4:.::.; .;:25;::}_. 143 ? a ? ' ?. •?. e??..... . er..:' v : ? aM• . ??. . ? ? ' ? . 14 3 2 .95: .:.. .: ,!f4;:: ;. •: :1:3iji'. :i,?t2;::i . ::" ::19?['. ": 1,4 r :•: ;::[:. :?:9:: ' -• '8;'<:' : ••T-:. ZJ V 5 11 12 ..,*..':..,j?[r:::. . 2; .... .ao23:i i:::j24.::: :•:25if:r ;J.;26'::; ';! 27i::r.J.-?$: ,:5: 1:`-. 39::r. `-:811'. 10 1443 ,.: ..•:: .':. Single Fami137,4Rev° - 6. 10?? ? ? .144'7'-• '' '::'iG• :• :: .b..' '.; '•:; ,?,: :.... ,; ''• •Ca.'. •.•:?:M:• ?-.,- '':.?'. "?'': •:: Iq:":: .': :Et•. •. 8: . .;;•_: ...- ;:::, ..:...?- '';1i'::.::•ri1•-'.:' .?. :.•X15: :.::i :., ri:''-•:: .3.4.. }_!_•;j-::::. .,..13., ..i:`'^:; . .A2.•. ::Iltf.'. ?.... .. ,. i .. ::+.•,;; 10.., .::;•.; 5. ,:.-' '. ..'. . : . ::•: 1470 19 I 2 I 21 ;._. :'•_.'' .'['2ya''4i :a '.-.2.4.:.:? ! .:''25ri:.: .-.: •'6'.?; 2. '[' -•'7r[( 2 .-.:+''. 6 ''=::.= 29:::[ 1•:0.: amil kvsidential ::.; :....: . .:.........:::.: . .........: ::.:. ....... 1500 ?::: ':.: ^? w M ?'• H : ': .' w x.:;12"i-'". 11 ?.?':;14):.i. i•: ?: 9:::'.':'i l':)8. •.:•.•.; ? : ;::.7; ;::: }}...fi'i•i?: •::-5:.:•. .:•.. fd:'.;:.:•: :i:;:g.: •.• .'.f 150 . 5 0, 03 77 • •• : s n.. :: ? h q EXISTING SURROUNDING USES Owner: Brandy McDonald Case: ANX2010-02001 Property Size (Acre): 15 0 Site: 1404 Seabreeze Street . Size R-o-w (Acres): 0.09 Land Use Zoning PIN: 23-29-15-86958-002-0200 From : RL R-3 To: RL LMDR Atlas Page: 315A S:APlanning Department\C D B\Annexations\ANX - 2010\ANX2010-02001 - 1404 Seabreeze Street - McDona1d\Maps\ANX2010- 02001 EXISTING SURROUNDING USES.doc Item # 19 View looking north at the subject property, 1404 Seabreeze Street West of the subject property View looking easterly along Seabreeze Street 01? East of the subject property 1 I J ANX2010-02001 McDonald, Brandy 1404 Seabreeze Street Item # 19 Attachment number 1 Paqe 7 of 7 View looking westerly along Seabreeze Street Attachment number 2 Page 1 of 1 ORDINANCE NO. 8160-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 65 FEET EAST OF SUNNY PARK ROAD, CONSISTING OF LOT 20, BLOCK B, SUNNY PARK GROVES, WHOSE POST OFFICE ADDRESS IS 1404 SEABREEZE STREET, TOGETHER WITH THE ABUTTING RIGHT-OF-WAY, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit A has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 20, Block B, Sunny Park Groves, according to the Plat there as recorded in Plat Book 36, Page 2, Public Records of Pinellas County, Florida, together with the abutting right-of-way of Seabreeze Street. (ANX2010-02001) Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Planning Director are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Attest: Leslie K. Dougall-Sides Cynthia E. Goudeau Assistant City Attorney City Clerk Item # 19 Ordinance No. 8160-10 Attachment number 3 Page 1 of 1 ORDINANCE NO. 8161-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 65 FEET EAST OF SUNNY PARK ROAD, CONSISTING OF LOT 20, BLOCK B, SUNNY PARK GROVES, WHOSE POST OFFICE ADDRESS IS 1404 SEABREEZE STREET, TOGETHER WITH THE ABUTTING RIGHT-OF-WAY, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the future land use plan element of the comprehensive plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The future land use plan element of the comprehensive plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 20, Block B, Sunny Park Groves, according to the Residential Low (RL) Plat there as recorded in Plat Book 36, Page 2, Public Records of Pinellas County, Florida, together with the abutting right-of-way of Seabreeze Street (ANX2010-02001) Section 2. The City Council does hereby certify that this ordinance is consistent with the City's comprehensive plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 8160-10. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Item # 19 Ordinance No. 8161-10 Attachment number 4 Page 1 of 1 ORDINANCE NO. 8162-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF SEABREEZE STREET APPROXIMATELY 65 FEET EAST OF SUNNY PARK ROAD, CONSISTING OF LOT 20, BLOCK B, SUNNY PARK GROVES, WHOSE POST OFFICE ADDRESS IS 1404 SEABREEZE STREET, TOGETHER WITH THE ABUTTING RIGHT-OF-WAY, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning district classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the zoning atlas of the City is amended, as follows: Property Lot 20, Block B, Sunny Park Groves, according to the Plat there as recorded in Plat Book 36, Page 2, Public Records of Pinellas County, Florida, together with the abutting right-of-way of Seabreeze Street (ANX2010-02001) Zoning District Low Medium Density Residential (LMDR) Section 2. The City Engineer is directed to revise the zoning atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 8160-10. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Item # 19 Ordinance No. 8162-10 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Appoint a member as the Alternate member to the Community Development Board with term to expire April 30, 2014. SUMMARY: APPOINTMENT WORKSHEET BOARD: Community Development Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Yes RESIDENCY REQUIREMENT: City of Clearwater MEMBERS: 7 & 1 alternate CHAIRPERSON: Nicholas C. Fritsch MEETING DATES: 3rd Tues., 1:00 p.m. PLACE: Council Chambers APPTS. NEEDED: 1 SPECIAL QUALIFICATIONS: Board shall include members qualified and experienced in the fields of architecture, planning, landscape architecture, engineering, construction, planning & land use law and real estate THE FOLLOWING ADVISORY BOARD MEMBER (ALTERNATE) HAS A TERM WHICH EXPIRES AND NOW REQUIRES EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE. 1. Norma R. Carlough - 1756 Ashton Abbey Rd., 33755 - Original Appointment 11/01/2007 (Retired Business Mgt.) Interested in Reappointment: Yes (filling remainder of a term (alternate member) which expires 04/30/2010) (1) Absence in the past year THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: (All these applicants said yes for consideration to Alternate Seat) 1. Michael Boutzoukas - 2433 Bond Ave., 33759 - Attorney (Currently serving on the MCEB) 2. Sheila Cole - 252 Dolphin Point, 33767 - Exec. Director (Currently serving on the MCEB) 3. Robert P. Fernandez - 301 N. Hillcrest Drive, 33755 - Retired/Retail Development (Currently serving on the EZDA) 4. John Funk - 521 Mandalay Ave., #402, 33767 - Real Estate Broker 5. David L. Jaye - 2856 Shady Oak Ct., 33761 - Real Estate (Currently serving on the Brownfields) 6. Bob Luna - 774 Snug Island, Island Estates, 33767 - Mortgage & Real Estate Cover Memo 7. Gro Miller - 1724 Thomas Dr., 33759 - Real Estate Broker Item # 20 Mary Morrow - 2881 Deer Run S., 33761 - Senior Assoc/Bachelor Political Science (Currently serving on the EAB) Raymond L. Toohey - 1729 Harbor Dr., 33755 - Sr. Mechanical Eng. 10. Donald Van Weezel - 1290 Gulf Blvd., #1408, 33767 - Consultant/BA Econ. & Business Zip codes of current members: 3 at 33755, 1 at 33756, 1 at 33761, 1 at 33764 and 2 at 33767 Current Categories: 1 Architect 2 Civil Engineers 1 Consultant/Project Manager 1 Contractor & Mech. Eng 1 Retired Business Mgt. 1 Retired (Economics) 1 Self Employed: Investor, Yacht Broker - BS Finance & Marketing Review Approval: 1) Clerk Cover Memo Item # 20 Attachment number 1 Page 1 of 3 Name CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be earwater resident) ?. R?LduG?- Home Address: 6 & (i) e Zip Telephone: 1 g 3,3(D 30 Cell Phone: How long a resident of Clearwater?_ Occupation: P ET/ e_'E2/ Office Address: Zip Telephone: E-mail Address: 8' Y Field o Education: cj?' MG -7 If retired, former occupation: Community Activities: Employer: her Work Experience: l 9-7--v,- T - (_fA/vIAJG _ (Z?a& 7-k 6LUE CcDkJ'6P I) P , b (k (-P (i T SS'ftOP vP)e. Other Interests: 4 I// F_ L Board Service (current and past): ?. 0--24. 0cv_ n? 'E tif a . pt /ho Board Preference: U P.6 Additippal Comments /1-0-- Signed V Date: - d / v See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your applicaLpnjYl, 2nd Floor, 112 S. Osceola Avenue. ??CC ?yI/ JAN 19 2010 OFFICIAL RECORDS ANDItem # 20 LEGISLATIVE SRVCS DEPT Attachment number 1 Page 2 of 3 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? ?r , c3k- ? l U 2. Have you ever observed a board meeting either in per on r on C-View, the City's TV station? r , r, 3. What background and/or qualifications do you have that you feel would qualify you tooerve on this ?oard? A -A ? /9 \1 /. n ? 4. Why do you want to serve on this Board t r I- , " I ? \ (m. S 16 4.41A AAA-,2 0 Name: AC? 1C I?TZ?I?? UCl t? Board Name: J Item # 20 Attachment number 1 Page 3 of 3 , E Item # 20 Attachment number 2 Page 1 of 2 CITY OF CLEARWATER -APPLICATION FOR ADVISORY BOARDS (moist be Clearwater resident) Name: Home Address: zjP -2, Telephone: 7a7 - 77 z 3 -7 3 Z- 2: How long a resident of Clearwater? Occupation: .ryt ? -- Field of Education: 1P r"jicy.( see( ?cr• 19V,6 -.!e el.M, e%, Office Address: l 1 I A). Se l e_G -? f?, ? I-e,.,Zo I Telephone: 7 2-7 - 7 Z h - lv Z 3' L_y / A Employer: Other Work Experience: If retired, former occupation: Community Activities: Other Interests: Board Service (current and past): Board Preference: n r u ?e?•G%V1h V r? ?+ za r c& ?C'- = l 43t b ,> P) „?V nee?'rtit , ©r?y?tr<t?? '12eJ?cud _ ly 9Y-?? Additional Comments: Si ned 9 Date: See attached list for boars that require financial disclosure at time of appointment. Please return this, application and board gd'estionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. RECEIVED APR 10 2008 OFFICiAt RECORZS ANI? ??«-AT *SRYCS DEPT Item # 20 Attachment number 2 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? Review, sometimes in a quasi-judicial posture of zoning, planning and development matters effecting the City of Clearwater and its residents. 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? No, but I have served on the Municipal Code Enforcement Board for the City of Dunedin when I was a resident there. 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? Nearly nine years service on the Dunedin Code Enforcement Board, and two years of service on the Dunedin Environmental Quality Commission and the Dunedin Municipal Ordinance Review Committee together with my experience as an Attorney whose primary focus is Real Estate and Business transaction related matters. 4. Why do you want to serve: on this Board? I would like the opportunity to utilize my experience, background, training and education to serve the community and the interest of the City of Clearwater. Name: Mirh;;Q 1 F Bou t zn»kas, Board Name: Community Development Board. Item # 20 07/09/2009 14:37 7274437812 CLWBEACHCHAMBE Attachment number 3 Page 1 of 2 PAGE 02 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Cleanwater resident) Name: n h '.) a, ? I(" Home Address: Zip 33?4. '7 Telephone: / 'R t ,9 Cell Phone: ') D? 4 . Oi.S J Office Address: zr- Zip 33 7G 7 Telephone:. 9 X 2. qq 7. ?(.00 E-mail Address: shekialfi_ so . j11 n[ How long a resident of earwater? SI r"CZ 19 V9. Occupation:_&e_Wi %?_ Nre.r_{bt- Employer. e-, 6, CA*k CX 0f 0 Mtsz Field of Education: If retired, former Other Work Experience: for G4?rtnC C'd , aAERA`Tto ' r. r//4 - i'. ie 1rt-S ?'??, g j A&J, lr u.4L t toss car , 6wna? v?' GRp?e+ ? ?es?n ? Hprrce.8».-.. n- _ L.ecs,rF .l,felr-nrre.e ?'?.....•,nr??._.L.. Community Activities: a ssr, P N6 cs of Cam ?, an ? NoMM W1% $ r - 414 ?c?a r PS 06T Pa&Z_A-, 3 -.?.3 VOULATe&v- Fsr $?r+?4r ?Q?grl?w: ?jr?E.a?-?4?i Other Interests: latjAi.a_-ryya Abl,-ftxes w Fwriia Boars! Service (current and past): Board Preference: i~ a r? CC-h . ,? l?ctts? b. (!s. .k 14.L+, 66 _ Additional Comments: X t4f>FV -T& 5 v*?. MW Ca-Li ?? va ? u.r.?'ar "' At ?x % far c ariwor*ar pti o(al +4'0? . Signed: Date: AF1,01 ? See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P_ O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. -- tliJ '(j 'f1 f 1 ll 1 t` JUL 9 200 L/ 0FF,cIA?- R;- ,-. Item # 20 LEF;ISIl>Tl n ,r Attachment number 3 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? The CDB handles matters related to planning and development. Conducts public hearings and decides certain development requests that are not within discretion of city staff. Conducts design review, evaluates historic applications, reviews requests for land use plan changes and rezoning and serves as Local Planning Agency to review and advise Council on the City's Comprehensive Plan. 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? Yes, to both, many times. 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? My Municipal Code Board experience gives me familiarity with our codes. Having served on both the City Beautification Board and having led the City's original Arts Council I have an eye to the esthetics of form and space. I have been active in redevelopment issues and consider myself a visionary who considers the long term cause and effect of decisions. I am the kind of person who does their 'homework', looks at all sides of an issue and tries to resolve differences in a manner that is acceptable to all parties. 4. Why do you want to serve on this Board? I feel I will be an asset to my City by helping to maintain the high standards it espouses. Name: Sheila Cole Board Name: Community Development Board Item # 20 Attachment number 4 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVI (must be Clearwater resident) Name: Robert P. Fernandez Home Address: 301 N. Hillcrest Drive Clearwater Zip 33755 Telephone (727 461-7674 Cell Phone: (727) 560-1961 Office Address: Same Telephone: Zi E-mail Address:pbjfernandez@ij.net. How long a resident of Clearwater? 26 years Occupation: Retired Field of Education: Retail development Employer: Other Work Experience: If retired, former occupation: Vice President CFM Central Florida (a food chain Community Activities: Vice Chairman, Clearwater Downtown Development Board, member for 7 years, Jolley Trolley Board of Directors, Enterprize Zone, member. Other Interests Clearwater Main Street, original member Board Service (current and past): Clearwater Downtown Development Board Jolley Trolley Board Enterprize Zone Additional Comments: Board Preference: Community Development Board Signed: Robert P. F&ffiandez Date: December 16, 2008 See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. EC EE VVI, r -° DECkj 7 2008 A 1 o f 4 I Item # 20 Attachment number 4 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? -Develop understanding of the responsibilities of the Board Attended work session conducted by the city several years ago. Informing interested parties in the primary objective of this board 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? Yes and also participate in the monthly DDB Board meetiong on C- Viewj 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? A primary function as Vice-President of a grocery chain, I helped develop sites and locations working with planners and general contractors to create new locations. Attended several statewide meetings of Main Street organization, for ten years. and participated in sessions to design a downtown for member cities. destination. 4. Why do you want to serve on this Board? I feel I have general knowledge of the duties and responsibilities of this board and have followed several board decisions conducted during meetings. Name: ROBERT P. FERNANDEZ Board Name: COMMUNITY DEVELOPMENT BOARD Item # 20 Attachment number 5 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS l /(must be Clearwater resident) Name: ?? ?1 ?? / (?G /? ?? Home Address: # .S`-2_ An/d q Zw ?i e yaZ ?'?C'!?! hr.oT?L/? ?C Zip 33 1'7Z -7 Telephone: 72-7 - 9- ?Z e Cell Phone: 72 7 - ?;99 r _M V Office Address: Zip Telephone: (I E-mail Address: C:?:t ri d IV -0?4-'NILs How long a resident of Clearwater? 714/0 11701,17h_!;" Occupation: 0 /aL ??7i0T e/" D /60Z Employer: Field of Education: )3ct<-;,v rsS lJgCiv?,` ,4v ? ?i7a j/ us c , Lscz?y , ?i ?r?-- Other Work Experience: If retired, former occupation: Community Activities: fpS? ?°-S.4Lc°.?i U?Ar..IdTz &-',Ath f , t,) 13 t' ed ' Pass- Qom"-r.'.'P-?? ,13•'v ? c`„? ?Z P??, cl,,o;?,?.?? ,O?i?iviN?i ?ryi.?j SSivrv Other Interests: /Cry ?/i0?C `w l- , ??? /= Board Service (current and past): /,J C>` DL Cq/r"9/1e//d Yea rs ,?1.0 Nni/sn/4- /3r?ii Ss,`c=yv Board Preference: Additional Comments: 47/?'1 /)wro, "P Df-'- ,-vie /T 7791447S Signed. Date /,30 - 01 See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. t FEB S 209 Itgm Of P ???r LFr?c3Llt i,'c r ?a?? ? 'T 20 Attachment number 5 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? ,a <e r°'v eS r'1S '-), e Nrv1 N?/` ?`?v i?f1i.? I"'l1Q?f ei'? /'C ?.0 7"jN?,?'? ?G? n? w > ??- ?"?i/ ?'?GiQ?r P-v> A/ 0 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? /,I S ??Nn/r?i /??- ??l`rr?issi c?ivC,'?? , Z 7?/'?S ?.s' ?i?i`?•9N, 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? PpSrJ l /riC,? ??l su/v i ?G ?i?'I, SS,?'? 12t-s7z lk 1'4.&,7- ',4 y i Ow/u 14w ? e afcle4V',?O E1:? (' wh er(!!_ 12eAL 61f-770 7E A- c'J'Z?cTS, 6u N o1,VG- 01141,1" ,'v N e/= )IR -Rowro ri i- Zo S.4-Z-- 4. Why do you want to serve on this Board? Z 'Z 6L- czprWA; 0 72 MIC IT Z?Ve-fS 76 rev'v--< irV easS Name: jo- 4, ? Fa4vt Board Name: ?VMAa- vl Item # 20 -- -., _-.. Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name:_ ba,L_0 . ? ' Home Address: ;??'s 1, S"- ock nm:? Oea L,. zi . 7 / Telephone: 7 - -7/rl/ - -7 15 - 8 Cell Phone:--7 a 7 - 6 ?7 & How long a resident of Clearwater? Occupation Field of Education: J ze c 0.o S bbwAl Ads If retired, former occupation: N Community Activities. //' 0m<L e- Cd u, Other I Board Service (current and past): -9Q , ? v, 50,E Additional C ;Lulyx _ Office Add C Other Work Experience: 5 C ;GJ 1ovS Lw%alj? tt e tStJ< 6:5 eo-& R 1 siN-'SS u-* j& Board Pref rence: y be O le Ct j Signed: Date: 1), 2016 See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. W IVED JAN 12 2010 OFFICIAL RECORDS ANIDem # 20 LEGISLATIVE SRVCS DEPT - AxkashKnant-nu,m,ho,r.Fi_ Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? ?,oa.c,Q- C C -- C? A4 AA 10 ddd4 • aO J?f z,P , ??A,"-I?0 csa-o W? J6 Pte, . 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? '? Name: J Ct el re 0-1 Board Name: l?P/?'1? J. 13 OcAd Item # 20 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? 4. Why do you want to serve on this Board? ,gyp CQ a h Attachment number 7 Page 1 of 2 Name CITY OF CLEARWATER - APPLICATION FOR ADVISORY BC jV1:D (must be Clearwater resident) ell- L 1, , 'L 1 ?& Ate Is Home Add °2 / 2 y C' N Telephone:22?- ?-W- 8 ?c r Cell Phone: 7d-7 68 ' -3 J How long a resident of Clearwater? Occupation: 1,(10r27&1j6 Field of Education: If retired, former occupation: Community Activities: ,r /? d /?-' S ,/i`?"?'L` ?? j ?df'? ?rl''I ?3 Y- Other Interests: Board Service (current and past): Additional Comments: Signed: Offi ddress: OFFICK RSCORDS AND "ISLAWE SRVCS OUT zip Telephone: E-mail Address: ployer: Other Work Experience: --- a..n? v , B rd Preference: A d,___ Date: See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. Item # 20 Attachment number 7 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? 4. Why do you want to serve on this Board?,- .S r Name: c Board Name: Item # 20 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? _ RE O _ ??ff nn C EA?a Vefnai er 8 Page 1 of 2 JAN 15 2009 CITY OF CLEARWATER - APPLICATION FOR ADVISOR'! Bft(M28c0'Cvs ,r (must be Clearwater resident) u r _ Name: 2tt? CeL6 ? L ? ? ("ek -- S?-o 0-e \?6. icb q_c' !?- Home Address: d I xL- ('9_ Telephone: D Cell Phone: Office Address: Q -e AZ'a- zip 3'1 1 '_'3"S'- Telephone: _X1 " g_61- q 23 T E-mail Address: How long a resident of Clearwater? o 02? ?? Occupation-?2o& Q,!_,?,Vo? -e_ Employer: Field of Education: _azeiire4 former occupation: Community Activities: Other Interests: V O ? C--e-_ -e- ?9 c-1`t ei't- 0 ?p E- ? Board Service (current and past): Additional Comments: Board Preference: i P, VL l(? . Signed: ` Date: See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. Other Work Experience: Item # 20 Attachment number 8 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? S.) ` -?s c, e s k C- W -Q A-1 1 A E= \-v vac:.-,- tik .L U u U-t, C? U/ w l`? ?es? `e a lD 1 L i ?. ?v 2. Have you ever observed a board meeting either in person or on C-ViP , the City's TV station? r', I ?:-i Owl ?e \ x,14-. Ie CL 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? ? I A 1f' o?. U-) l l O ?(' ?GZ ? c ? ?- 1? ? G-1.i. 3 y u,U ?c ? A- ? ?lv U ? t/LO ly l4-(. ec? 0,- t? Z -eku S: ate- ?? \P ?, w,--U 4?z 1PLAA0 wL, w?Q W c0 4. Why do you want to serve on this Board? A, A-P C- C> UAL L) Name Board Name: Cokgt" Item # 20 Attachment number 9 Page 1 of 2 Na CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Home Address: Office Address: AARI 122r&Jn rJoantuA,-'r zip kp zip Telephone- ` A C 1 Telephone: =1?? `? 1 How long a resident of Clearwater? 7 c ?0/2 rS Occupation: -s? 1 v? Sr?Ca, Employer: 1 0 Field of Education: Other Work Experience: o- e +? carte 1-?c ?.l P11 cp mad (j I If retired, former occupation: Board Service (current and past): Additional Comments: Board Preference: ca-4 ca." X- DQ -l y--,, ma-C a6A (?) , Signed: Date: See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. `lW 1 9 2M I; I OFFI IAL RFGOPD?? A?iD Item # 20 Attachment number 9 Page 2 of 2 BOARD QUESTIONNAIRE 1 - - -.r - I 36LA-0 X-F 11621 ) (tZ 2. Have you ever observed a board City's TV station? e either in person or on C-View, the 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? 4. Why do you want to serve on this Board? J Name: ((?? Board Name: `-l1A IPA 'IT " a Item # 20 1. What is your understanding of the board's duties and responsibilities? Attachment number 10 Page 1 of 2 Name: ct U Mtrv\y ?- Home Address: 17 2-9 I rn I/ w,A f e 1- EL, Zip MC( Telephone How long a resident of Clearwater? 3 1'1 1'S Occupation: Sr ?It`C. Q g ((k ( F? -ljy)fPL-- M4 )L115e Employer: Vt? Field of Education: If retired, former occupation: Other Board Service (current and past): Additional Comments: CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) f? Office Address: /d.fZJ 395 zip Afy Telephone: _10 06 V 0 Other Work Experience: Board Preference: C o n? v Oeee ?y1C' Signed: Date: See attached list for boards thaVrequire financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. ' r FEB 5 201 ,).oo `(tTm ## 20 6EF &4 L kk660 AKD Af GIS TMF Saves oEPIT Community Activities: Attachment number 10 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? U 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? /c -? 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? 1..A 1.1.A- R - Vk 4. Why do you want to serve on this Board? 4 Name: kctw 1 L, oo . ?civ Board Name: Cd4 ri / elf Item # 20 Attachment number 11 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: 1h nl41c1 U a N 1,Je e--2-e Home Address: I270 CctiF /3/v/& 4-*/Yol4; C /FG ,C "') Ct 7 a ,2 FL Zip -33 767 Office Address: Sa41& Ck S ACr"YNN Zip Telephone: 7 2- 7- S9 S- 7 y 6 2- Telephone: `7 7 3- 94 3 -615 7 7 Cell Phone: 973- YQ 3 - 6 5 7 "7 E-mail Address: doAJce /d UaA/C cJ 6@Q-o/, CaM Hove long a resident of Clearwater? U E'aQ S Occupation: C O /vS ti I tam; Employer: /2e g ct?cx y So AL ?/'a avS c i{ &w•/?/<<yP Field of Education: Other Work Experience: /36 C d NC' :Vt 1 C S C? Ajd / (S IMPSS lVe ?ZyA`r 5-tvc4- /`-7xc /,"!'41 F ?xNC ?1 ?N ISZ 7/ '7- 006 If retired, former occupation: Community Activities: C /&& •afe e &/, e /UNL(;,, iced ke4. C/,,u'r ?cx;c4i" ).J i:3det,'& CCAAL?tvt;,v'L,W) ASSCC: AC'f1/zd f RI5,c?c-,,j M,,,ieP,, 'i;RN :4,ek Sc'i I Cf xIC/C. ;' W'! pr C; .,it c?lV ,fin`/ - ZC'C7- Other Interests: C a,2?? u r. rL. , Board Service (current and past): /3c a., ti a r' I7- c. : AJ "IQ 13c)ji c))? I'P9-7 -1995 - Cl,c 10 14A (I :ti ?cLn5 ?)Ca?r ?,t/viP S PCRk,?c ,a?? Z .?c?CtRS Board Preference: Caovtrn AClakd Additional Comments: Signed: Date: 111 i/ %/ o See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. RMEI VE® JAN 13.2010 OFFICIAL RECORDS AMEM # 20 LEGISLATIVE SRVCS DEF` Attachment number 11 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? Rem, {Jt...l G??.?I,Ci; ?)L DVS ?C/2 ®rvP/ 1 ?IMP f i(C:^ CCN/C "?^??•!'?a1? ?I? L.?PC1+.vCTPI? Z ?;y??'. l'j?e',)7(.J .7t(^ISPrJ TG'' 717 ^'S XK'.fl C., •?y?o.J ,J .,N Gn,I /jce.vTS7 A1" ?hP 2 u04f, Ct)VeIVje ?/lc' ?)t VS C:; /r v lP(CS,..2„PrJCIGi 1C±?47c 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? / V'2 G' 4 0 yi d o w LYE e 0 ]i, v! `_i , N l) A2 S " •N e I r e l cG d I / W to /' 4 Cr 1L` , 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? WC?i A a (?y71? P?,7?%t, Pf-ic U U UW t i/kr? / ?Oiy,V ?n)6 ?3?'C' C'(? 1 >J / / "lC1,c? c.1w; s 4Prrv v?rr'c'Sktl !N /0'j;cdiC' J55c.c0S Gui?r rG??c?r0 )t?? W ?',.?? iyzSS a," CC•,?L^ A^;h l4ewf r? Si'r? ,e C'S FJ? c,, C"c:, 7ULL C,1L)c)12C:_jL IN i L e a leINnS: 4. Why do you want to serve on this Board? r /)'/'! I've SW['ulc? IJ72,n75 c?uv n,'c? uneCl t Cl);'t><?L e C'wji ?u'/k uI2 ??Nt7 ?4VP TL /?C: .? ?t? ,/?aR: , 7ulyS G'NP' a / C"X<`c -i Ny n / ? CC ?Alvf /SS :..aS?:iv'`J,n,i. S.?iZi.:)L?'ri?IJt' $t!r?.}1c1^1S; LJ?.^?IIN? C:S ?c,2??Gt 3 U+yc/ S tit,v e l?? ! N C ;, ,j )C h ee e v, e E ?"PR Name: /,,;gold jrj o6l eF ZPi Board Name: c:,,.v `uNr y 4)Q1e104,me-,t 13L-6/)LItem # 20 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Appoint Kip Corriveau, in the Not For Profit Provider of Affordable Housing category, to the Neighborhood and Affordable Housing Advisory Board (NAHAB)with the term to expire April 30, 2014. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Neighborhood and Affordable Housing Advisory Board (NAHAB)TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: N/A (See Special Qualifications) MEMBERS: 7 CHAIRPERSON: Kip Corriveau MEETING DATE: 2nd Tues. most months PLACE: Determined when called APPTS. NEEDED: 1 STAFF LIAISON: Michael Holmes SPECIAL QUALIFICATIONS: Board to have 1 member in each: Real Estate Professional in Connection with Affordable Housing; Clearwater Resident; Residential Home Building Industry; Advocate for Low Income Housing; Not For-Profit Provider of Affordable Housing; Banking/Mortgage Industry; Employer's Representative. THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM WHICH EXPIRES AND NOW REQUIRES REAPPOINTMENT FOR A NEW TERM. 1. Kip Corriveau - 1347 N. McMullen Booth Rd., Unit #2, 33759 - Social Worker Original Appointment - 11/02/06 Interested in Reappointment: Yes (1st term expires 04/30/10) (0) Absences in the past year Not For-Profit Provider of Affordable Housing No other applications on file meeting special qualifications. Zip codes of current members: 1 - 33710 1 - 33755 1 - 33759 1 -33760 1 -33764 1 - 33765 1 - 33767 Current Categories: 1 Advocate for Low Income Housing 1 Banking/Mortgage Industry 1 Clearwater Resident 1 Employer's Rep 1 Not For-Profit Provider of Affordable Housing 1 Real Estate Professional in Connection with Affordable Housing Cover Memo 1 Residential Home Building Industry Item # 21 Review Approval: 1) Clerk Cover Memo Item # 21 Attachment number 1 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: K, o (c tr,'Veav Home Address: 13 Y-7 I/, ft M,l1 ? 'Eo 2d' U'M 12 0pu r Lt, U- zip 33 ?s 1 Telephone: Z 3 -/726 - 1-q6 2 Cell Phone: qS-1 O How long a resident of Clearwater? V Occupation: 50C. ?p byr e's? Field of Education: r, ;'e"' - &'0Y Dt- /A^ Other Work Experience: / Additional Comments: Date See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your applicatioEajjr,l, 2nd Floor, 112 S. Osceola Avenue. GGG ''vv?++ MAR 18 2010 S Office Address: aa , u, 4i? zip 53 7S6 Telephone: '2 E-mailAddress:,?-r?,i.'?PR???Ss s?/?•?e„.er? 6'J Employer: OFFICIAL RECORDS ANJJ em # 21 LEGISLATIVE SRVCS DEPT Board Service (current and past): Board Preference: IiAHA (5 20 b (P1 N J4 1111-111,415 Attachment number 1 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? K?Ll,eby Of te (/i 4G" PVA,( 4 rero vo W",-4 /, 0, OR 4 fo I -P 114 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? hJ0 r e 1w, ? 9 A 0?Gie?<5? o-r'd 2c) 4. Why do you want to serve on this Board? Name: ff, L/ Board Name: Item # 21 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Appoint Sultana Sophie Volaitis, in the artist category, to the Public Art and Design Board (Artist rep.) with term to expire April 30, 2014. (consent) SUMMARY: APPOINTMENT WORKSHEET BOARD: Public Art and Design Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater resident except for the Clearwater Arts Foundation and the Pinellas County Arts Council representatives MEMBERS: 7 Liaison: Parks & Recreation CHAIRPERSON: Joshua Bomstein MEETING DATE: Quarterly - (3rd Wed.) March, June, Sep., Dec. TIME/PLACE: Long Center APPOINTMENTS NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER RESIGNED AND NOW REQUIRES REPLACEMENT BY A NEW APPOINTEE. 1. Sarah C. Butz - 2839 Anderson Dr. N., 33761 - Artist Original Appointment: 04/03/08 Resigned 11/09 - Moved out of Clearwater (was serving 1st term until 03/31/2012) (Artist) THE FOLLOWING NAME IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: Sultana Sophie Volaitis - 2700 E. Grand Reserve Cir. #1015, 33759 - Artist Zip codes of current members: 1- 33713 2 - 33755 1- 33761 1- 33764 1- 33767 Current Categories: 1 Architect 3 Citizens 1 Clearwater Arts Foundation 1 Pinellas County Arts Council Cover Memo Review Approval: 1) Clerk Item # 22 Attachment number 1 Page 1 of 3 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS r f (must be Clearwater resident) ''"' ; r \ Name: ?' :arc =fir f 7!?!'???., t f' Home Address Office Address- zip Zip ,ter i = J'.Telephone* Telephone: How long a resident of Clearwater? ?-?Occupation: ?1/j : ..?_ Field of Education: , Community Activities: Other Interests: ,'-zheVe - r ?r Board Service (cure nt and past): Board Preference: Additional Signed: Date: See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Legislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. R?.XF. ?a APR 0 5 2010 Employer: Other Work Experience. (7, / I 1 1) /C% i/ . AiNE 1 e; D? t Item # 22 If retired, former occupation: / L241-2 ;4E 1 Attachment number 1 Page 2 of 3 BOARD QUESTIONNAIRE 1 . What is your understanding of the board's duties and responsibilities? f f 'CC1``? l C CG CC `? G?2G / GC rG'72` ?V 7 f ry7l?G?'. ?d G F k G ? C? 674 ?' C '? ? y, Gl `z ?. 1 ? 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? ?// / - 0%„ ! I I-/- c. 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? 4. Why do you want to serve on this Board? G ? ?C?d-?-`?n!rJ_ 7 ?`° ?;c.`i ?,- .; r` t / ,• - ;% `? fit' ti ? 7' r ,0_"?ri'.i C" > f" ` ?? ) LAG L Name,,, r`' Board Name:? Y? C4? Item # 22 S u t tavca S oq ?.ie V of aitis .?x%.tibtit??.? ?-?ttist Sultana's exhibitions include Fiber Arts Exhibitions at Festival of Trees; TECO Gallery, Tampa; Florida State Capital, Tallahassee; Interfaith Art Forum, St. Petersburg, Octagon Art Gallery, Winter Haven; Innisbrook; and Syd Entel Galleries, Safety Harbor. Fier collections include Byzantine Stained Glass Windows, New Castle, PA, and Alequippa, PA; Alabaster and Marble Sculptures, Syd Entel Galleries, Safety Harbor. Born in Hartford, CT, Sultana earned her B.A from Queens College, NY and completed masters studies at C.W. Post, Bank St. College of Educa- tion. She has studied at Randall School of Art, Norwich Fier Academy, National Academy of Art, Fashion Institute of Technology, National Acad- emy of Art, Fiber Arts Institute, Trailside Gallery, Sculpture Studio and Peitrasanta School of Marble Sculpture. She has studied with Dorothy Segal, Frank Spradling, Shirley Frank, Brooke Allison on painting, Martha Shepler for lithography and etching, Lois Rector on silk dyeing, and George Wagner and Devorah Suskin on sculpture. As an art teacher, ESH teacher, Fiber Arts Institute instructor and private instructor, she shares her talent and insights with others. 6 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve amendments to the Community Development Code to address judicial findings regarding provisions of the sign code, and pass Ordinance 8158-10 on first reading. (TA20 10-0 100 1) SUMMARY: The Office of the City Attorney is proposing amendments to the sign code provisions of the Community Development Code that address areas judicially identified in federal litigation. The amendments delete the definition of "sign, holiday decoration" and delete the category of "holiday decorations" from signs allowed as of right without development review. They also amend the definitions of "art work" and "sign". The staff report contains further analysis and information on the proposed amendments. The Community Development Board (CDB) reviewed the proposed text amendment at its meeting of March 16, 2010. The Board unanimously recommended the amendment for approval. Since the CDB meeting, legal staff, because of concern about possible proliferation of commercial murals, has amended the text amendment to reinstate the language classifying such items as signs, but classifying "pure" first amendment expression as "art work" which may be permitted without development review. The Office of the City Attorney is recommending Council take action on the ordinance as proposed. Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 23 Attachment number 1 Page 1 of 2 ORDINANCE NO. 8158-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE COMMUNITY DEVELOPMENT CODE; AMENDING ARTICLE 3, DIVISION 18, SIGNS; AMENDING SECTION 3-1805, SIGNS PERMITTED WITHOUT A PERMIT, TO REMOVE THE PERMITTING EXEMPTION FOR HOLIDAY DISPLAYS; AMENDING ARTICLE 8, SECTION 8-102, DEFINITIONS, TO AMEND THE DEFINITIONS OF "ART WORK" AND "SIGN" AND DELETE THE DEFINITION OF "SIGN, HOLIDAY DECORATION"; PROVIDING FOR SEVERABILITY; PROVIDING AN EFFECTIVE DATE WHEREAS, it is advisable to amend certain provisions of the Community Development Code regarding signs; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF CLEARWATER, FLORIDA: Section 1. Community Development Code Article 3, Division 18, Signs, is hereby amended to read as follows: Section 3-1805. Signs permitted without a permit. The following signs may be developed without development review pursuant to Article 4 of this development code: Section 2. Community Development Code Article 8, Definitions and Rules of Construction, Section 8-102, Definitions, is hereby amended to read as follows: Section 8-102. Definitions. For the purposes of this Development Code, the following words and terms have the meanings specified herein: Art work means drawings, pictures, symbols, paintings or sculpture which do not identify a product or business and which are not displayed in conjunction with a commercial, for profit or nonprofit enterprise. Drawings, pictures, symbols, paintings and sculpture which are noncommercial speech protected by the United States Constitution amendment 1 and/or the Florida Constitution article I, section 4 shall fall within this definition and be considered art work. Ordinance No. 8151$etO # 23 Attachment number 1 Page 2 of 2 Sign means any surface, fabric, device or display which bears lettered, pictorial or sculptured matter, including forms shaped to resemble any human, animal or product designed to convey information to the public and is visible from an abutting property, public right-of-way, or body of water, and shall not include art work or murals. For the purpose of this development code, the term "sign" shall include all structural members. A sign shall be construed to form a single unit. In cases where matter is displayed in a random or unconnected manner without organized relationship of the components, each such component shall be considered a single sign. Except for banner, flags, temporary and portable signs, all signs shall be permanently affixed to, and/or incorporated into, the sign cabinet, or building wall or other base material. All signs shall be constructed of materials designed to be permanent, withstand weather conditions, and shall have permanent supports appropriate for its size. Section 3. If any section, provision, clause, phrase, or application of this Ordinance shall be declared unconstitutional or invalid for any reason by a court of competent jurisdiction, the remaining provisions shall be deemed severable therefrom and shall remain in full force and effect. Section 4. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney 2 Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Ordinance No. 8158-10 Item # 23 Attachment number 2 Page 1 of 3 CDB Meeting Date: Case Number: Agenda Item: March 16, 2010 TA2010-01001 H.1. CITY OF CLEARWATER PLANNING DEPARTMENT STAFF REPORT TEXT AMENDMENT REQUEST: Amendments to the Community Development Code - Ordinance No. 8158-10 INITIATED BY: City Attorney's Office BACKGROUND INFORMATION: In The Complete Angler, LLC, et al. v. The City of Clearwater, Florida, Case No. 8:09- cv-346-T-27EAJ, the United States District Court for the Middle District of Florida issued an Order [Granting Motion for Preliminary Injunction] addressing constitutional issues in two areas of the City's sign code. Specifically, the Court found that, as applied, the distinction between "art work" and "sign" which turns on whether a painting or other work is displayed in connection with a commercial enterprise is an impermissible restriction on non-commercial speech. Additionally, the Court's discussion of the exemption from permitting for "holiday decorations", combined with the Eleventh Circuit's opinion in Solantic, LLC v. City of Neptune Beach, 410 F.3d 1250 (11th Cir. 2005), indicate that the current exemption could be construed by the Court as an unconstitutional content-based provision. Review of the ruling by the City Attorney's Office led to the determination that amendments to the Community Development Code are appropriate in order to comply with the Court's Order and prevent further litigation regarding these issues. It should be noted that the remaining language in the definition of "sign" setting forth the "designed to convey information to the public" criterion was not discussed by the Court, and legal staff believe that language is currently still enforceable. ANALYSIS: Proposed Amendments: Proposed Ordinance No. 8158-10 includes the following amendments: 1. Amendment to Section 3-1805, Signs permitted without a permit, to delete category D., Holiday decorations, from those signs allowed as of right without any development review. Staff Report - Community Development Board - March 16, 2010 - TA2010-01001 1 Item # 23 Attachment number 2 Page 2 of 3 2. Amendment to Section 8-102, Definitions: a. to remove the language regarding identification of product or business and display in conjunction with commercial, for-profit, or nonprofit enterprise from the definition of "art work"; [NOTE: following the CDB Meeting this language was reinstated and language clarifying that "pure "first amendment speech will be considered allowable "art work" was added.] b. to exclude art work and murals from the definition of "sign"; c. to delete the definition of "sign, holiday decoration", since it will no longer be referenced in the Code. 3. This Ordinance contains a severance clause, recommended for sign code amendments and included in past amendments because of the frequency of litigation regarding such provisions. STANDARDS FOR REVIEW: Community Development Code Section 4-601 specifies the procedures and criteria for reviewing text amendments. Any code amendment must comply with the following. 1. The proposed amendment is consistent with and furthers the goals, policies, objectives of the Comprehensive Plan. 2. The proposed amendments further the purposes of the Community Development Code and other City ordinances and actions designed to implement the Plan. Section 1-103E.13. provides that it is the purpose, inter alia, of the Community Development Code to [c]oordinate the provisions of this Development Code with corollary provisions relating to ... signs... and like supplementary requirements designed to establish an integrated and complete regulatory framework for the use of land and water within the city. The Comprehensive Plan provides in part as follows: Staff Report - Community Development Board - March 16, 2010 - TA2010-01001 2 Item # 23 Attachment number 2 Page 3 of 3 A.3.1 Objective - All signage within the City of Clearwater shall be consistent with the Clearwater sign code, as found within the Community Development Code, and all proposed signs shall be evaluated to determine their effectiveness in reducing visual clutter and in enhancing the safety and attractiveness of the streetscape. Policy A.3.1.1 Commercial signs in Clearwater shall be restricted to discourage the proliferation of visual clutter, promote community aesthetics, provide for highway safety, and to allow the identification of business locations. Policy A.3.1.2 Proliferation of billboards along major collector and arterial streets shall be prevented as is currently provided. The Planning Department is of the opinion that the proposed ordinance is consistent with and promotes the above-referenced Objectives and Policies of the City of Clearwater Comprehensive Plan and meets the other applicable criteria for text amendment adoption. SUMMARY AND RECOMMENDATION: The City Attorney's Office recommends APPROVAL of Ordinance No. 8158-10 amending the Community Development Code in the manner described above. ATTACHMENT: Proposed Ordinance No. 8158-10 Staff Report - Community Development Board - March 16, 2010 - TA2010-01001 3 Item # 23 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Amend Clearwater Code of Ordinances Section 28.041, Soliciting, collecting, etc., upon streets, to enhance its constitutional defensibility and pass Ordinance 8159-10 on first reading. SUMMARY: In 1999, the City Council adopted Ordinance 6392-99. The ordinance clarified Section 28.041, Clearwater Code of Ordinances, to prohibit individuals from soliciting from the occupants of a motor vehicle being operated on publicly-owned streets, garages, and parking lots. In 2008, the City Council requested the City Legal Department draft an amendment to Section 28.041 to allow solicitors to solicit so long as the solicitors complied with a list of criteria contained in Section 316.2045(3), Florida Statues. During the last several months, Clearwater Police officers have had to take enforcement action against a number of homeless individuals who have been aggressively soliciting at heavily-traveled intersections in Clearwater. The public defender's office has indicated that the office intends to challenge or, at least, assist homeless individuals with challenging the constitutionality of Section 28.041. Because the public defender's office has already been successful in having the state attorney's office dismiss all prosecutions under Section 316.2045, Florida Statutes, based on constitutional grounds, it is necessary to amend Section 28.041 to enhance its constitutional defensibility. The changes include the following: to clarify that any individual is authorized to seek a permit to solicit on publicly owned streets; to impose a time limit on the issuance of the permit by the police chief; to allow an applicant to seek a waiver of the insurance requirments based on the applicant's financial disability or inability to obtain insurance; and to provide an aggrieved applicant a right to appeal the denial of a permit to the city manager or the city manager's designee. Type: Other Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Review Approval: 1) Legal 2) Clerk 3) Clerk to Budget Adjustment: Annual Operating Cost: Total Cost: None Cover Memo Item # 24 Attachment number 1 Page 1 of 5 ORDINANCE NO. 8159-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, RELATING TO SOLICITING ON PUBLICLY- OWNED STREETS, GARAGES, AND PARKING LOTS; AMENDING SECTION 28.041(3), CODE OF ORDINANCES, TO EXEMPT SOLICITORS FROM OBTAINING LIABILITY INSURANCE UNDER SPECIFIED CONDITIONS AND TO CLARIFY THE CONDITIONS UNDER WHICH SOLICITATIONS SHALL BE PERMITTED; AMENDING SECTION 28.041(4), CODE OF ORDINANCES, TO PROVIDE AN AGGRIEVED APPLICANT A RIGHT TO APPEAL THE DENIAL OF A PERMIT; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Department of Highway Safety and Motor Vehicles of the State of Florida, as of February 1, 2010, has provided 884,803 currently valid decals for motor vehicles in Pinellas County; and WHEREAS, Pinellas County is the most densely populated county in the State of Florida; and WHEREAS, the Tampa Bay area has the second highest incident of pedestrian fatalities in the State of Florida, and City of Clearwater has the third highest among local governments with the Tampa Bay area; and WHEREAS, the orderly flow of motorized traffic is a major concern in congested urban areas, particularly because an obstruction or delay in traffic at one point along a traffic artery results in delays and backups far down the roadway; and WHEREAS, a public safety hazard has been identified with persons approaching motor vehicles to solicit charitable contributions, business, or employment from the occupants of motor vehicles being operated on public streets in Clearwater; and WHEREAS, unlike the oral advocacy of ideas, or even the distribution of free literature, successful solicitation from drivers distracts them from their primary duty to watch the traffic and potential hazards in the road, observe all traffic control signals or warnings, and prepare to move through the intersection because the individual is required to respond to the solicitor by, for example, searching for currency, passing it along to the solicitor, securing any change returned, replacing a wallet or closing a purse, and then returning proper attention to the full responsibilities of operating a motor vehicle; and WHEREAS, there are numerous and diverse methods of soliciting available in the city that provide ample alternatives for solicitation, including Ordinance No. 81ttRM # 24 Attachment number 1 Page 2 of 5 soliciting pedestrians on the sidewalk, canvassing door-to-door, telephoning individuals, or direct mailing; and WHEREAS, the Ordinance is narrowly aimed at the disruptive nature of soliciting the occupants of motor vehicles being operated on public streets and is not intended to restrict the communication of ideas, including the distribution of free literature to occupants of motor vehicles or even the solicitation of the occupants of motor vehicles that are lawfully parked; and WHEREAS, failure to restrict solicitations of the occupants of motor vehicles being operated on public streets will endanger the health, safety, and general welfare of the public by permitting unsafe pedestrian movement within travel lanes, sudden stoppage or slowdown of traffic, rapid lane changing, turns, and other dangerous traffic movement, increased vehicular accidents, and motorist injuries and fatalities; and WHEREAS, although the City Council has a substantial governmental interest in enhancing traffic safety and ensuring the free flow of traffic, the Council also seeks not to sweep too broadly in its prohibitions so as not to burden more speech than is necessary to promote its governmental interest; and WHEREAS, the City Council has determined that a balance can be reached between its governmental interest in enhancing traffic safety and ensuring the free flow of traffic and a solicitor's First Amendment right to solicit by authorizing street solicitations when the solicitors comply with the conditions set forth below; and WHEREAS, the City Council recognizes that some solicitors may not be able to comply with the insurance requirements contained in Section 28.041(3); and WHEREAS, the City Council wants to ensure that any party denied a solicitor's permit is afforded prompt judicial review; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 28.041, Clearwater Code of Ordinances, is amended to read as follows: Section 28.041 Soliciting, collecting, etc., upon streets. (3) A A-P person, an organization, or person acting on behalf of the organization shall be exempt from subsection (1) under the following conditions: 2 Ordinance No. 81ttEM # 24 Attachment number 1 Page 3 of 5 (a) The person, organization, or person acting on behalf of the organization must provide the following to the chief of police, who shall approve the request within 5 business days from the date that all of the following information is provided: 1. No fewer than 14 calendar days prior to the proposed solicitation, the name and address of the person or organization that will perform the solicitation and the name and address of the person or organization that will receive funds from the solicitation. 2 4 plop ft-4r +h° safety ef all ePSenc participating innthP- Snolinitatinn as weirs tho MGtnriRg pi blip, at the lnn atlnns ?.Mhoc ro I. snlinitat0AA ?niill take plane m rc-crt?.v 2.3, Specific details of the location or locations of the proposed solicitation and the hours during which the solicitation activities will occur. 3.4 Proof of commercial general liability insurance against claims for bodily injury and property damage occurring on streets, roads, or rights-of-way or arising from the solicitor's activities or use of the streets, roads, or rights-of-way by the solicitor or the solicitor's agents, contractors, or employees. The insurance shall have a limit of not less than $1 million per occurrence for the general aggregate. The certificate of insurance shall name the City of Clearwater as an additional insured and shall be filed with the Office of the Chief of Police no fewer I,-*ter than 14 days 72 hA, p; prior to hpfArp the date of the solicitation. 4. The reauirements of insurance contained in subaaraaraah (a)3. shall be waived where the applicant presents evidence of financial disability or inability to obtain an insurance company that will provide the insurance. Financial disability shall mean lack of present funds with which to pay the premium associated with the policy of insurance described in this section. (b) Organizations or persons meeting the requirements of subparagraphs (a)1.4 may solicit for a period not to exceed 10 cumulative days within 1 calendar year. (c) All solicitations shall occur during daylight hours only. (d) Solicitation activities shall not interfere with the safe and efficient movement of traffic and shall not cause danger to the participants or the public. (e) No person engaging in solicitation activities shall persist after solicitation has been denied, act in a demanding or harassing manner, or use any sound or voice-amplifying apparatus or device. (f) All persons participating in the solicitation shall be at least 18 years of age and shall pnssoss pinta iro i?ontifinatinn (g) Signage providing notice of the solicitation shall be posted at least 500 feet before the site of the solicitation. Ordinance No. 81ttEM # 24 Attachment number 1 Page 4 of 5 (4) Any applicant who has been denied an exemption by the chief of police shall have the right of appeal to the city manager. The applicant shall file with the city clerk a written request for a hearing, which should include the grounds for such appeal and the complete name, address, and telephone number of the applicant. Upon the filing of a written request for a hearing, the city clerk shall notify the city manager or city manager's designee, who shall conduct a hearing within 20 calendar days from the date of the filing of the request. At least 10 calendar days prior to the hearing, the city clerk shall send the applicant notice of the date and place of the hearing by regular U.S. Mail to any address included on the written request for a hearing and shall also attempt to contact the applicant at any telephone number included on the written request for a hearing to inform the applicant of the date and place of the hearing. If the applicant did not include an address or a telephone number on the written request for a hearing or if the applicant wants to know the status of the appeal, the applicant can obtain information about the date and place of the hearing by contacting the city clerk at (727) 562-4091 or in person at 112 South Osceola Avenue, 2nd floor, Clearwater, Florida. At the hearing, the applicant shall have an opportunity to present evidence, to cross-examine witnesses, and to be represented by counsel. The City shall have the burden of proof by clear and convincing evidence and the decision of the city manager or city manager's designee shall be based solely on the evidence presented at the hearing. The city manager or designee shall file a written decision with the city clerk's office within 5 calendar days from the date of the hearing. The written decision shall contain the findings of fact upon which the decision was based and the legal basis for the decision. The city clerk shall send the applicant a copy of the decision by regular U.S. Mail to any address included on the written request for a hearing and shall also attempt to contact the applicant at any telephone number included on the written request for a hearing to inform the applicant that the decision has been filed. If the applicant did not include an address or telephone number on the written request for a hearing or if the applicant wants to know the status of the appeal, the applicant can obtain information about whether a decision was filed, as well as a copy of the decision, by contacting the city clerk at (727) 562-4091 or in person at 112 South Osceola Avenue, 2nd floor, Clearwater, Florida. The decision by the city manager or city manager's designee shall be final and conclusive, subject to judicial review by common-law certiorari in the Circuit Court for Pinellas County. {4} (5) If any provision of this section is declared invalid for any reason, such invalidity shall not affect any of the remaining provisions of this section. Ordinance No. 81ttEM # 24 Attachment number 1 Page 5 of 5 Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Robert J. Surette Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Ordinance No. 81ttRM # 24 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: City Manager Verbal Reports SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 25 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Hotel Accessory Use - Cretekos SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 26 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Budget Work Session Follow up - Jonson SUMMARY: 1) Request a budget meeting presentation on tax increase: a) who gets hit? b) who saves money? c) show several situations with and without Save Our Homes, with increasing and decreasing millage. 2) Feedback of 3/16 workshop expectations by City Manager (what he heard). 3) To what degree do you agree that we need to demonstrate we are aggressive in managing our costs before we take action to raise taxes or cut services? 4) What benchmarks does the City have with other cities? 5) Do you support reconvening the Budget Task Force from 2007? 6) Confirm what will be on the "Budget working documents" section of the Office of Managment and Budget Internet site. Review Approval: 1) Clerk Cover Memo Item # 27 Attachment number 1 Page 1 of 1 0 0 0 0 0 O ? p ? N ? O N O ? O NO N N O N O d) ? M O O 0 0 °o oco or°?io p M m r O O O O N N O o m o m o O N ? N ? M O ? N ?O ?O r O d) O O O O p o m o m o ? ? O M O M p ? M r r (p ? N O O O ° O ° O (O ? V M V M ? ? M r r ? V O O O O O N N O o 0 0 0 0 O? O N O N V M O O N N N O O O O d) O N ? N N N O ? N O d) N N m (6 U N O N ? d) d) N V N d) N (O I? M V N? ?? O O O ? O O O O m M 0 0 0 0 0 O O O' O O' O O O O' O M I? M T V I? V (O O I? I? O O d) V I? V N I? X 0 0 N O V? r M? ? v v N O N fA fA fA fA fA fA fA fA fA fA fA fA In o 0 0 V ? d) d) O ? N V fA a O O N V N O O O O (O d) O O V? 0 0 ? N O O O O ? Oi O O O 0 0 0 0??? o 0 o m o O O O O O ' O O O N ? (p ? (O M ? V d) ? d) M d) r O O O ? d) N r r ? O? O m X 0 0 0 0 0 O O O O' O' 0 0 0 0 0 0 N O O M? ? N O O (`"1 V M CEO 0 0? O V O? Om O O O' 0 0 O O O O O O O O O O O M O O O N O O ? O M O O O O 0 0 0 0 ? ? 0 0 0? O? ? O O O O O O d) r M M V S O O O N I? O O ?? O d) O ? N O O O M O V O O O O O O N O O OO??? O? v 0 O V O ? V O V?? N V V fA fA fA fA fA fA fA fA fA fA fA fA ? V M I? V d) d) O O ? d) ? d) V N N d) d) N C O V?? fA fA fA fA fA fA fA fA fA fA fA fA (O M O ? ? ? ? N ? ? V ?? d) O N N O M? M O O M N? CO ? M M O N N fA fA fA fA fA fA fA fA fA fA fA fA V O O V E N N M N O (O V V M ? V fA fA fA fA fA fA fA fA fA fA fA fA (O N I? M d) ? O V V V d) ? M M O M (O V d) ? r I? O O M ? d) O ? ? H M V N N fA fA fA fA fA fA fA fA fA fA fA fA (O V ? (O V N O d) O d) ?? M I? ? O (O O V N (O V I M fA fA fA fA fA fA fA fA fA fA fA fA O I? O O o ? N N? ?? O N ?? d) ? N O V I? N r O V d) O O N N O N (h V d) ? O (h N O r O M O O? (O ? M d) ? d) O N ?? V?? M I? O H O N I? r? ? O ?? N? M O O r ? O N V N I? ? O I? N N d) r N N V O O O O O O 00 ?2 M N fA fA fA fA fA fA fA fA fA fA fA 00 O d) d) o ? N N N d) V (O (p I? ? ? ? V O V ? O ? (O M ? I? O O O V V O N M? ?? (O M O I? O (O I? r? O ? ? N ? O d) O? ?? N O M V CO CO C V O N ? (O (O M ? O ?? N r M O D I? ? M O V N N I? r M d) r (O N N V O O V O O O O 00 ?2 r ?0 N fA fA fA fA fA fA fA fA fA fA fA f? O ? ? o ? N N M I? O ? r V ? M (p ? V O d) V V d) O O ? ? O N (`"1 r O r O O ? O I? O I? O O? O ? O r ? r O M (O M M CO M d) N d) V N O ? M m ? O ?? ? (O M M O r ? d) N? N N d) V O V d) O CEO N N V O O V O O O O d) r m O O fA fA fA fA fA fA fA fA fA fA fA fp O ? ? o V I? O M (O V? N V? M V V O O M M M O O (O V (O ? N d) O r O Q O M d) X 0 0 I? ? N M V O V ? O H O V O d) O r M (O N M I M ? O? (O ? O N (O N I? N ? 0 0 0? ? N O O r O O O V d) O O H O V V? V ? N N ? O O O N N ? ? V d) ? N O d) ? V fA fA fA fA fA fA fA fA fA fA fA fA N O O O o N I? d) O d) M N V? I? r N r r M I? M I? ?? 0 0 d) ? O O O O d) O r O d) d) ? N ? I? r O d) ? ? O d) O r V O N M M ? O ? V M ? M ?? O N M N O V d) M ? 0 0 0? M? O O? (O N ? (p ? V O (O ? (O (O CEO N N O O O N M?? ? d) ? M d) d) ? V fA fA fA fA fA fA fA fA fA fA fA fA ? O O O o N I? d) O V U M N V N I? r V O O O O d) O r O O ? N N ? I? d) ??? ?? O V M V d) ? M O M O d) O ? O r V O O M CO ??? ? V V I? r? ? N O N O I? N? O O ? O d) O? I? O N r M? V O I? V N ? O ? N? O O M ? ? V N? I? d) ? ? V V N N O O N (h N O N fA fA fA fA fA fA fA fA fA fA fA fA M O O O o N I? O O V d) M N V? I? d) ? M? ?? ? d) O d) V V O O O O d) O r O N? N N ? ?? O O ? ?? d) O O O r V O N M? N N E ? O ? N I? O?? V N O N I? ? O O O? (O O M? I? M I? V (O I? (O V ? O ? N? O O O O M O ? ? V N I? ? d) ? V N N N (h N O N fA fA fA fA fA fA fA fA fA fA fA fA O O O O o M d) N r r d) N N I? d) d) r d) m 0 0 0 d) d) O O O O_ (p I? V d) O M N O N ? O I? ? V O V V I? ?? V V (O O O? ? ? r O O O d) O O V V N ? I? r O O ?? ? O? (O d) O M V (O N ? N? V? I? N N ? ? 0 0 0? N? O O O O O N ??? ? 0 ?? N fA fA fA fA fA fA fA fA fA fA fA fA U E N _ N J c o U D Y L J c o -50 Y m aU m co o c co Q m U m co c co Q > m liQ o mad m? liQ o ?Qd m? O ? m = Q m o °? m s Q m o o o L°o L°o o LL c m u) o o o L°o L°o o c c c Q F C7S?wUU0 wQ-Q- n D0S2wUU U U a a? in M o o d) d) M d) O ? U 0 0 fA C6 o 0 19 c9 O M fA M o 0 O M CO r fA V o 0 V ? M M N fA d o 0 V N N fA 0 0 d) N O fA N 2(6 C N U d) d) V V fA fA N N O O V V fA fA M M V V V V fA fA O O O O fA fA V V d) d) M M M M fA fA O O O O fA fA 0 0 N N O O fA fA O O V V V V fA fA d X J< ~I m O N M r 0 U [if 0- L U 0 a Item # 27 Attachment number 2 Page 1 of 1 0 0 0 0 0 N M o N oO N M ? W V O W N N o N o N o 0 010 O N O 0 O O M N N Oo Ml 0 07 M 0 O O N 00 NN O o W o M o y0 M M M 00 00 O o N o N o (00 0 V M V M O M 0 0 N O OV NN O o 0 0 0 0 O 0 O ,on M 0 O 0 0 o o V O N N O ° O ° O r W 0 N 0 N O ? 0) 0) o o O N N O ° O ° O O O yp V V ? V ? M 0 M O ? 6I (6 U 0 0 N M W o o W o 0 0 00 0 V on N N, N N N O O o o r N O Nn 0 0 0 0 00 N 0 N N M M M V N N 0 00 0 W N M N O o 0 0 00 00 N M 00 (00 0 O N 00 0 00 0 00 N M o O M M N V 0 m V M o c 0o V V N (00 r M V N 0 M 0 00 O O O (O (O M V M O O N O O O 0' O 0' O O O 0' O O O O O (O M (O O V 000 ? O M O V O O V . O O O O O O O NN N? O O O m O V o 0 O O O O O O O O N M (O o o M ? V W o W M W I? O o 0 o W N I? r N O 4 O m N O O O O O O O O 0' 0' 0 0 0 0 0 0 N 0 0 0 V M V 0 0 N M 0 (0 00-0v On O 0' 0 0 0 O O O O O O O O O O O M?3O O O O O O M o O O 00 O O O O O O O O O : ; ; 0 0 O o O O O O O M E O V M O O O O O O No ? OM N O O O M 0v O O O O O O ' 0 O O M W M M N O O N M N N M (00 N V N (00 M V N?? (?O ? M N M ------------ O V N N V M N N I M O o m o m M N o V V M N O , O M M I O - N O O O O N N O? V O M M M M O N m 0 ? M ? W N? O N? M ------------ " M M O O RV N O; rn rn M M M O (O o N (O M- I O N V C ?D :S OZ::? O V O" O o W M ? (?O r W N M O M N ? o o I? M o (O (O O o 0 o "" M W `- N N O N V O ? I? M N 0M ?2 0-. 0N?0.00 O M M ? ? N V O M O O N M O O O O O N V MO o m M M O o 0 0 0 0 0 O V O M O N N O O O O O M O M (O M W m 0 cO N ------------ N o 0 0 (O N o o W ON '0 OMM-M0ME W (00N MO M W V MO(?O?Or 0 0 O O N O M 0 I? 0 0 N M o N?M?? (O C ,? N O V O O O O O O N 0 M O I? o N v M N M V --------- O N M?? N (00 M? o O? ? W (O I? o O W I? r O W W M V o o N N o V .0 M N NN r M 0 0 d N M N CM, I? V V? 0 W 0 M 0 V O O V O O O O 0 M W (O o N v M N V V --------- ON M r O r (00 O M O I? MM O O o o M O I? W V M M M I? o V N (O (O o O ? O ? O M o M MM 0 0 0 m o M M O I OM N M N o N M M O M 0 0 V O O V 00 O O O) 0 M (O (0 o N N V M N N - N MOOOooM o V ooNN0Wo V o M V O N M O O M N o M O O 0 1? M I? M V M O O M O o ON N 0 0 00 0n0 WO0 o M o M NO 0 O oOoN r m m m o 0 0 N o 0 NN N OO o M I? ? o N N V M N N - N ------------ N I? W (O W M N V o r r N N r r o 0 o r o o W M? m 0 0 o 0 o 0 0 r V O N , mm N o N ? ? - M v m M O o 0 o M o 0 O o o N O (O v o O o ; V M O O O N ? M V V I O N O N m M? o O N N V M M N - M ------------ W O (0 0O o NNN rW V (O m o N m V o V m o W O o (O o N O O- M N 0 N m mV O N ? O o ? o-- O 0 0 N N 0 d o o m V N O V I? O M M N M O ON O mV m o CN, W N N V m M N - N ------------ moOo V 0oNN W MoM(O ov?v mO 0o o( NOr VON?MM o?N?momoo.Oo N V O) I? r N O O) M M 0 0 0 0 o N N 0 O o o o o 0 oo O W On O O O N m M M m N N N ------------ M 0 N o m 0 N N o r o o M O o o V o o 0 0 0 (O I? V W (O M N O N ? O I? W M o (O M W V o .V o 0 O O o 0 o O V V N o I? 0 0 0 0 o N o 0 0 0 o o 0 N O N O N O O) O O o o O O O N N M M No 0 V o M N N N N ------------ U D y 3 E J M O U D y E J m m O U Co N m fl- U mf' m u Q U m m u Q y ? LLp o ul o ii0 0 oo a? Qa?? Ul w X =6 (6 USl (n o L N LL C C (6 w (n L o m LL w C 0_2 W U)U) 0-0- U) 0(7=2 W U)U) dd- n 0 M M EA 0 O M M E» o o M N EA V o M O Co EA W o N m EA o N ? O EA V o 0 EA O o_ r ? V EA 0 0 0 EA r O M EA M N O EA O N r EA M (V EA O O EA O M V EA 0 O M O EA 0 0 ? N o W M O U 0 O 0 0 r 0 M 0 N 0 0 N N U a 0 O O N N V a N a` X N a (6 NI M N M r 0 a r 0 LUL 0 a Item # 27 Attachment number 3 Page 1 of 1 O o 0 0 0 o O O O N O N ? d) d) N V N d) N (O I? M V N? ?? O O O M A O ?? r V 0 N O N N o 0 0 d ? ? ? ? ? ? ? ? ? O O O (O (O M V M O N ? ? ? N V ? ? CO ? ? ? ? I? r ? V V d) V N ? ? O ? ? ? ? d) O D O D O M O 0 O O O O O O O d) V ? d) ? d) O r V O V M O v M? O? N ? " (O M M d) N O ? N M M M V O ON d) fA fA fA fA fA fA fA fA fA fA fA fA fA O N V N O O O 0 0 0 O O O O (O d) O O V? 0 0 O (`"1 d) (Y1 O O O O O ? CO ? o 0 01 d p V p V p V ? O? O? O? O ?? N 0 0 V ? O V V M I? ? r V N I? O V N N? M M? M? V ? N O? (p O d) d)?V V V O O d) vO ????v?? In d) ? ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA U 00 0 00 0 00 o O O O O N? ?? O O O m O M d) ? O ^ M (O I? O? ? M o 0 O O? O? O? O O O O O V I? d) O a r O M O V O? ? O N I? ? v 0? ? r M d) N ' O O ? ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA O o 0 0 0 o O O O N (p (O M V d) d) M d) r O O O d) N r r ^ O N^ M M I? V o 0 O m 0 m 0 M I? r r N O V M M M N O? V O O O O O O O O ? I? e r r ? M O (O ? I? O (2 S M M M v v 0 0 a ? CO N c9 I? O 0 0 O O O 0 0 0 0 0 0 .? .? O ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA O o 0 _0 o N O O M N O O (`"1 V M E 0 O I? r N d) O O O M o 0 O N O N O N N N N C O 0 O V O O M N I? O M d) O V M I? V O O O O O ' 0 0? O O O O O O O O O O M B V d) O r O O O M `N N N N M N (O i O O ? ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA O o 0 0 0 o O O O O M O O O N O O d) r O M O d) V d) 0 0 O M D M D M N? N ? N ? ?? M p 0 0 0 I? r d) O N d) ? ? ? (O ? V 0 0 0 0 ? E V V M M V 0 C O ? ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA O o 0 0 0 0 O O O 0 0 0 0 0 0 0 0 ? V M d) O N (O O I? d) O O o 0 H ? ? O ? ? ? O O O O d) ?? d) ? O O O d) O (h V A V M O O O O O V O O V O I? M M M O (O ? V N ? V O i ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA O o 0 0 0 o O O O d) r M M V O O O N ? O V V (O (O M V (O o 0 _ _ LLl N N N N O O O M V O O d) V r O d) ? M O I? O ? ? N O N m M Z M O O O O O ' O O 0 V M O N V N m N N Q M d) 0 M N ? N?? ? I? U ? ? fA fA fA fA fA fA fA fA fA fA fA fA fA N N m (6 ? N U U O O O O o O O O O O ? N N? ?? (O N?? d) O N (h V d) ? O (h N O r ?? ? O E N O (O N N O N ? N ? d) r V O d) N V ? O O O O O O ? M d) ?? d) O N O N? ? ? N N N O r? O ? O ?? N? M V O O O O O O ?? N O V N V? M M I? r N d) r N m fA fA fA fA fA fA fA fA fA fA fA fA 00 O O O o O O O O O ? N N N d) V (O (p I? ? ?? O N M? ?? (O M O I? ? M N I? V S O ?? M O r N O M I? O ?? O d) d) O O O O O O ? ? N ? O d) O? O ? N? ? ? D I? ? M ? O ?? N r M I? O V M (O O N V? d) N fA fA fA fA fA fA fA fA fA fA fA fA f? O O O o O O O O O ? N N M I? O ? r V ? O N (`"1 r O r O O ? O I? ? V (O CO ? ? N I? d) M? O M I? N d) O? ?? N CO N O O O O O (p ? O I? ? r O M O M ? ? N N N N ? ? ?? ? O ? ? (O M M O r ? d) V O O V O O O O d) O r V M (O d) d) V V? I? M? ? m ? M O O O? N ? fA fA fA fA fA fA fA fA fA fA fA fA fp O O O o O O O O V I? O M (O V? N V? M V V (h O O O V (O ? N d) O r O O H O ?? O N ? O (O ? V O O O O O O O O H O V O d) O r ? O O O ? N? N (O ? V O O M d) O N r I\ I\ N N N? ? ? N O O r O ? O O O N ? d) O?? O M O O ?? ? V? ? M? V ? ? N ? ? d) fA fA fA fA fA fA fA fA fA fA fA fA fA N O O O? O O O O O N I? d) O ? d) M N V? I? r N d) O r O d) d) ? N e r r O d) ? r O? ? M ? O ? M ? I? r? d) r V d) O d) O V I? M O O O O x ? ? ? O d) O ? r V N M M 0 0 ? N N N N? ? 0 ? M? O O? (O N O O O ?? I? ? r d) V V O V N M m ? ? V (O N d) d) ? V ? N N r fA fA fA fA fA fA fA fA fA fA fA fA fA N ? O O O o Q O O O O O N I? d) O V U M N V N I? r V d) O r O O A N D N ? I? d) 0 0 0 0 0 0 0 0 0 0 V V V O A O? (O (O V O V M? ? ? O O O O O O O O Q d) O ? O r V O M CO 0 0 N L O O O ? ?j 0 ? N? O O? O O O O N ??? N O M O V O V N I? N ? ? ? O ? d) ? ? ? O M ? n LL N ` _ _ _ 76- A fA fA fA fA fA fA fA fA fA fA fA V fA ? X M O O O oO L O O O O N I? O O V d) M N V I? d) O X 0 0 0 N r V ? O r O V O M V V V N O I? O V N O M N CO ? ~ N N N O (O C O N M? 0 0 N d) d) d) ? ? N? O O? (O O ? 0 O O O M M M E I? O O r r V (O ? ? ? ?? O O ? I? ? ? M V ? N N O ? ? V V (n fA fA fA fA fA fA fA fA fA fA fA fA fA ? U O O O O o O O O O M d) N r r d) N N E ? I? ? (p I? V d) O M N O N ? O I? N d) O O N O ? ? V? N O N ? ? O N N N O I? O O O d) O O V V N ? ? I? ? d) V O r d) ? ?? ? N ? O D ? d) O O O ? O? (O d) d) O ? M V V (O I? M M O M ? ? 0 M ? fA fA fA fA fA fA fA fA fA fA fA fA fA M U Q E N 3 N 3 p _ o U 0 Y J _ U 0 Y E J Q- co co co co (6 N Q QU N U Q U N U CQ LL c LL [If C o C (6 O N U1 0 O N Q UI d (6 +' O 0 O u) N Q UI d O Y N CU 2 J (6 O > 0 0 2 Z C J N O > u O O O x N N N N o , C O N N O 2 0 Q H > _ C7 S W (n (D U (D d d co O 0 S W co co U co d d (D d Item # 27 Attachment number 4 Page 1 of 1 ??o 00 ?o O p? m N r M O I? N O O N O O O 0 0 °oo anima c1°oo O M M O ? I? M ? M N N O O N N p o ? o ? o ? ? I? N r M ? N N N O O N N p o ? o ? o ? M M V ? N N M M O O N N O ° O ° O O O O m 0 ? O N M M ? V M O O N N O ° O ° O N M d) N d) M V M O O ? N N ? d) °O o °O o °O o D O ? O M ? O O O N N N m (6 U N N d) d) N V N d) C CO C F d) O F V F Co F C I? 0 0 0 N (O I? M V N? ?? O O O ??? N O V N O d) O r d) r (h d) d) O O O (O (O M V M O N d) O D O D O M O 0 ? O ? ? O? ? N M v O N CO N O O O O O O v? d) M O O O O (O d) O O V? 0 0 O O ° O O O 0 0 0 0??? o 0 o m o O O O O O ' O O O N ? (p ? (O M ? V d) ? d) M d) r O O O ? d) N r r ? O? O m X 0 0 0 0 0 O O O 0 0 0 0 0 0 N O O M?? N O O M V M CEO O ° ? O V O ? Om O O °' 0 0? O O O O O O O O O O O M O O O N O O ? O M ? O O O ' O 0 0 0 0 ? ? 0 0 0? O? ? ° O O O O O d) r M M V S O O O N N O O O M° V O ? O O O O O O' N O O I? o o d) I? M d) O ? U n o 0 N N V rj ? N O fA V o 0 fA n o 0 ? M CO V fA N o o V ? V O d) fA 0 0 O N M M fA o o d) V d) V N fA N 2(6 C N U fA fA fA fA fA fA fA fA fA fA fA fA fA ? O O M? M O? N O O O O ? O (O O? O ? O O O M? V V N I? r M CO I? N M CO M O N M M M? fA fA fA fA fA fA fA fA fA fA fA fA M? N? (O V d) ? M M V O M? V (O d) V ? V O v N?? O N N M " M fA fA fA fA fA fA fA fA fA fA fA fA I? N M N d) ? ? M (O ? ? N V N M V N N M N N? m O v 0 V I? N ? ? O ? O fA fA fA fA fA fA fA fA fA fA fA fA I? M A N (O I? O? V N d) N N d) O W N N N O V d) I? O O ?? V I? ? ? O N fA fA fA fA fA fA fA fA fA fA fA fA 0 0 ? N V 0 0 0 fA fA fA fA fA fA fA fA fA fA fA fA M O B O O I? O M O? V I? ?? O M ?? N M V O ? O N N? M M O I? V fA fA fA fA fA fA fA fA fA fA fA fA O (O O O o ? N N O O O (O O?? r N O O ?? ?? ? d) O? N N O N M? ?? (O O N O O I? O O O O ? V d) ?? N d) O ? O O N O d) O? N I? V V m ? O ? M d) M M O I? ? O V I? d) ? M V O O ? (O ? ? O V O O? N? O O O O O M M? N M N N ? M fA fA fA fA fA fA fA fA fA fA fA 00 O o N N O O V (O 0 0 N N N V N (O M O O O O O N M N d) B O O r O (Y1 O O d) ?? d) N O O d) ? ? O O ? ? ? N ? O d) O N? V ? M ? O ? ? r M M O I? ? °? M CNO ? O N M ?? M V O O? N V 0 0 0 0 0 M V N M f? O O O o ? N N O O I? O ? O V A ? O O? O? d) O M O O O I? r O N M O I? O O r? O O O I? O O ? M O I? ? r M (O ? M N? CO O M B V CO N N M (p O I? O O M M O I? V O I? M M M = N ? ? V O O V M V 0 0 0 0 0 V ?? N O M M (O V L fA fA fA fA fA fA fA fA fA fA fA J f0 O d) d) o 0 0 0 0 0 0 O O M V m ?O N N M CO d) O O ? ? O O O O (O V I N O d) O r O? V V? V I? O M V (O O N O d) O O H O ? ? O I? N M O V CO N (O ? M m M O O (O O W N V V O I? O ??? N V V? M ? (O O N O V N (O M M M (O N ? 0 0 0? M? O O O O O ? V N V CO n L fA fA fA fA fA fA fA fA fA fA fA fA N O O O 0 0 0 0 0 0 0 0 0 I? r O O O O° N O d) O d) M N O ? I? ? N V O V? I? d) ??? ? O I? M M? d) r r O d) d) E N O N M ? CO M O B ? d) ? r N N M O d) O O O r V V O (O (p M (O (O M N ? O ? ? 0 0 0? M? O O O O O ? ? V N V M M (O ? fA fA fA fA fA fA fA fA fA fA fA fA O O O o 0 0 0 0 0 0 0 0 0 0 I? r _ O O O O N O d) O V U M N O N ? I? O I? M M O d) r r O O E N O N M ? V ? O V M I? O d) r r N N (`"1 N r? d) O O O? O r V V O? CO (h ? (O ? N V N O ? N d) O I? O ? N O V M M (O V ? 0 0 0? N? O O O O O ? V N V Q fA fA fA fA fA fA fA fA fA fA fA fA Q M O O O o 0 0 0 0 0 0 0 0 0 ? I? d) L O O O O N O d) O V d) M N O N ? ? ?? CO CO O M B N (O O O ? O? V V O d) r r O N? N O N M I? N d) r M N I? ? ? r N O L N? O ?? d) O O O O O r V V O? (O ?? ? M ? M O ? I? O I? V N d) M M M (O V ? 0 0 0? N? O O O O O ? ? ? ? fA fA fA fA fA fA fA fA fA fA fA fA O O O O o O O O O O O N O O ? I? ??? O O N N M d) O r O O O O M d) N r r d) M N ? N ? O > ? I? V V? (O I? V d) O O N O N ? M? I? d) N N V O CO V d) N (p I? O O O d) O? V V O? (O d) V V N? I? ?? O ? M M L O O O ? 0 0 0? N? O O O O O ? V d) r 0 N N ? V M M ? M fA fA fA fA fA fA fA fA fA fA fA fA O ° E 3 E 3 E O U D N O L J co o U D aL-+ L J co Q Q m aU m m ° c co a U m m ° c co CU U u) LL N N +' 2 J (6 O O Z Y 2? J (6 O O X UI N N O O O CN > c O N N O O O N c c c 11 Q C7S?wUUUUaa?n C) wUUUUaa Q- V r fA r V fA d) r fA V O fA d) fA r fA O r fA r N fA a O O N N V N 0 Item # 27 Attachment number 5 Page 1 of 1 N o N o N o N M N M W W N V N W I? r _ r N O r MV N M N 0 00 O N N I? N N 0 O 0 0 M O O O O NO O M M N 0 0 0' 0 0' 0 0 0 0' O O M O W N ° N N O M M M M M O N ? O N O M ? 00 00 O o N o N o O N N N O M M' M M 0 O O N N p o (NO o M o O H O M O M 00 00 O o M o M o 01010 M 0 O N O N O O N N ? O o O o O o 00 O M O OO M O M N N W N N O N M M N O O O ° O ° O O O V N V N O N N 00 00 N N O o O o 0 0 U` O O 0000 N M Z .• N U N 6I (6 U 0 N N M M M? M W W V I? 0 00 0 r N N N N O N N `O N 6 J r O N N o N M M M Co N N CO V N M N 0 00 0 r N O O M N N O O O O 1 U) N N N M X N N (6 O O O 1 O N O O N N M 0 00 0 00 U0 VU+J L M 0 O O O ^ lH ^0 W j Y 'p `m X W N O O O O (O M (O O V 000 ? O W 0V O O O O O O O O O O N" N? O O O m O 000 O O O O O N M O M N M O N O M M0 00 N O N O N 0? O, m M 00000 0 0 0 000 00 O O' O' 0 0 0 0 0 0 N O O O M "00M N N O O 0 0' 0 0 7 O O O O O O O O O O O M?3O O O O O O M N oo o o O 0000;:;:00000 O M O O O O O O O m?O O M M O W O O O O NM N O O O M O V O O O O O O O O 0 r W N M N M W M W N V M N N (O I? O N N M O O M M W " N M N N ? ? " V N ------------ W O M M r? ON W W M V OM V O N N N O ? O M of ------------ N ? M V M O F F F M M Ni M NV V M M V O o M EA EA EA EA EA EA EA EA EA EA EA EA O ?? ?O V O V (O M ?0 N I? r M ? O (?O V N CN, N M O V 0 ------------ ;::'o ? O 0 0 m m o" m O 0V O M N O O N M o M O M V V M N N ON V V V M ? ! I M N O O I o m MI V I Mr O M r ON W NOOMNI?Om-(00N V M M V ------------ M? W M W ? M O W O W ? V O O-- O M- 0 0- N N O N M M W V N (O M M W N I? N N W M N N M (O O ? M N N M V V O W N ------------ ON N M M N (O N N N W on M M r N M N V O O M M O M M N O O N ON N N I M M V o V O N N N N M O O I? N O M O) (O ? . O) ? r M V O O O O O O N M N r N V ;:M --------- ON M? M N m M N O r V M V W V I? r N M (O M M N M O W (O N I? N M I? V (O M V M I? N ' O N N N I? M O O r N M V O O M M O M M N O N V O O V O O O O r W M V r o N v m --------- ON M r O r (00 O 7 0 I? MI N I O N O M N ?DN (O M O? M r O M N M MM O M M N M (O M M V O 0, M (O M M O I Om ON (O O (O O (O M M (O ; v 0 O v 00 O O m M - W N M r r V I? N M (O V M N V N M V V M O O N O N O V O O O 0 r 0 0 (O M N I? O M r O N N O O O N M N b 9W N M M (O (V I? r M v I? N O O O N O - , W 0 O ------------ M M NOON W MN V,I? OOOM V MMOvO ? M lziob- 'n VON?MM I? V NNM W MOM N O N M N O O M (O (V N N I? W r r r N 000M O? 00 ------------ N 0 O O V M M N V N- I O O O M? N V N M0O0ON (O r?OO M(OO rMMM V-O (OMOMMO N O ON O d b o o m N M (OO r r O V V N NM O O N O N N 0 ------------ N o O O V O M N N W M M- M (O O M v O 0 O M 0 0 0 (O M r VO O N M M M - ? N O M M O M MM N O O O N N N O O M 00 N ? O ? 0 0 0 M N M v 000 N qqNONOV V N (O (O N N MV V O o M W N I? r W N N N I? N M W I? M W W I? N M W V O O o N O N O I? O N N O rn V O v N O O N 0 O O N N O O O N N N O O 0 0 Om O N O O O V V O M M N r N N O O O N N ON N ------------ U N _ J L C O C Cd a? (6 y ?m O m ¢ F LL N D ul UO N¢ w LL' o a o m - ¢ N L m ` w N U t t LL U) 2 c7=2LUU)U) 0- 0- -1 cn L- a J Co O U CO t C (6 ? ? U ? N ¢ LL Q O y_0 N Q a it N O N U) - ¢ > O LL 0 > (U.. 00 0(712 W (n U)Ui u?iaa-, u; ? 0 0 0 rj N N N N EA W N O M ? ? U N o 0 M O 0 O EA V o 0 N (O M V EA 0 0 M (O M EA O o 0 M M M EA V o 0 N N N V EA M o 0 N M M r EA N N U O O M M M M EA EA M M O O N N M M EA EA O W M M EA EA N N O O N N V V EA EA M M O O V V EA EA O O V V V V N N EA EA O O O O M M (V (V EA EA N N M M O O N N a rn (V O O N a N 0 Item # 27 Attachment number 6 Page 1 of 2 99,9, 99, m o m -c 00 N --«.«.«««««««« i i i oo 0 ooommo- RE- o ° o o 0 loo w 00 0 0 o rv M ------------ 819 99 9''9999oo o wwwwww«.«.«.--- i N o. 999 ------------ 18g 000 0 0 ------------ o o 0 0 O .2 m -? NN O O O W o C7 z V" N v Q m N a) X (6 N Q O d T Y 0 0 CL 0 EL U m r 3? E _ r 3? E a? E a ?W Y LL o o - ?cva M 1 a ?? p o - ?cva n o" ?S ¢ E e== a 003 M 09 M e== a 003 'M 09 M - 2 ' ° v . ' C..) 2E C7=2w Ma-f wo U n o C7 x ?w fn tnU a'a ?f n a a a` a ? U U 16 16 16 Item # 27 Attachment number 6 Page 2 of 2 Item # 27 Attachment number 7 Page 1 of 5 April 2010 Status of Budget Task Force Recommendations The following represents a summary of the Budget Task Force Recommendations presented to the Council in April 2007. Below each recommendation, we have outlined how the status of each recommendation. Consider a self-imposed cap on annual General Fund expenditures. There has been no City Council policy established under this proposal, primarily because the General Fund budget has decreased dramatically over the last three years due to legislative action and falling property values. General Fund Budgeted Expenditures 2006/07 $ 121,902,700 2007/08 $ 123,177,630 1% increase 2008/09 $ 121,099,930 1.7% decrease 2009/10 $ 115,453,300 4.7% decrease Starting with the 2007/08 adopted budget, the City has been influenced by the passage of Amendment One and economic decline. The 2007/08 budget, although reflecting a 1% increase in General Fund expenditures, property tax revenues were reduced by 7% as required by Amendment One. Almost the entire 1% increase in expenditures was an appropriation to the City's General Fund reserves, therefore operating expenditures remained almost flat between the 2006/07 and 2007/08 budget years. In 2008/09, the millage rate was rolled back 10.48% and budgeted expenditures were reduced by 1.7%. The 2009/10 budget reflected a 7.19% rolled back millage rate, and operating expenditures were reduced by 4.7%. Cumulatively, the General Fund expenditure budget has been reduced by more than 5% over the last three years, and is almost $6.5 million less than the 2006/07 budget that was reviewed by the Budget Task Force. 2. Maintain the City's current infrastructure but limit growth on additional facilities and FTE's. Full Time Equivalent Positions: General Fund Total 2006/07 1.281.5 1,954.3 2007/08 1,215.5 1,894.6 2008/09 1,177.3 1,846.5 2009/10 1.091.1 1,766.8 Total FTE positions across all funds have been reduced by almost 10% or 187.5 FTE positions since the 2006/07 budget, which is the budget that was reviewed by the Budget Task Force. General Fund employees have been reduced by 15%, or 190.4 FTE positions during that same period. Item # 27 Attachment number 7 Page 2 of 5 3. Control the cost of employee benefits. hl the 2006/07 budget, which was the budget reviewed by the Budget Task Force, City contributions for medical insurance was budgeted at $6,400 per employee, the same as the 2005/06 budget. In 2007/08 city contributions were reduced by 3% to $6,200 per employee and have remained at that level for the past three budget cycles. Regarding pension costs, the actuary report in 2006 required a City contribution to the pension plan of approximately 20% of covered payroll for a total contribution of $15.4 million for fiscal 2006/07. During that year, the City budgeted a contribution of 13% of covered payroll amounting to $10.3 million with the balance funded from the pension plan credit balance of approximately $18.8 million. hl fiscal year2009/10, the City's required pension contribution is $23.9 million, which is 29.17% of covered payroll. During this fiscal year, the City budgeted a contribution of 20% of covered payroll, which provides $15.2 million of the required contribution with the balance of $8.7 million funded from the pension plan credit balance of approximately $15.3 million. hl preparing for fiscal year 2010/11, the City's required pension contribution is $19.4 million, which is 24% of covered payroll. Staff is recommending that the City budget the full 24% of covered payroll. The City Council has directed staff to review options for establishing a second tier plan. This process will require collective bargaining with all City unions and approval through referendum. The resulting modifications would result in long-term cost reductions and savings, but not near future savings. 4. Consider eliminating and reducing wind coverage on City properties and pursue pooling concepts. The City has decreased the amount of City coverage (including wind) from $409 M of property insurance in 2005 to the amount recently approved by the City Council of $35M. hl regards to the recommendation to "pursue pooling concepts", it is only recently that pooling property insurance was approved in Florida. Last year, while not recommended, staff looked at the Florida League of Cities. It was found that they actually outsourced (acted as brokers rather than using the Florida Municipal Trust) for cities of our size and in our area. The problem with pooled plans is that we will be pooling with others in difficult situations and probably in similar locales. The excerpt below is from the Florida Insurance Trust, a two year old pooled group within Florida: "hl January 2007, Governor Crist signed into law Florida Statute 624.4625. This stature allowed for the first time in Florida for two or more non-profits to legally pool together for purchasing of their workers' compensation, property, liability, professional and auto insurance. By utilizing an insurance trust arrangement, the non-profit is able to reduce the insurance premium expenses without sacrificing any coverage." Eliminate a freestanding beach library. The City Council awarded a contract to renovate the Clearwater Beach Recreation Center to accommodate the beach library on January 17, 2008. This facility is now complete and the beach library operates out of that facility with minimal staffing of 1.3 FTE and an operating budget of $61,280 in fiscal year 2009/10. Item # 27 Attachment number 7 Page 3 of 5 6. Take home vehicles should be limited to Pinellas County. On February 7, 2008, the City Council adopted a policy that Police Department personnel assigned take home vehicles pay 29 cents per mile for their daily commute less the first 15 miles each way from the Police Department headquarters at 645 Pierce Boulevard to home. The attached includes the Police Department training bulletin and related map establishing procedures to implement this policy regarding take home vehicles. E C TB-Take Home take home car map ?ehicles May 2008... 15 mile radi... 7. A detailed utilization study should be performed on the City's fleets to identify and eliminate excess vehicles. Mercury Associates was hired by the City to perform this study in May 2008. Mercury analyzed fleet data, conducted online surveys, and held on-site interviews with all user departments. The final detailed report was presented to the City Council on April 13, 2009. The three following recommendations were presented by Mercury Associates. The manner in which these recommendations have been addressed by the City follows the recommendation: • Twenty-two units were identified for elimination. All of these units have been eliminated from the City's inventory. In addition to these units we identified an additional 25 pieces of equipment that was not used and this equipment has been eliminated from our inventory. • Review fleet utilization annually. Calculate average annual utilization by major vehicle and/or equipment classification. Identify any unit that falls below 25% of the class average and require the user department to justify retention of this vehicle in writing. The City developed a complete listing of all City vehicles and equipment last year to create a baseline for usage. We reviewed the past twelve months for miles driven or hours of usage to determine a six year replacement plan. This pattern was examined closely to observe any underutilized pieces and started watching these items. The plan is to conduct another review next month to verify the usage patterns to determine if the Departments are utilizing the equipment. We are also reviewing our projected six year replacement plan to verify and adjust if necessary. If it appears that the usage is low, we will notify each Department that the equipment is underutilized and request documentation to support the need for the equipment • Develop a Table of Assets (TOA) to identify non-critical, low use, general purpose units that can be shared among departments. The City looked at the original list of equipment identified by Mercury as potential pool equipment. Some of the vehicles have been eliminated. Several of these vehicles have been reassigned to other Departments that could fully utilize the units. Six were assigned to Departments that had this type of vehicle on the replacement list for the current year. The new replacement vehicles were not ordered due to these re- assignments. Item # 27 Attachment number 7 Page 4 of 5 The City prohibit the use of reserves to fund FTE costs. The City Council's policy on General Fund unappropriated retained earnings provides that available reserves can only be "appropriated for specific Capital Improvement Projects or other one-time needs". Therefore, the City already has a policy in place to prohibit the use of reserves to fund on- going FTE costs. The only time we have used reserves to fund FTE costs is in the case where FTE positions are being eliminated through attrition, and reserves have been allocated only to cover the attrition period of the eliminated position. 9. The City discontinue the practice of transferring FTE's from Enterprise Funds to the General Fund. The only time in any recent history where Enterprise operation employees were transferred to the General Fund, was in the 2006/07 budget, when the Beach Guard service program was funded from the General Fund, rather than the from the Parking Fund as it had been in the past, to preserve parking fund revenues for the construction of a new beach parking facility. With that concern addressed, in the 2009/10 adopted budget, the funding of the beach guard program was returned to the Parking Fund, and staffing levels for the beach guard program was reduced from 14.5 FTE's to 9.9 FTE's. 10. Review the ratio of Fire Chiefs to the number of firefighters and review management to staff ratios in all major departments. This review is being performed as part of the Matrix study of the Fire Department, which is anticipated to be presented to the City Council in May 2010. 11. Consolidate public communications into one department. The consolidation of the public communications programs into the Public Communications Department was completed as a product of the 2007/08 adopted budget. The consolidation of this operation met the recommendation of the Budget Task Force and resulted in the net savings of two FTE positions citywide. 12. Reduce the Parks and Recreation budget by 5%. Parks and Recreation Budgeted Expenditures 2006/07 $ 22,273,410 2007/08 $ 21,888,050 1.7% decrease 2008/09 $ 21,123,800 3.5% decrease 2009/10 $ 19,739,130 6.6% decrease The City Manager's proposed 2006/07 Parks and Recreation budget reflected a reduction of 9% from the 2006/07 budget. Citizen demand for specific services during budget meetings resulted in the City Council reinstating some of the recommended cuts, resulting in an adopted Parks and Recreation operating budget that was almost 2% less than the 2006/07 budget. The total Parks and Recreation operating budget has been reduced by cumulatively by approximately 11.4% in the three years since the 2006/07 budget, which was the budget reviewed by the Budget Task Force. Item # 27 Attachment number 7 Page 5 of 5 13. Institute a firefighter volunteer service program. Staff does not recommend this program and the City Council has not implemented a volunteer service program. 14. Eliminate the Fire Plans Examiner position. The Fire Plans Examiner position was eliminated in 2007/08 adopted budget. 15. Evaluate the City's annual contributions and subsidies. City contributions and subsidies, including those for special events, are reviewed each year during the budget cycle. Some of these that have been either reduced or eliminated in the past few budget periods include the subsidy to the Harborview Fund, funding for the Jolley Trolley, Ruth Eckerd Hall, the Americorp program, funding for neighborhood grants. Almost all outside contributions have been reduced in some manner. In addition, in the fiscal year 2009/10 budget, in the area of special events, the City is now a facilitator of events, rather than the producer of events, only producing a few core events each year, which saves the City approximately $200,000 annually. Item # 27 Attachment number 8 CLEARWATER POLICE DEPARTMENT Page 1 of 4 TRAINING BULLETIN #08-02 Date: May 6, 2008 Take Home Vehicles - Payroll Deduction On February 7, 2008, the Clearwater City Council adopted a Take Home Vehicle (THV) Policy requiring Police personnel to share a portion of the commuting costs with the City. Specifically, Police personnel will pay through an automatic bi-weekly payroll deduction of $0.29 per mile for their commute (home to work to home) less the first 15 miles (30 miles roundtrip) for 1 full work year, (175 days for employees working 4/10 hour days or 225 days for employees working 5/8 hour days) and then dividing by 26. This will represent your commute cost to be deducted from your bi-weekly pay in perpetuity. Distances are calculated as a straight-line by GIS from 645 Pierce St. All employees currently assigned a take home vehicle will be required to submit the Take Hoene Vehicle Employee Cost - Automatic Payroll Deduction form by May 23, 2008 with the first deduction to be taken from paychecks dated June 13, 2008. This form will either authorize the payroll deduction or allow the employee to decline the use of a take home vehicle. If you currently have a take home vehicle and are subject to the commute reimbursement, your actual payroll deduction is shown on the attached Payroll Deduction form based upon a mileage calculation by the City Auditor. Employees who elect to continue having a take home vehicle must complete this form each year as part of their annual evaluation process. Employees who elect not to retain their take home vehicle are not eligible for re-assignment of a take home vehicle as long as they remain in their current assignment. Employees who elect to keep their take home vehicle should review the mileage calculation listed. If the employee calculates a lower roundtrip mileage, the employee should certify same on the Payroll Deduction Form in the provided space. Employees who elect not to retain a take home vehicle must leave the vehicle parked at their assigned station at the end of their shift and must adhere to all Police Department policies and procedures regarding the securing of weapons and equipment. Personnel choosing to return their take home vehicle (who will utilize their own personal vehicle) are not eligible for mileage reimbursement when called back to work. This is considered part of the commute and not reimbursable as travel. In these situations (standby, recall, etc.) the employees are compensated with standby, recall, or other overtime pay. Returned take home vehicles may or may not be retained as assigned vehicles, based on the needs of the department. When a change occurs in shift, home address or work status that would affect the amount to be deducted from the employee's pay, it is the employee's responsibility to file a Take Home Vehicle Automatic Payroll Deduction Change form. All changes must be submitted immediately and the payroll deduction change will be made effective at the beginning of the pay period following the date of the actual change. The Take Home Vehicle Employee Cost - Automatic Payroll Deduction form and the Take Home Vehicle Automatic Payroll Deduction Change form must be submitted to the Division Commander for approval who will then forward the form to the Office of the Chief. The Office of the Chief will record the information on the Master Take Home Vehicle List and advise concerned Police personnel then forward the original to the Finance Department/Payroll Division with a copy sent to Personnel and Training Section for inclusion in the employee's departmental file. Please refer any questions to your division commander. Sample forms are attached. Item # 27 Attachment number 8 Page 2 of 4 Clearwater FINANCE DEPARTMENT PAYROLL To: . Clearwater Police From: Finance Department/Payroll Division CC: Department Personnel File Subject: TAKE HOME VEHICLE EMPLOYEE COST - AUTOMATIC PAYROLL DEDUCTION Date: On February 7, 2008, the Clearwater City Council adopted a Take Home Vehicle (THV) Policy requiring Police personnel residing beyond a 15-mile radius from 645 Pierce St, to share a portion of the commuting costs with the City. Specifically, Police personnel continuing with a THV will pay through automatic payroll deduction (bi-weekly pay) $0.29 per mile for their commute (home to work to home) less the first 15 miles (30 miles roundtrip). Please select one of the following: YES, continue w/ THV per the below calculations and guidelines NO, discontinue THV, employee must leave vehicle at assigned station The bi-weekly payroll deduction has been calculated by computing a total roundtrip commute cost for 1 full work year, (175 days for employees working 4/10 hour days or 225 days for employees working 5/8 hour days) and then dividing by 26. The following represents your commute cost to be deducted from your bi- weekly pay in perpetuity, and will begin on BI-WEEKLY PAYROLL DEDUCTION (a) Roundtrip daily commute': Less 30 miles: (30) Sub-Total: (b) x $0.29 per mile: Sub-Total: (c) Circle 1 of the following to represent annual workdays, 175 (4/10) or 225 (5/8): x 175 or x 225 Sub-Total: (d) Divided by 26 pay periods: = Bi-weekly THV deduction EMPLOYEE SIGNATURE: DIVISION COMMANDER SIGNA NOTES: DATE: DATE: 1. Calculated from the employee's home to 645 Pierce St for employees residing beyond the 15-mile radius (GIS calculations). 2. All changes to the above such as new employee home address, change in shift schedule, etc., must immediately be forwarded to the Finance Department/ Payroll Division (using THV Pay Deduction Change Form) to amend for the subsequent pay period. 3. Employees will complete this form annually at the time of their annual evaluation. Item # 27 Attachment number 8 Pm3of4 --L- U4 POLICE DEPARTMENT To: Finance Department/Payroll Division From: Police CC: Departmental Personnel File Subject: TAKE HOME VEHICLE PAYROLL DEDUCTION CHANGE Date Please amend the THV payroll deduction for: EMPLOYEE: EMP ID: REASON: (Circle one) a) Shift Change d) Other - explain b) No longer uses THV c) New Home Address (recalculate mileage) NEW BI-WEEKLY PAYROLL DEDUCTION EFFECTIVE (a) Roundtrip daily commuter: Less 30 miles: (30) Sub-Total: (b) x $0.29 per mile: Sub-Total: (c) Circle 1 of the following to represent annual work days, 175 (4/10) or 225 (5/8): x 175 or x 225 Sub-Total: (e) Divided by 26 pay periods: = Bi-weekly THV deduction EMPLOYEE SIGNATURE: DATE: DIVISION COMMANDER SIGNATURE: DATE: NOTES: 1. Calculated from the employee's home to 645 Pierce St for employees residing beyond the 15-mile radius (GIS calculations). 2. All changes to the above such as new employee home address, change in shift schedule, etc., must immediately be forwarded to the Finance Department/ Payroll Division (using THV Pay Deduction Change Form) to amend for the subsequent pay period. Item # 27 Attachment number 8 Page 4 of 4 Prepared by: Chris Keenan, Controller Approved by: Dewey Williams, Dewey Williams Operations Bureau Item # 27 1 F a a _ .. f ti Y E I A 4 -r f r ? l 0 s? tb Page 1 of 1 Bill Jonson From: Travis Jarman Sent: Friday, March 26, 2010 11:23 AM To: BillJonsonUSA Subject: City Government and Kaizen Bill - Per our discussion yesterday. Here is the first of several articles that I will forward to you on this subject. htto://www.caoecoral.net/Government/CitvManaeer/LeanGovernment/tabid/1347/lanRuaRe/en- US/Default.aspx "The City of Cape Coral has initiated a "Lean Government" program for simplifying and streamlining various business processes. The goal is to reduce overall process times, increasing quality and lowering cost. The method establishes cross-functional "kaizen" teams of City employees who map and dissect the existing processes. They then eliminate non-value-added steps or waste. The lean approach had its origins in manufacturing but has been used successfully in government and service industries." I hope you find this information useful (and if so, I hope you'll help lead the charge there at Clearwater city hall). Travis 4/13/2010 O 0 - -- ¦ 4) - z C? N ? a, v m i !? a ??a} C> c a? CN -v c?Sf Q Lo ,? "rJ`> b R7 d' of Fi5 C E 0 o ri '.3 N .?_ o ° as nL?. co E co v C f!? ? ? O ?? ? U 4 ? 4 . cu .8 C C a- 7- L a _a w CL as ?' c= a ?" ° C Z 3 E ca c 9. i3 p [? : a $ •? c v ° "t3 I 4m . w.. E ao E wi 3333 4= 6 E In +? c 'cn E v °C ?. a CNI ?r a3 r U co (5 U ?' c`a ai c, v, ?a a ? ?? 8 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: City Organization Chart - Jonson SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 28 ?' ''q4a 1 Citizens of Clearwater City Council Attachment number 1 Page 1 of 3 City Attorney's Office City Manager City Audit I Emergency Manager I Assistant City I Manager I Assistant City Manager Equity ' Neighborhood Services L Management and Budget Services _ Librar Fnance F y -- ire Department Parks and [- H R ,ecreaton uman esources Police Department Planning Information T ec o ogy Engineering Public Services I Public Utilities Public Works Adm 391 urnciai Kecoras & Legislative Services Public Communications Customer Service conomic Development & Housing Service Gas System Marine and Aviation Solid Waste/ General Item # 28 Attachment number 1 Page 2 of 3 0 LIA 06 v City of Clearwater Organizational Chart 323 Item # 28 CIO I d ¦ V) vAi T? qqy to l ?V yy? t? v; 'J.' vz? CJ tJ d ! I OU ry w ?. G Gli r•? °vJ) G ?Y ze a =4 J , r, c5 C on f ? f I J: wl) n? J w) C G ^t: :' ce 1 0I) J V' C. J j 1 e C1J J C blJ C l J l bi) aJ Q G`. w rJ i? ".3 V' N ti 0. Y M bf) G E h yS oL ., J f^ j x -T UfJ J "<li Ca, ?J ? u cf; v w ? ,C .? CJA 1 f Cv'. ^} J Y r _ `" en M L? ,00 p Y co N it ^E W City of Corsi Springs xvi Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Clearwater Poetry Day Proclamation SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 29 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Pinellas Public Library Cooperative Appreciation Month Proclamation SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 30 Meeting Date:4/13/2010 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: National Public Works Week Proclamation SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 31