Loading...
02/03/2011City Council Agenda Location: Council Chambers - City Hall Date: 2/3/2011- 6:00 PM Welcome. We are glad to have you join us. If you wish to speak, please wait to be recognized, then state your name and address. Persons speaking before the City Council shall be limited to three (3) minutes unless otherwise noted under Public Hearings. For other than Citizens to be heard regarding items not on the Agenda, a spokesperson for a group may speak for three (3) minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten (10) minutes. Prior to the item being presented, please obtain the needed form to designate a spokesperson from the City Clerk (right-hand side of dais). Up to thirty minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using beepers, cellular telephones and other distracting devices during the meeting. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Presentations 4.1 Poppy Day Proclamation C� Attachments 4.2 Festival of Trees Mayor's Challenge Award - Joan Bates, Festival of Trees Co-Chair; Dowell Bates, Festival of Trees Co-Chair; Cathy Holland, UPARC Foundation Executive Director. � Attachments 4.3 Outback Bowl C� Attachments 4.4 Coast Guard City Designation - Kathleen Peters, Clearwater Regional Chamber of Commerce [� Attachments 5. Approval of Minutes 5.1 Approve the minutes of the January 13, 2011 City Council Meeting as submitted in written summation by the City Clerk. [� Attachments 6. Citizens to be Heard re Items Not on the Agenda Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 7.1 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1809 and 1836 Diane Drive; 2762, 2763, 2766, 2767, 2770, 2771, 2774, 2775, 2778, 2779, 2782, 2783, 2786, 2787, 2790 and 2791 Diane Terrace; 1724, 1765 and 1772 El Trinidad Drive East; 1704, 1721, 1724, 1725, 1728, 1733 and 1737 Evans Drive; 1721, 1724, 1747 and 1750 Grove Drive; 1717, 1740 and 1747 Lucas Drive; 1817 and 1831 Marilyn Drive; 1813, 1819, 1824, and 1831 Skyland Drive; 2740, 2751, 2759 and 2770 Terrace Drive; and 1704, 1721, 1729, 1737 and 1755 Thomas Drive (all parcels are located in Section O5, Township 29 South, Range 16 East) and pass Ordinances 8234-11, 8235-11 and 8236-11 on first reading. (ATA2010-09003) [� Attachments 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 8225-10 on second reading, vacating the entire alley lying within Block 1 of E.P. Meritt's Addition. [� Attachments City Manager Reports 9. Consent Agenda 9.1 Re-appoint Robert Going to a two-year term ending December 31, 2012 as a Trustee of the Clearwater Firefighters' Supplemental Trust Fund in accordance with Sec. 175.061 of the Florida State Statutes. (consent) � Attachments 9.2 Re-appoint David Hogan as the fifth Trustee to a two-year term ending December 31, 2012 on the Clearwater Firefighters' Supplemental Trust Fund in accordance with Sec. 175.061 of the Florida State Statutes. (consent) [� Attachments 9.3 Approve the extension of a Partnership and Operational Support Agreement between the City of Clearwater and City Players, Inc., to provide for an annual summer musical production at Ruth Eckerd Hall from May 4, 2011 to May 3, 2014 and authorize the appropriate officials to execute same. (consent) [� Attachments 9.4 Award a contract (Purchase Order) for $202,469.00 to Southern Sewer Equipment Sales of Ft. Pierce, FL for one Internationa14300 M7 Chassis with Tymco Mode1500X Street Sweeper, in accordance with Sec. 2.564(1)(d), Code of Ordinances - Other governmental bid; authorize lease purchase under the City's Master Lease Purchase Agreement and authorize the appropriate officials to execute same. (consent) [� Attachments 9.5 Award Bid 01-11 (Clearwater City Hall Elevator Modernization) to Delaware Elevator of Florida, Inc. of Orlando, FL in the amount of $148,678.00 for the modernization of both traction passenger elevators located at City Hall and authorize the appropriate officials to execute same. (consent) [� Attachments 9.6 Approve a contract with HDR Engineering, Inc, an Engineer of Record, in the amount of $202,842 to perform an efficiency review of the Public Utilities Department, funding to be provided out of Water and Sewer Fund unappropriated retained earnings, and authorize the appropriate officials to execute the same. (consent) [� Attachments 9.7 Award a contract to TLC Diversified of Palmetto, FL, for the East Plant Anoxic Tank Rehabilitation Project (09-0007-UT) in the amount of $1,210,727.10 for the base bid and bid alternate of $50,820.00 for a total contract value in the amount of $1,261,547.10, which is the lowest responsive bid received in accordance with plans and specifications; approve an Owner Direct Purchase (ODP) from Philadelphia Mixing Solutions, Ltd. in the amount of $331,000.00; approve Engineer of Record (EOR) work order to Jones Edmunds and Associates, Inc. in the amount of $154,300.00 for CEI, and authorize the appropriate officials to execute same. (consent) � Attachments 9.8 Ratify and confirm Change Order 4 to APAC, Southeast, Inc. of Lutz, Florida for the East Avenue Trail Connector — Turner Street to Drew Street Project (09-0023-EN) in the amount of $361,672.77 to restore the East Avenue corridor due to CSX rail and tie replacement work; replace handicap curb ramps on East Avenue to meet current ADA standards; remove the southbound turn on Cleveland StreedEast Avenue, due to converting southbound East Avenue to a bicycle trail; modify signage and add 342 calendar days to contract due to delays caused by the CSX Rail and Tie Replacement project. (consent) � Attachments 9.9 Ratify and confirm Change Order 5 and Final to Misener Marine Construction, Inc. of Tampa, Florida for the Clearwater Harbor Marina (Downtown Boatslips Project 06-0033-MA) decreasing the contract amount by $18,681.40 for a new contract total of $11,130,330.76 and approve a time extension of 113 days for a new contract completion date of August 18, 2010. [� Attachments 9.10 Re-appoint Frank Dame and Doreen DiPolito to the Community Development Board with the terms to expire February 28, 2015. � Attachments 10. Other Items on City Manager Reports 10.1 Clearwater Country Club Memberships / RFP [� Attachments Miscellaneous Reports and Items 11. Other Council Action 11.1 One Bay Resolution � Attachments 11.2 Environmental Advisory Board Recommendation Concerning Dune Protection and Enforcement on Clearwater Beach. � Attachments 12. Closing Comments by Mayor 13. Adjourn City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Poppy Day Proclamation SUMMARY: Review Approval: Meeting Date:2/3/2011 Cover Memo Item # 1 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Festival of Trees Mayor's Challenge Award - Joan Bates, Festival of Trees Co-Chair; Dowell Bates, Festival of Trees Co-Chair; Cathy Holland, UPARC Foundation Executive Director. SUMMARY: Review Approval: Cover Memo Item # 2 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Outback Bowl SUMMARY: Review Approval: Meeting Date:2/3/2011 Cover Memo Item # 3 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Coast Guard City Designation - Kathleen Peters, Clearwater Regional Chamber of Commerce SUMMARY: Review Approval: 1) Clerk Meeting Date:2/3/2011 Cover Memo Item # 4 City Council Agenda Council Chambers - City Hall Meeting Date:2/3/2011 SUBJECT / RECOMMENDATION: Approve the minutes of the January 13, 2011 City Council Meeting as submitted in written summation by the City Clerk. SUMMARY: Review Approval: Cover Memo Item # 5 Attachment number 1 Page 1 of 14 CITY COUNCIL MEETING MINUTES CITY OF CLEARWATER January 13, 2011 Present: Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson, and Councilmember Bill Jonson. Also William B. Horne - City Manager, Jill S. Silverboard - Assistant City Manager, present: Rod Irwin - Assistant City Manager, Pamela K. Akin - City Attorney, Rosemarie Call - City Clerk, and Patricia O. Sullivan - Board Reporter. Unapproved To provide continuity for research, items are in agenda order although not necessarily discussed in that order. �,, i � �� i ��� � The meeting was called to at 6:00 p.m. at City Hall. .i � ""* ,.� i * � .•, ..�•- *; � �:� * * ��. • 4. Presentations - Given . . �, � � One service award was presented to a city employee. The January 2011 Employee of the Month award was presented to Charles Lawrence, Solid Waste/General Services. � :•! � - ' •• � � � . . : � Jim Bigham of Bottlenose Productions/Alcon Entertainment thanked the city and staff for their support in the filming of "Dolphin Tale." Counci12011-01-13 Item #15 Attachment number 1 Page 2 of 14 i i� �!! """" i� � Appreciation was expressed and plaques were presented to: Frank and Diane Ingram; Elmer Luoma, representing Countryside Kiwanis; Lilly Hart and Doug Walchli, representing TJ Maxx Store 235; Judy Betourne and Magge Barber with Those Two Girls Estate Sales; and Kay Skelton, representing Kiwanis Club of Springtime City. Philip and Nancy Currey were not present and will receive their award later. 5. Approval of Minutes 5.1 Approve the minutes of the December 16 , 2010 City Council Meetinq as submitted in written summation bv the Citv Clerk. Councilmember Bill Jonson moved to approve the minutes of the December 16, 2010 City Council Meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. • , ,� �„ *� � * , i � * � �* �� Tom Nocera said the federal government is reducing permitted fluoride levels and requested to meet with a Councilmember regarding the dangers associated with public water fluoridation. Blaine Enderle requested the City to amend its reclaimed water fee structure to treat all residents equally. Scott Bitman said he and his architect met with staff regarding allowable uses at his business location and that city rules and regulations are unjust. Jay Keyes invited residents to attend next week's roast of Anne Garris at the Sheraton Sand Key. Public Hearings - Not before 6:00 PM 7 - Administrative Public Hearings 7.1 Approve a Development Aqreement between Sea Captain, a Florida General Partnership (the property owner) and the City of Clearwater, providinq for the allocation of 53 units from the Hotel Density Reserve established in Beach by Desiqn, adopt Resolution 11-01, and authorize the appropriate officials to execute same. The total 0.829-acre parcel is located on the north side of Devon Drive, approximately 150 feet east of Coronado Drive. Counci12011-01-13 Item #� Attachment number 1 Page 3 of 14 The majority of the subject property (0.659 acre) is zoned Tourist (T) District, but the eastern portion (0.17 acre) of the subject property north of the adjacent detached dwelling at 94 Devon Drive is zoned Low Medium Density Residential (LMDR) District and is not part of Beach by Design. The subject site has approximately 175 feet of frontage along Devon Drive. The subject property is currently developed with a 27-room motel. The proposal is for an overnight accommodation use (hotel) of 85 rooms (128.98 rooms/acre on the acreage zoned Tourist (T) District, including the allocation of 53 units from the Hotel Density Reserve), approximately 7,986 square feet of accessory uses to the hotel and a height of 75.25 feet (to top of roof deck). The proposed hotel and its accessory uses are located solely within the area zoned Tourist (T) District (only the retention area is located with the area zoned Low Medium Density Residential [LMDR] District) and the calculations for density and impervious surFace ratio are based upon only the land area zoned Tourist (T) District. On December 21, 2010, the Community Development Board (CDB) approved with 18 conditions of approval a Flexible Development application for the construction of an 85-room hotel with associated amenities (FLD2010-08004). The proposal is in compliance with the standards for development agreements, is consistent with the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by Design. The proposed Development Agreement will be in effect for a period not to exceed ten (10) years, meets the criteria for the allocation of units from the Hotel Density Reserve under Beach by Design and includes the following main provisions: Provides for the allocation of 53 units from the Hotel Density Reserve; Requires the developer to obtain building permits and certificates of occupancy in accordance with Community Development Code (CDC) Section 4-407; Requires the return of any hotel unit obtained from the Hotel Density Reserve that is not constructed; For units allocated from the Hotel Density Reserve, prohibits the conversion of any hotel unit to a residential use and requires the recording of a covenant restricting use of such hotel units to overnight accommodation usage; and Requires a legally enforceable mandatory evacuation/closure covenant that the hotel will be closed as soon as practicable after a hurricane watch that includes Counci12011-01-13 Item #� Attachment number 1 Page 4 of 14 Clearwater Beach is posted by the National Hurricane Center. The Community Development Board reviewed this Development Agreement application at its public hearing on December 21, 2010, and unanimously recommended approval of the application (DVA2010-08001). The City Attorney said the amendment to page 3 of the Development Agreement adds omitted language included in the agenda item regarding approximately 7,986 square-feet of accessory uses. Planning Director Michael Delk said the site plan indicates less than 10% of the building will be used for accessory uses. In response to questions, applicant representative Steve Fowler said the seawall would be rebuilt; any damage caused to neighboring seawalls during this construction will be repaired. The owner determined that 85 rooms would be sufficient as the property attracts extended stays and anticipated maximum staffing of eight. The building's design features a mural on the south fa�ade; a City advisory board will approve the art. Mr. Fowler said accessory uses are for hotel guests and include a fitness center, meeting rooms, banquet facility for small receptions, and a sun deck. In response to questions, property owner ponald Eifert said he plans to operate the hotel. He said financing the project is in the talking stage. Three residents spoke in support of the development agreement. Concern was expressed that Beach by Design and Hotel Density Reserve requirements for traffic studies need to be consistent. Mr. Delk said Hotel Density Reserve development limits were based on exhaustive area traffic studies that analyzed mainland access and determined capacities and LOS (Levels of Service). Councilmember Cretekos moved to amend Item 7.1 to prohibit outdoor music or amplified sound after 11:00 p.m. on Sundays through Thursdays and after 12:00 midnight on Fridays and Saturdays. The motion was duly seconded. Mr. Fowler said the property owner agreed to the condition. Upon the vote being taken, the motion carried unanimously. Councilmember George N. Cretekos moved to approve Item 7.1 as amended. The motion was duly seconded and carried unanimously. Resolution 11-01 was presented as amended and read by title only. Councilmember Paul Gibson moved to adopt Resolution 11-01 as amended. Counci12011-01-13 Item #� Attachment number 1 Page 5 of 14 The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. 8. Second Readings - Public Hearing : �^ � � +1 � � �, : 1 � ^^ ; � • ^^ . • * *, - - - , '' - � : � � ' ^^ �, � � � Ordinance 8225-10 was presented and read by title only. Councilmember Bill Jonson moved to adopt Ordinance 8225-10 on second and final reading. The motion was duly seconded. Two individuals spoke in opposition. It was requested that staff determine if this action obstructs access to neighboring properties. The motion to adopt was withdrawn. Councilmember Paul Gibson moved to continue Item 8.1 to February 3, 2011. The motion was duly seconded and carried unanimously. : �^ � � +1 � ; • : � � � � ^^ . � * ^^ � � • ^^ � � ^^ � i � • ^^ � . • � ^^ . - � ♦ � � ♦ � ^^ � � � � � """ """ � '" � � • • � """ *+ • � *^ � � i i i � """ """ ; # '" � ,,, * ,,, ,,, � ,,, ,,, � � � ,,, ,,, � ,,, ,,, ,,, �; * "" ♦ � "" � , � # � ! i ; � � ! f "" "" �:' "" � i "" ♦ "" i "" "" # ♦ "" ♦ , . . . �, Ordinance 8226-11 was presented and read by title only. Councilmember Bill Jonson moved to adopt Ordinance 8226-11 on second and final reading. The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. Counci12011-01-13 Item #� Attachment number 1 Page 6 of 14 i �" � i ! � ',: • '" � � � i "" i ' # "" �r • ! "" � "" "" �, ' ! i ! """ ! "" ♦ i i "" • (1 "" i � ' "" � � ,# "" "" ! "" i ♦ i ; "" � "" * "" * "" � "" � i i # "" i "" i # "" +� i • i1 i , Ordinance 8228-10 was presented and read by title only. Vice Mayor John Doran moved to adopt Ordinance 8228-10 on second and final reading. The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. : � �^ � � +1 � � �, : • 1, � � � � ^^ . • � ^^ � * ^� � ^^ rl . w w w � ,w � *, w w , w 4 � ,, w � ; � � w ,w � - � ,w � � � w w* � i�"", i "" ♦i i "" w!� ' !�' �, �i� *"" *� ' "" i i "" i i "" * ,, "" �' '� � *^ � ! �r Ordinance 8229-10 was presented and read by title only. Councilmember George N. Cretekos moved to adopt Ordinance 8229-10 on second and final reading. The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. : � � � ♦ � • - : 1 1 � - • • . , � ,� . * ,� . � ,� �, � �, � � +� - . +► � +► �^ r - +► � � - , � � - .1 - � � � a, �, ♦ i "" E • i "" � "" ♦ "" � ; *" * � *" �r ,� * ,� � �r Ordinance 8230-10 was presented and read by title only. Councilmember Paul Gibson moved to adopt Ordinance 8230-10 on second and final reading. The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. Counci12011-01-13 Item #F5 Attachment number 1 Page 7 of 14 City Manager Reports i;;, . ��* �� 9.1 Declare list of vehicles and equipment surplus to the needs of the City, authorize disposal throuqh sale to the hiqhest bidder at the Tampa Machinery Auction, Tampa, Florida, and authorize the appropriate officials to execute same. (consent) 9.2 Aqqrove the Award of Bid 05-11 (Installation of Gas Mains. Service Lines and House Pipinq at Various Locations) in the total amount of $1,048,550, approve a Purchase Order in the amount of $939,050 for the installation of qas mains and service lines at various locations to Florida Gas and Electric Corporation for the period February 1, 2011 to January 31, 2012, and authorize the appropriate officials to execute same. (consent) 9.3 Approve Supplemental Aqreement 5, in the amount of $368,050, and Supplemental Aqreement 6, in the amount of $53,390, with Arcadis U.S., Inc. for the treatment of contaminated soils located at the Former Manufactured Gas Plant site and authorize the appropriate officials to execute same. (consent) 9.4 Approve amendment to lease aqreement with Matt Loder, owner of Clearwater Beach Seafood, Inc., d/b/a Crabby Bills, addinq four years to the term of the aqreement in exchanqe for upqrades and modifications to the premises, with substantial completion of such upqrades and modifications by Auqust 1, 2011 and a certificate of occupancy issued or a final inspection conducted (whichever is applicable) no later than one year from the execution date of this amendment; otherwise, the extension will be void; and authorize the appropriate officials to execute same. (consent) 9.5 Authorize establishinq Capital Improvement Project 315-94854, Multi Plane Hanqars, to construct new multi plane hanqar(s) at the Clearwater Airpark. consent 9.6 Approve a memorandum of aareement between the Pinellas Countv Health Department (PCHD and City of Clearwater, from February 1, 2011 to June 30, 2011, to provide fundinq and staff for various health department initiatives sponsored by a federal qrant entitled Communities Puttinq Prevention To Work (CPPW); establish a new Special Proqram (181-99869) entitled Prevention and Public Heath PCHD, for an amount not to exceed $35,185 for the period of this aqreement; approve the addition of one full-time specialist position to be funded bv PCHD; authorize the City Manaqer or his desiqnee to extend the aqreement for an additional 15 months from Julv 1. 2011 to Seqtember 29. 2012: and authorize the appropriate officials to execute same. (consent� 9.7 Re-aqqoint C. William Renfroe to the Board of Trustees. Clearwater Police Supplementary Pension Fund, with a term expirinq February 1, 2013. (consent� 9.8 Award a contract (Purchase Order) to Rush Truck Center of Tampa, FL for one Peterbilt Model 320 with Labrie 29 Yard Automated Side Loader and Compressed Natural Gas Enqine, in the amount of $259,112.00, in accordance with Sec. 2.56(11(dl. Code of Ordinances - Other aovernmental bid: authorize lease Counci12011-01-13 Item #'T Attachment number 1 Page 8 of 14 purchase under the city's Master Lease Purchase Aqreement and authorize the appropriate officials to execute same. (consent) 9.9 Approve Consent Order Aqreement (OGC File 10-2683) with the Florida Department of Environmental Protection (FDEP) with a maximum settlement fee of $42,940, for the Marshall Street Advanced Wastewater Treatment Facility (AWWTF), and authorize the appropriate officials to execute the same. (consent) 9.10 Award a contract to R. Cobb Construction Company, Inc., of Clearwater, FL, in the amount of $119,083.14, which is the lowest responsive bid in accordance with the plans and specifications, for the construction of the 2401 Drew Street Storm Drainaqe Improvements Proiect; and authorize the appropriate officials to execute same. (consent� 9.11 Award a contract to Clark Hunt Construction of Clearwater, FL, in the amount of $147,096.15, which is the lowest responsive bid, for removal and replacement of approximately 185 linear feet of 54-inch reinforced concrete pipe, proposed headwalls and 208 linear feet of 8-inch sanitary sewer, and authorize the appropriate officials to execute same. (consent) 9.12 Award a contract for Lift Stations 26 and 74 Rehabilitation Project (08-0050-UT, to TLC Diversified, Incorporated of Palmetto, Florida in the amount of $414,942.00, which is the lowest responsive bid received in accordance with plans and specifications, and authorize the appropriate officials to execute same. (consent) 9.13 Ratifv and Confirm Chanae Order 6 and Final to Caladesi Construction Comqanv of Larqo, FL, for the Lake Bellevue Branch 6A Stormwater Manaqement Proiect (03-0030-EN) in the amount of $128,153.16 and add 107 days to the contract. consent 9.14 Reappoint Tim Traqer to the Marine Advisory Board with term to expire March 31, 2015. 9.15 Approve a settlement aqreement settlinq the case of Pierce 100, Inc., et al. v. City of Clearwater, Case 07-013950-CI-15. (consent) Vice Mayor John Doran moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 10. Other Items on City Manager Reports 1 �♦� • - . �; � .�. *�. � . . * . .. . � � � �, � - ^^ ^^ � ^^ . • ^^ ' ^^ � � ^^ � • ; � ^^ ♦ ^^ � i �� i � � �, ^^ � - - ♦ � - - � ♦� : � � � - '� � - � -. ^^ •�r► '^^ � � 1 • � ; � � - ♦ ♦ � � - � . � . . �, �, • -. . - •- • • • - •-. . • .• . - •• • • � 1 1 - ' - �, Attachment number 1 Page 9 of 14 various right-of-way areas of the following State Roads, within the City of Clearwater: SR 651, Court Street Median SR 595, North Fort Harrison Avenue SR 60, Gulf to Bay Boulevard/Courtney Campbell Causeway SR 60, Pierce Boulevard SR 60, Court Street Triangle SR 55, US 19 and SR 60 SR 55, US 19 and Drew Street SR 60, Memorial Causeway The above referenced areas have been landscaped and maintained by the City under previously approved Agreements with FDOT (Florida Department of Transportation). Under FP 429468-2-58-0, FDOT has allocated funds for fiscal years 2011 through 2014 for such improvements. FDOT is authorized pursuant to Section 334.0444, Florida Statues, to reimburse the City for eligible expenditures. The maximum reimbursement for landscape of the referenced projects will be $100,000.00 per year based on availability of funding. Upon installation of said improvements, the City will agree to maintain those improvements in accordance with the provisions of the Agreement. The revitalization and landscape enhancements in these highly visible roadways will leave a positive impression on visitors and residents alike. Parks and Recreation has reviewed this agreement and determined that no additional maintenance costs will be incurred as they already maintain these areas and the new plant materials will have low maintenance requirements. Councilmember Bill Jonson moved to approve a Highway Landscape Reimbursement and Maintenance Memorandum of Agreement for Multiyear Citywide Rehabilitation with the Florida Department of Transportation, District Seven, for aesthetic improvements to portions of various State Roads within the city limits of Clearwater. The motion was duly seconded and carried unanimously. Resolution 10-29 was presented and read by title only. Vice Mayor John Doran moved to adopt Resolution 10-29. The motion was duly seconded and upon roll call, the vote was: "Ayes": Mayor Frank Hibbard, Vice Mayor John Doran, Councilmember George N. Cretekos, Councilmember Paul Gibson and Councilmember Bill Jonson. "Nays": None. Counci12011-01-13 Item #$ Attachment number 1 Page 10 of 14 � �" ! ! i ! "" "" � "" * "" i� • i �t i • i "" "" * "" � i ,,, � ,,, * ,,, ,,, � � � Councilmember Jonson moved to appoint Kim Kenda. The motion was duly seconded. Councilmember Jonson voted "Aye"; Councilmembers Doran, Gibson, and Cretekos and Mayor Hibbard voted "Nay." Motion failed. Councilmember Cretekos moved to appoint Barbara Ann Murphey. The motion was duly seconded and carried unanimously. 1 ' � • ^^ • ^^ � � � ♦ � � . . *� . � � The City Charter requires a Charter Review Committee be appointed at least every five years, appointments to be made in January preceding an election. The Charter also requires there be at least 10 members, all of whom must be Clearwater residents. At the time of appointment, the Council provides direction to the Committee regarding items the Council would like the committee to consider. Discussion ensued with a recommendation that the committee enforce attendance requirements. In response to a concern that expense stipends are taxable, it was noted that processing expense reports is time consuming. In response to a concern that the Coachman Park bandstand may need to be relocated, the City Attorney will report on the City's ability to move the bandstand after the Harborview Center is razed. The City Council directed the Charter Review Committee to review all Charter restrictions for relevancy and to consider providing expense stipends to Councilmembers, expanding the requirement to live in the City to Assistant City Managers, Police Chief, and Fire Chief, increasing time between Charter Reviews, and extending term limits to 3 terms. Consensus was to appoint Norma R. Carlough, Chester "Bud" Elias, Nicholas Fritsch, Jack J. Geller, Cyndie Goudeau, Keith W. Protonentis, Ana S. Tuzzo, Donald van Weezel, Stan Vittetoe, Howard Warshauer, Sarah Weber, Douglas J. Williams, and Olin Wright. Counci12011-01-13 Item �(� Attachment number 1 Page 11 of 14 Miscellaneous Reports and Items 11. City Manager Verbal Reports � * � "" � "" � "" �1 ♦ • ! ,,, ,,, �, , ,,, � ,,, i� � a, ,,, * i • ,,, ;,, ,,, ,,, ,,, ,,, ,,, ! i ! i I ,,, i� !' i ! "" ' i �k � i i f i # # � i # ,,, ;,, � ,,, ;,, ,,, ! i i i ; "" "" ♦ "" The Clearwater Marine Aquarium (CMA) submitted a letter to the city manager requesting Council approval of a subordination agreement in favor of BB&T as mortgage lender to CMA. The letter and exhibits are attached. At the October 21, 2010 Council meeting the CMA requested modification to the city reverter, which would allow the CMA to mortgage the portion of the property on which the city has a reverter in an amount not to exceed $1,500,000. Council approved that request. Subsequently, as a result of negotiations between CMA and BB&T, BB&T is requesting that the city agree to subordinate its reverter interest to up to $8.6 million dollar loan. The subordination agreement is not yet drafted and would be subject to negotiation. If Council approves the concept, the Agreement and an amendment to the reverter would be brought back to Council for approval. The subordination Agreement would provide, among other things that: The City Council approve the subordination of its reverter rights applicable to Parcel 1 to BB&T mortgage of $8,600,000. In return for the City's subordination, BB&T will provide the City with the right of first refusal to acquire its first mortgage position and/or title, if applicable, to Parcels 1, 2 and 3, should the City elect to exercise its reverter rights by paying off the existing indebtedness in the event of the Aquarium's default or demise. In addition, the subordination agreement will include provisions preventing additional loans secured by these parcels and will include prohibitions on the replenishment of the debt as the outstanding balance is paid down, absent City approval. (The $8,600,000 loan is at a 1.79% interest rate, twenty-year amortization, with a ten-year balloon). The City will have no obligation to purchase the mortgage, nor is the City guaranteeing any debt. Should the Aquarium fail and/or default on the outstanding indebtedness, and BB&T pursues its mortgage rights, the City would have the option to either obtain control of the entire CMA campus (all Parcels) in return for payment of the then existing debt balance, or waive this option, with BB&T then able to proceed with foreclosure on the Parcels. Counci12011-01-13 Item �15 Attachment number 1 Page 12 of 14 It is important to note that the project as contemplated by CMA has not yet been through the development review process. They contemplate submitting an application by the February 1 deadline for the community development Board meeting in April. The City Attorney said if directed, staff would negotiate a modification to the reverter provision. The change will not obligate future City Councils to spend money, but will provide the City the opportunity to pay off the remaining loan should the aquarium default. Nathan Hightower, representing CMA (Clearwater Marine Aquarium), urged approval. He hoped such a default would never occur. Discussion ensued with comments that the City Council does not want to consider any additional CMA requests, the City is betting on the success of the aquarium and movie, and the aquarium cannot meet visitor expectations without expansion. Councilmember George N. Cretekos moved to direct staff to negotiate modification to the agreement between the City and CMA to subordinate the City's reverter interest in a portion of the CMA property to $8.6 million bond financing and modify the existing reverter provision to reflect same. The motion was duly seconded and carried unanimously. 12. Other Council Action ♦ � ^^ • . � ^^ - • � ^^ : * • ' • � � ^^ � - �► - • � In response to questions, Traffic Operations Manager Paul Bertels said the Drew Street/ Bayshore Boulevard intersection works well and can handle additional traffic should the County close eastbound Drew Street at McMullen-Booth Road. The County has determined its project will improve traffic flow on McMullen-Booth Road: 1) add southbound right turn lane from McMullen-Booth Road onto Drew Street; 2) provide two left turn lanes off northbound McMullen-Booth Road onto Drew Street; and 3) add third eastbound left turn lane to Drew Street onto northbound McMullen-Booth Road. The northern crosswalk across McMullen-Booth Road will be removed and pedestrians directed to the nearby overpass. He recommended the County evaluate improvements after these phases are completed before blocking westbound Drew Street traffic. If improvements are inadequate, it would not be difficult to reconfigure the intersection. McMullen-Booth Road always will experience problems during certain times. Upgrades to the McMullen-Booth Road/ SR 590 intersection are complete and work well. Ten individuals spoke in opposition to blocking westbound Drew Street traffic. Counci12011-01-13 Item �� Attachment number 1 Page 13 of 14 Discussion ensued with support expressed for phasing in intersection changes before Drew Street is blocked. Councilmember poran moved for the City Manager to submit a letter to the Pinellas County Board of County Commissioners recommending that intersection changes be done in phases. The motion was duly seconded. It was recommended that the letter come from the City Council. Concern was expressed that few residents are aware of these County plans. Councilmember poran withdrew his motion. The seconder agreed. Councilmember Cretekos moved for staff to draft a letter to the Pinellas County Board of County Commissioners for the Mayor's signature recommending that changes to the Drew Street / McMullen-Booth Road intersection be done in phases. The motion was duly seconded and carried unanimously. The City Council recessed from 8:06 to 8:14 p.m. . . . ,��;- In response to a question, Police Chief Tony Holloway said forFeiture funds can only be used one time for this purpose. The Police Department also pays for Student Resource Officers from this fund. Councilmember Bill Jonson moved to direct staff to use $50,000 in forFeiture funds for Pinellas Safe Harbor. The motion was duly seconded and carried unanimously. "�""� � !� � .� • Marine and Aviation Director Bill Morris said the first word in the name should be easy to search on line and reviewed some suggestions. Discussion ensued with comments that few boaters know the boat slips are downtown. It was felt the boat slips can be referred to as a marina as the beach fuel dock is nearby. Councilmember George N. Cretekos moved to rename the Downtown Boat Slips to Moorings at Clearwater Harbor. The motion failed for lack of second. Counci12011-01-13 Item �� Attachment number 1 Page 14 of 14 Councilmember Paul Gibson moved to rename the Downtown Boat Slips to Clearwater Harbor Marina. The motion was duly seconded. Concern was expressed that the name is boring. It was suggested the name mention Coachman Park. Upon the vote being taken, the motion carried unanimously. 12. Closing Comments by Mayor Mayor Frank Hibbard said the tragedy in Arizona reminds all to voice opinions sensibly and quietly. 13. Adjourn The meeting was adjourned at 8:47 p.m. Mayor City of Clearwater Attest City Clerk Counci12011-01-13 Item �� City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1809 and 1836 Diane Drive; 2762, 2763, 2766, 2767, 2770, 2771, 2774, 2775, 2778, 2779, 2782, 2783, 2786, 2787, 2790 and 2791 Diane Terrace; 1724, 1765 and 1772 El Trinidad Drive East; 1704, 1721, 1724, 1725, 1728, 1733 and 1737 Evans Drive; 1721, 1724, 1747 and 1750 Grove Drive; 1717, 1740 and 1747 Lucas Drive; 1817 and 1831 Marilyn Drive; 1813, 1819, 1824, and 1831 Skyland Drive; 2740, 2751, 2759 and 2770 Terrace Drive; and 1704, 1721, 1729, 1737 and 1755 Thomas Drive (all parcels are located in Section O5, Township 29 South, Range 16 East) and pass Ordinances 8234-11, 8235-11 and 8236-11 on first reading. (ATA2010-09003) SUMMARY: The City of Clearwater Planning and Development Department has identified an area within the Clearwater Planning Area with a large concentration of properties with Agreements to Annex (ATAs) that are eligible for annexation. These properties are located east of U.S. Highway 19, north of S.R 590 and south of South Drive. Subdivisions in this area include Virginia Grove Terrace, Diane Heights and Carlton Terrace. The Department has identified 189 properties in this area that could be annexed through a phased approach over the next several years. This application, which has been identified as Phase B of the overall annexation project, includes 50 of the 189 properties. Current or previous owners of these properties entered into ATAs between 1983 and 2005 to obtain sanitary sewer service. The Planning and Development Department is initiating this project to bring the properties into the City's jurisdiction in compliance with the terms and conditions set forth in the agreements. The Phase B properties are occupied by 49 detached dwellings on 10.37 acres of land. It is proposed that the abutting Diane Terrace right-of-way not currently within the city limits also be annexed. It is proposed that the 50 properties be assigned a future land use map designation of Residential Low (RL). A major drainage ditch traverses five of these properties (2740 and 2770 Terrace Drive and 1704, 1724 and 1728 Evans Drive) for which the Drainage Feature Overlay designation is proposed consistent with the ditch boundaries. It is proposed that all parcels be assigned the zoning designation of Low Medium Density Residential (LMDR) District. The Planning and Development Department has determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: The properties currently receive sanitary sewer service from the City and water service from Pinellas County. Collection of solid waste will be provided by the City. The properties are located within Police District III and service will be administered through the district headquarters located at 2851 N. McMullen Booth Road. Fire and emergency medical services will be provided to these properties by Station 48 located at 1700 Belcher Road. The City has adequate capacity to serve the properties with solid waste, police, fire and EMS service. Water service will continue to be provided by Pinellas County. The proposed annexations will not have an adverse effect on public facility levels of service; and The proposed annexation is consistent with and promotes the following objectives and policy of the Clearwater Comprehensive Plan: Cover Memo Policy A.7.1.3: Invoke agreements to annex where properties located within enclaves meet the contlfem # 6 requirements of Florida Statutes Chapter 171. 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. The proposed Residential Low (RL) and Drainage Feature Overlay Future Land Use Map categories are consistent with the current Countywide Plan designation of the properties. The Residential Low (RL) designation primarily permits residential uses at a density of 5.0 units per acre. The Drainage Feature Overlay category proposed to be applied to five properties (2740 and 2770 Terrace Drive and 1704, 1724 and 1728 Evans Drive) recognizes the drainage feature on the property but does not impact development potential. The proposed zoning district to be assigned to the properties is the Low Medium Density Residential (LMDR) District. The uses of the subject properties are consistent with the uses allowed in the Low Medium Density Residential (LMDR) District. All of the properties meet the minimum dimensional requirements of the Low Medium Density Residential (LMDR) District; therefore, the proposed annexation is consistent with the Countywide Plan, Clearwater Comprehensive Plan, and Clearwater Community Development Code; and The properties proposed for annexation are contiguous to existing City boundaries along at least one property boundary; therefore, the annexations are consistent with Florida Statutes Chapter 171.044. Review Approval: Cover Memo Item # 6 Attachment number 1 Page 1 of 16 � g a; � � ._..m � u.t �� �� HAAS;n AVEd* �� � �Z ��� � �,�_� � O � � , w,a � � ` � �w'.,.e R p ,� Q � �� � � � � [ � . �2m � � SUNSET POINT RD CR-576 ��g ��� � 4� ���3 m'� � g ,m.�. Sf�{J`l"H d �� � � � . - rr� j '� WQOpRING Q � : ql � � � , [Y � ' : � � � II�� � O �, � � � , �, IDIANE TER j �, � ;�_ � �n � �� � � � � � ' + � �—�_—"� ,� � Z � � •. �. � . � �. a' Q � � r ��4., '*`oN,� � (� . Q ; r � � ° � f� �: ��/lORN7NGSkDE p ym�� � ��, ���,, PROJECT ,W,w,44 ,�4 a�� �� ..m�,����.��..n, �4 ���f`�RRA��`���� : TERRA ta-�� ��4 ` � �,;, SITE tl ,� �.aff; f . _.. �"'� W M��� N � �a� �� � � � � 1 � � � -� � � � O � � �� Q " �" � Q � � � �:- � ° � � 2 " d "- " "_ � p �� ~ � BLV� °' 0 j � � � � � � Q. E c� � ",,1 � `" ,. e ' o � N � � a_ � 1 � � �a �x s STAG �� � � � � � � '1� 16� �� M y .� � L � � p � > r : � � 'r d �,,,a �� � 5 O � � � �. o �� �' r'.+ � r� � �s, � �� � `v �JC?�H� � � 1 1 n � � � ,we � � � Y � II �, � . �i W � � ��O ��P �P,G ��G Owner MULTIPLE OWNERS $If@ From To: w,,,� o, �,x y, ,�� �,.. , v �=e SR-590 � ', � &, � �� � �p� I � � � � KUMQ1JRT DR Eu � � "- L � ,� i � � 44� � J, v� �p � �j � ,� m z q —' SHAD��GK �Fi:� � �� � � �„ �, �,� k " � . � q ' , � � � �� � � , `� � . R� .;' LOCATION MAP Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 Attachment number 1 Page 2 of 16 Owner MULTIPLE OWNERS $If@ From To: AERIAL MAP Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 Attachment number 1 Page 3 of 16 �- , "+Y,• : � " WOOQRNI�G DR � p . . O �.�.�. w aa �m:y�1 � � � �� � � � � -' � � � � `� 1836 . � . � c�v N `�' '�, y"�, DiANE %ER ` _ O. ` �; � 1831 . �4 9831 n�O. c�'c Q n,. t�,, = _ O Q � . � � � � � � N �'s+� ;� � �' � 182 O � � � :• � 817 't819 . . � .. . ' � � � �� � .. �8t3 �. 180J Q. �: , O _ ; ,': O : i ` ' �; ' MIiRMIlWGS1QE DR � ': _ , ' . �' : ;: c. o ,. n: rR. N TERRACE DR `� �` ' TERRACE. DR r�. n 1772 � � ` 9'7�55. O I � Q i 175d 76� ` z Q: , 1747 ; � ` 9747 W 97�40 �`p � �737. � 173i : � � � � 1733. � a O �� . W Q � W ���s � ,�zs � � � � 17�4 1�25 � 1724 � � Q � 1721 � 1721: 1721 w — V O 1717 � O Q k 1704 tY � 97b4 k, V W y SR 590 Owner MULTIPLE OWNERS $If@ From To: PROPOSED ANNEXATION Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 � y�f� a�, � ,� �,�� � 1 � ����� ,�€.s�;s,frrixe�<�s�¢�.�,;w�� s�t:�r�e,c�U��au��;c�.� �`.""��'�rcnzaiw,aa�^s�.0 uu�§anm,�'u�s��:ts�v?aa�s'�°` .. p s � i�itoclQRin� .r7 a� ��'�'� 0 � ��?rts � ts�,�sz,��` '�t�ti�s,��¢ � ��S:wtmm�> a tf�to-�wa � �aa.,s'�*�m�'� a�� � �" � �� ! u � � �, � � t � � � '� ; � t ` � [� 4831 ��;i i'��p ��r� � � t ; �� �� . � �, „�;-�� n� 'Sn%h�i C�S;�YtdtWS1� ',��ee,",tt�E:,S:�iS P.ritl4„R'^MR%Y�: : 6����5,1�*.,'Yb;i�Y ��n . . � �� Attachment number 1 Page 4 of 16 ��,s�°'� ; �'� �� ; ;� � . ��,. ' � , t ri; � : �� � � � /_ ` .. �r � . � t�p . �" ' �. � r? � ; Q��l � � � ti � � A A `'`� H 1836 ; �����.�' �� � m�f� ���� y : �b�;� � DIAN�`N t�'�'�' �Ryg� . _ ' � ^ �V � R�� � [rf�n{ROICF 1 f .. r. r� . r.: n, � —�i9o� � � � ,_ � $ � c� sv cv �V .' �s+ �� � 182 �O � � � 817 � �'t819 �� `� � �* ` � ; ��8t3 �� 4$09 �'c�. �� � �Q � L � '� � � � � o: � �r o f �. � �� � f. 3` f \"a4tifl?.�21.1. \1.4.c1Yin'ea,Yr#� UIR."':'x�.1FS�\YC.S ,`�.i`.f,'s.'c����.� FN`G,\Q"tt?x`kdN`kCf�;fiAkK4S'� �� Fi•.'�`"`.dik�lF.e.k � fd��.,� _��i� � �' MORNIIWGSIDE DR ��`�` "` ��'��� �"��"�� �,�-sv��n�, m-�,�t es«.�,:a�rss^,ti�z ws-��nr�u�?tS'�.�v t�um�uw�v�,c�mt�'��ur�a� ��, i�.tt,tiu�, 'a�mie�»�.�a�uu�; �� �vsr� °s���mw�aq�,am �u%�Fa� ��.cv,;i�mtrs+k„�r�z,eav.'�`�amv �aa�ae��s� *:,„� mss;� t«� r��� ��, � ,� � � ���� '��� ....... �_, �. �� �..�.��+irun��i. £. �.s��s� ���wz�,��';z�,u. �t�rnw��sm�.� r�tsu�� �-� g�a�� ��w ��1� :��w � � ,�ior �vv>a��a a.;a�.z�: �-.. �a ��� ������� na;rr,e�, �n�iipt�a�;.�,t amd�- �;�;va�a`��r- �:ta ���—�aw��.�u¢mnm,�ra �w.�a?� r� te��:�z€��r� ;�,wt���z�� �^"�-us.us.;}.�a� � �� ��� ��, �.� Q �� �t��.�.^�:^'�ti ^rt^o-trrt�trt�t�.:�;� �,�.��,�.t�,�.��.,�.��.,�:��,c��,�.��.��,�.t�,�.��,�F.,�..y"ts������ � - � � ` 1� �RRA�E DR � ;� � � - , ��������;,A�, ��� a�������,��� � : nR���� �,�������� �� �i �������� . �} ti��� ,:�e�� y�, a�a;� e� r � t �E%�i��i �r E ��� .- . , �' . � � �y �Ye �-� � �:�`rea�n re�a� ��at��a� �a�sex�um�w?�n����!a -_ �����i iwi� � �� �i�i� � p�� � ����� � � w-l�-ki �v ;r�,� � �`� `� � ' � � � �'+ � - l �r.i n � : � 177� � , �c sa� � � � � : , � � � r3 � l7�55 � � � ����p�� • � � h O � � �,,' J � � z �. �Q'� 175d � 76� � � >> �: �� �1747 : �� ` �9747. � � � � � �� � �cW�. 97�40 ;S`O. ` � i ? ` �` t� : � _� �� � � s�f� � �` �'� � ,.��737�. �{��173T �� � ,� � FO' �_{"�'�S -:� � .� � . ��J�.� �O� av' � �� � ;�; , kd'.Re.kkkkt'k-��. J�. �` �•�• � � Z ,�� �sW�— ����s� �� � � � , �,�zs �� � ; � � :.: � CI � �:17�4 � 1 �25�.�� � � : � � �172� � �+ �� 7 � ��Y� � Q�, � � W � �� � ` � ��-�1'�1�� � � ` Q : • � � 1721 � � � � 1721 1721. w , U� � � . , . � � � � � nJ� � � ��,—.,-,-•. � �� : � 1717 ! , . : �� � � Y � � ,' .� s..� .�� � � � 1704# -� � 4 � � ?� .� � � �'' � � 97b4 � � � � �- a � ' u F � � ;� � , � ,���� � � � ,�,�,��,��,���,��,��,��,�,�..�,�#,�#,�#,�#;�,�#,�#,�#,�,�����������,,���#,�#,�#,�,���,,���������j������������.E:��,���#,�#,�#,F�t�,���,���,���,�r ��������� ���,��,��,����}� �,�R,�V .. . .-.. . .-.. . .-.. SR 590 Owner MULTIPLE OWNERS $If@ From To: FUTURE LA ND USE MA P �� � � . O k �L�� �'` ^ 4 y W� ��i Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 Attachment number 1 Page 5 of 16 �- , "+Y,• : � " WOOQRNI�G DR � p . . O �.�.�. w aa �m:y�1 � � � �� � � � � -' � � � � `� 1836 . � . � c�v N `�' '�, y"�, DiANE %ER ` _ � � . ` � � 1�:31 . �� � 983�1 � � ti°. c4''c Q n.� ��,, , O Q. � � . � � � � � �N �'s+� � y, �' � 182 L il p ? � � � � 8�7 �819 � M � � � � �8t3 � � 1809 �.: ,-� O , 44 O' ;' . ;- ' �. ' MDRMIIWGSIQE DR � ': � -: L R L R Q � � � ` N TERRACE DR `w �„ L IERRACE. DR h n � 1772 � 9'7�55 .. O I _ � Q 175d � 76� z Q: c; 1747 : . � 9747 ` W 97�40 �`p � � �737. L R � 173i : � � p � � 1733. � O Q � W ���s � ,�zs � O-; � � 17�4 1�25. � L jl 1724 � � Q � 1721 : � 1721: 1721 w. V 0 .. 1717 , - Q O k 1704 � O ��o� L R k, ; c�i - W y Owner MULTIPLE OWNERS $If@ From To: ZONING MAP SR 590 Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 Attachment number 1 Page 6 of 16 �- , "+Y,• : � " WOOQRNI�G DR � p . . O �.�.�. w aa �m:y�1 � � � �� � � � � -' � � � � `� 1836 . � . � c�v N `�' '�, y"�, DiANE %ER ` _ O. ` �; � 1831 . �4 9831 n�O. c�'c Q n,. t�,, = _ O Q � . � � � � � � N �'s+� ;� � �' � 182 O � � � :• � 817 't819 . . � .. . ' � � � �� � .. �8t3 �. 180J Q. �: , O _ ; ,': O : i ` ' �; ' MIiRMIlWGS1QE DR � ': _ , ' . �' : ;: , ` r . g ; ;. ' 1 Ell lil , c, ° ` ! ; < �- � N TERRACE DR `� �` ' , IERRACE. DR r�. n 1772 � � ` 9'7�55. O I � Q i 175d 76� ` z Q: , 1747 ; � ` 9747 W 97�40 �`p � �737. � 173i : � � � � 1733. � a O �� . W Q � W ���s � ,�zs � � � � 17�4 1�25 � 1724 � � Q � 1721 � 1721: 1721 w — V O 1717 � O Q k 1704 tY � 97b4 k, V W y SR 590 EXISTING SURROUNDING USES Owner MULTIPLE OWNERS $If@ From To: Case: f ATA2010-09003 DIANE AREA PHASE B: Multiple lots south of Sunset Point Property Size (Acres): Road, east of US 19 and north of SR 590 (see next page) Rights-of-way (Acres) Land Use RL, P (County) RL, Drainage Feature Overlay (City) Zoning R-3 (County) LMDR (City) � Atlas Page: 50 PARCELS @ 10.37 acres + 0.60 acres ROW Parcels—see attachment 264A Item # 6 1809 Diane Drive 2762 Diane Terrace 2766 Diane Terrace 1836 Diane Drive 2763 Diane Terrace ATA2010-09003 2767 Diane Terrace "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 1 of 9 Attachment number 1 2770 Diane Terrace 2771 Diane Terrace 2774 Diane Terrace 2775 Diane Terrace 2778 Diane Terrace ATA2010-09003 2779 Diane Terrace "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 2 of 9 Attachment number 1 2782 Diane Terrace 2783 Diane Terrace 2786 Diane Terrace 2787 Diane Terrace 2790 Diane Terrace ATA2010-09003 2791 Diane Terrace "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 3 of 9 1724 E1 Trinidad Drive 1772 E1 Trinidad Drive 1765 E1 Trinidad Drive 1704 Evans Drive 1721 Evans Drive ATA2010-09003 1724 Evans Drive "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 4 of 9 1725 Evans Drive 1728 Evans Drive 1733 Evans Drive 1737 Evans Drive 1721 Grove Drive ATA2010-09003 1724 Grove Drive "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 5 of 9 1747 Grove Drive ': ,;14k � fS� ` ��� hrv y�;. 1750 Grove Drive 2759 Terrace Drive 2770 Terrace Drive 2740 Terrace Drive ATA2010-09003 2751 Terrace Drive "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 6 of 9 1717 Lucas Drive 1740 Lucas Drive 1747 Lucas Drive 1817 Marilyn Drive 1831 Marilyn Drive ATA2010-09003 1813 Skyiand Drive "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 7 of 9 n++.,,.ti...,...+..,,...ti,.. � 1819 Skyiand Drive 1824 Skyiand Drive 1831 Skyiand Drive 1704 Thomas Drive 1721 Thomas Drive ATA2010-09003 1729 Thomas Drive "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 8 of 9 Attachment number 1 1737 Thomas Drive 1755 Thomas Drive Looking east at Diane Terrace ATA2010-09003 Looking west Diane Terrace "Diane" Area — Phase B (501ots) Generally located south of Sunset Point Road, east of US 19, and north of State Ro�� 6 Page 9 of 9 ATTACHMENT PIN (Address): 1. OS-29-16-13554-010-0090 (1809 Diane Dr.) 2. OS-29-16-13554-009-0160 (1836 Diane Dr.) 3. OS-29-16-21092-000-0160 (2762 Diane Terr.) 4. OS-29-16-21092-000-0010 (2763 Diane Terr.) 5. OS-29-16-21092-000-0150 (2766 Diane Terr.) 6. OS-29-16-21092-000-0020 (2767 Diane Terr.) 7. OS-29-16-21092-000-0140 (2770 Diane Terr.) 8. OS-29-16-21092-000-0030 (2771 Diane Terr.) 9. OS-29-16-21092-000-0130 (2774 Diane Terr.) 10. OS-29-16-21092-000-0040 (2775 Diane Terr.) 11. OS-29-16-21092-000-0120 (2778 Diane Terr.) 12. OS-29-16-21092-000-0050 (2779 Diane Terr.) 13. OS-29-16-21092-000-0110 (2782 Diane Terr.) 14. OS-29-16-21092-000-0060 (2783 Diane Terr.) 15. OS-29-16-21092-000-0100 (2786 Diane Terr.) 16. OS-29-16-21092-000-0070 (2787 Diane Terr.) 17. OS-29-16-21092-000-0090 (2790 Diane Terr.) 18. OS-29-16-21092-000-0080 (2791 Diane Terr.) 19. OS-29-16-94320-002-0070 (1724 El Trinidad Dr.) 20. OS-29-16-94320-001-0130 (1765 El Trinidad Dr.) 21. OS-29-16-94320-002-0150 (1772 El Trinidad Dr.) 22. OS-29-16-94392-007-0020 (1704 Evans Dr.) 23. OS-29-16-94392-006-0250 (1721 Evans Dr.) 24. OS-29-16-94392-007-0070 (1724 Evans Dr.) 25. OS-29-16-94392-006-0240 (1725 Evans Dr.) 26. OS-29-16-94392-007-0080 (1728 Evans Dr.) 27. OS-29-16-94392-006-0220 (1733 Evans Dr.) 28. OS-29-16-94392-006-0210 (1737 Evans Dr.) 29. OS-29-16-94338-002-0250 (1721 Grove Dr.) 30. OS-29-16-94338-004-0070 (1724 Grove Dr.) 31. OS-29-16-94338-002-0190 (1747 Grove Dr.) 32. OS-29-16-94338-004-0130 (1750 Grove Dr.) 33. OS-29-16-94374-005-0260 (1717 Lucas Dr.) 34. OS-29-16-94374-006-0110 (1740 Lucas Dr.) 35. OS-29-16-94374-005-0190 (1747 Lucas Dr.) 36. OS-29-16-13554-008-0050 (1817 Marilyn Dr.) 37. OS-29-16-13554-008-0030 (1831 Marilyn Dr.) 38. OS-29-16-13554-009-0070 (1813 Skyland Dr.) 39. OS-29-16-13554-009-0060 (1819 Skyland Dr.) 40. OS-29-16-13554-008-0130 (1824 Skyland Dr.) 41. OS-29-16-13554-009-0040 (1831 Skyland Dr.) 42. OS-29-16-94356-003-0090 (2740 Terrace Dr.) 43. OS-29-16-94356-004-0160 (2751 Terrace Dr.) 44. OS-29-16-94338-004-0150 (2759 Terrace Dr.) 45. OS-29-16-94338-003-0030 (2770 Terrace Dr.) 46. OS-29-16-94356-005-0020 (1704 Thomas Dr.) 47. OS-29-16-94356-004-0250 (1721 Thomas Dr.) 48. OS-29-16-94356-004-0230 (1729 Thomas Dr.) 49. OS-29-16-94356-004-0210 (1737 Thomas Dr.) 50. OS-29-16-94356-004-0170 (1755 Thomas Dr.) Attachment number 1 Page 16 of 16 Item # 6 Attachment number2 Page 1 of 5 ORDINANCE NO. 8234-11 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED GENERALLY EAST OF US HIGHWAY 19 NORTH OF SR 590, AND SOUTH OF SUNSET POINT ROAD, CONSISTING OF A PORTION OF SECTION 05, TOWNSHIP 29 SOUTH, RANGE 16 EAST, WHOSE POST OFFICE ADDRESSES ARE 1809 AND 1836 DIANE DRIVE, 2762, 2763, 2766, 2767, 2770, 2771, 2774, 2775, 2778, 2779, 2782, 2783, 2786, 2787, 2790 AND 2791 DIANE TERRACE, 1724, 1765 AND 1772 EL TRINIDAD DRIVE EAST, 1704, 1721, 1724, 1725, 1728, 1733 AND 1737 EVANS DRIVE, 1721, 1724, 1747 AND 1750 GROVE DRIVE, 1717, 1740 AND 1747 LUCAS DRIVE, 1817 AND 1831 MARILYN DRIVE, 1813, 1819, 1824, AND 1831 SKYLAND DRIVE, 2740, 2751, 2759 AND 2770 TERRACE DRIVE, 1704, 1721, 1729, 1737 AND 1755 THOMAS DRIVE, TOGETHER WITH ABUTTING RIGHT OF WAY OF DIANE TERRACE, INTO THE CORPORATE �IMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owners of the real properties described herein and depicted on the map attached hereto as Exhibit B have petitioned the City of Clearwater to annex the properties 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: See legal description attached hereto as Exhibit A. (ATA2010-09003) The map or maps attached as Exhibit(s) are hereby incorporated by reference. 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 properties. The City Engineer, the City Clerk and the Planning Director are directed to include and show the properties described herein upon the official maps and records of the City. Item # 6 Ordinance No. 8234-11 Attachment number 2 Page 2 of 5 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 Approved as to form: Frank V. Hibbard Mayor Attest: Leslie K. Dougal S es Rosemarie Call Assistant City A ey City Cferk Item # 6 Ordinance No. 823411 ADDRESS 1809 DIANE DR 1836 DIANE DR Exhibit A LEGAL DESCRIPTION ATA2010-09003 (Phase B ATAs) PROPERTY PARCEL ID (PC PID) OS-29-16-13554-010-0090 OS-29-16-13554-009-0160 Attachment number 2 Page 3 of 5 Lot 9, Block J, Lot 16, Block I, Cazlton Terrace First Addition as recorded in Plat Book 43 on Page 39, of the Public Records of Pinellas County, Florida. 2762 DIANE TERR 2763 DIANE TERR 2766 DIANE TERR 2767 DIANE TERR 2770 DIANE TERR 2771 DIANE TERR 2774 DIANE TERR 2775 DIANE TERR 2778 DIANE TERR 2779 DIANE TERR 2782 DIANE TERR 2783 DIANE TERR 2786 DIANE TERR 2787 DIANE TERR 2790 DIANE TERR 2791 DIANE TERR OS-29-16-21092-000-0160 OS-29-16-21092-000-0010 OS-29-16-21092-000-0150 OS-29-16-21092-000-0020 OS-29-16-21092-000-0140 OS-29-16-21092-000-0030 OS-29-16-21092-000-0130 OS-29-16-21092-000-0040 OS-29-16-21092-000-0120 OS-29-16-21092-000-0050 OS-29-16-21092-000-0110 OS-29-16-21092-000-0060 OS-29-16-21092-000-0100 OS-29-16-21092-000-0070 OS-29-16-21092-000-0090 OS-29-16-21092-000-0080 Lots 1 thru 16, Diane Heights Replat as Recorded in Plat Book 90 on page 5, of the Public Records of Pinellas County, Florida together with abutting right of way of Diane Tenace. 1724 EL TRINIDAD DR E. OS-29-16-94320-002-0070 1765 EL TRINIDAD DR E. OS-29-16-94320-001-0130 1772 EL TRINIDAD DR E. OS-29-16-94320-002-0150 West 100 Ft of Lot 13, Block 1, Lot 7 and Lot 15, Block 2 Virginia Grove Terrace as Recorded in Plat Book 37 on page 29, of the Public Records of Pinellas County, Florida. 1704 EVANS DR 1721 EVANS DR 1724 EVANS DR 1725 EVANS DR 1728 EVANS DR 1733 EVANS DR 1737 EVANS DR OS-29-16-94392-007-0020 OS-29-16-94392-006-0250 OS-29-16-94392-007-0070 OS-29-16-94392-006-0240 OS-29-16-94392-007-0080 OS-29-16-94392-006-0220 OS-29-16-94392-006-0210 Lots 2 and 3, Lots 7 and 8 Block 7, Lot 24, Lot 25, Lot 221ess North 15 Ft, North 7.5 Ft of Lot 23, Lot 21 and North 15Ft of Lot 22, Block 6, Virginia Grove Terrace Fourth Addition as Recorded in Plat Book 37 on page 75, of the Public Records of Pinellas County, Florida. Page 1 of 2 Item # 6 1721 GROVE DR 1724 GROVE DR 1747 GROVE DR 1750 GROVE DR 2759 TERRACE DR 2770 TERRACE DR ExhibitA OS-29-16-94338-002-0250 OS-29-16-94338-004-0070 OS-29-16-94338-002-0190 OS-29-16-94338-004-0130 OS-29-16-94338-004-0150 OS-29-16-94338-003-0030 Attachment number 2 Page 4 of 5 Lots 25 and 19, Block 2, Lot 3, Block 3, Lots 7, 13, and 15, Block 4, Virginia Grove Terrace First Addition as Recorded in Plat Book 37 on page 62, of the Public Records of Pinellas County, Florida. 1717 LUCAS DR OS-29-16-94374-005-0260 1740 LUCAS DR OS-29-16-94374-006-0110 1747 LUCAS DR OS-29-16-94374-005-0190 Lots 26, 27, and 19, Block 5, Lot 11, Block 6, Virginia Grove Terrace Third Addition as Recorded in Plat Book 37 on page 74, of the Public Records of Pinellas County, Florida. 1817 MARILYN DR 1831 MARILYN DR 1813 SKYLAND DR 1819 SKYLAND DR 1824 SKYLAND DR 1831 SKYLAND DR OS-29-16-13554-008-0050 OS-29-16-13554-008-0030 OS-29-16-13554-009-0070 OS-29-16-13554-009-0060 OS-29-16-13554-008-0130 OS-29-16-13554-009-0040 Lot 5, Lot 3 less South 5 Ft, Lot 13, Block H, Lot 7, North 16 Ft of Lot 8, Lot 6, Lot 4, Block I, Carlton Terrace First Addition as recorded in Plat Book 43 on Page 39, of the Public Records of Pinellas County, Florida. 2740 TERRACE DR 2751 TERRACE DR 1704 THOMAS DR 1721 THOMAS DR 1729 THOMAS DR 1737 T'HOMAS DR 1755 THOMAS DR OS-29-16-94356-003-0090 OS-29-16-94356-004-0160 OS-29-16-94356-005-0020 OS-29-16-94356-004-0250 OS-29-16-94356-004-0230 OS-29-16-94356-004-0210 OS-29-16-94356-004-0170 Lot 9, Block 3, Lots 16, 17, 21, 23 and 25, Block 4, Lot 2, Block S, Virginia Grove Terrace Second Addition as Recorded in Plat Book 37 on page 73, of the Public Records of Pinellas County, Florida Page 2 of 2 Item # 6 Attachment number 3 Page 1 of 6 ORDINANCE NO. 8235-11 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 GENERALLY EAST OF US HIGHWAY 19, NORTH OF SR 590, AND SOUTH OF SUNSET POINT ROAD, CONSISTING OF A PORTION OF SECTION 05, TOWNSHIP 29 SOUTH, RANGE 16 EAST, WHOSE POST OFFICE ADDRESSES ARE 1809 AND 1836 DIANE DRIVE, 2762, 2763, 2766, 2767, 2770, 2771, 2774, 2775, 2778, 2779, 2782, 2783, 2786, 2787, 2790 AND 2791 DIANE TERRACE, 1724, 1765 AND 1772 EL TRINIDAD DRIVE EAST, 1704, 1721, 1724, 1725, 1728, 1733 AND 1737 EVANS DRIVE, 1721, 1724, 1747 AND 1750 GROVE DRIVE, 1717, 1740 AND 1747 LUCAS DRIVE, 1817 AND 1831 MARILYN DRIVE, 1813, 1819, 1824, AND 1831 SKYLAND DRIVE, 2740, 2751, 2759 AND 2770 TERRACE DRIVE, 1704, 1721, 1729, 1737 AND 1755 THOMAS DRIVE, TOGETHER WITH ABUTTING RIGHT OF WAY OF DIANE TERRACE, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL) AND DRAINAGE FEATURE OVERLAY; 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: Pr°nertv (See Attached Legal Descriptions - Exhibit A) (See Attached Legal Descriptions - Exhibit B) Land Use Cateqory Residential Low (RL) Residential Low (RL) and Drainage Feature Overlay The map attached as Exhibit C is hereby incorporated by reference. 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. 8234-11. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Ordinance No. 8235-11 Item # 6 Approved as to form: Leslie K. Doug 'des Assistant City Atto ey Frank V. Hibbard Mayor Attest: Rosemarie Call City Clerk Ordinance No. 8235-11 Attachment number 3 Page 2 of 6 Item # 6 ADDRESS 1809 DIANE DR 1836 DIANE DR Exhibit A Ordinance No. 8235-11 PINELLAS COUNTY PARCEL ID OS-29-16-13554-010-0090 OS-29-16-13554-009-0160 Attachment number 3 Page 3 of 6 Lot 9, Block J, Lot 16, Block I, Carlton Terrace First Addition as recorded in Plat Book 43 on Page 39 of the Public Records of Pinellas County, Florida. 2762 DIANE TERR 2763 DIANE TERR 2766 DIANE TERR 2767 DIANE TERR 2770 DIANE TERR 2771 DIANE TERR 2774 DIANE TERR 2775 DIANE TERR 2778 DIANE TERR 2779 DIANE TERR 2782 DIANE TERR 2783 DIANE TERR 2786 DIANE TERR 2787 DIANE TERR 2790 DIANE TERR 2791 DIANE TERR OS-29-16-21092-000-0160 OS-29-16-21092-000-0010 OS-29-16-21092-000-0150 OS-29-16-21092-000-0020 OS-29-16-21092-000-0140 OS-29-16-21092-000-0030 OS-29-16-21092-000-0130 OS-29-16-21092-000-0040 OS-29-16-21092-000-0120 OS-29-16-21092-000-0050 OS-29-16-21092-000-0110 OS-29-16-21092-000-0060 05-29-16-21092-000-0100 OS-29-16-21092-000-00'70 OS-29-16-21092-000-0090 OS-29-16-21092-000-0080 Lots 1 thru 16, Diane Heights Replat as Recorded in Plat Book 90 on page 5 of the Public Records of Pinellas County, Florida, together with abutting right of way of Diane Terrace. 1724 EL TRINIDAD DR E. OS-29-16-94320-002-0070 1765 EL T'RINIDAD DR E. OS-29-16-94320-001-0130 1772 EL TRINIDAD DR E. OS-29-16-94320-002-0150 West 100 Ft of Lot 13, Block 1, Lot 7 and Lot 15, Block 2 Virginia Grove Terrace as Recorded in Plat Book 37 on page 29 of the Public Records of Pinellas County, Florida. 1721 EVANS DR 1725 EVANS DR 1733 EVANS DR 1737 EVANS DR OS-29-16-94392-006-0250 OS-29-16-94392-006-0240 OS-29-16-94392-006-0220 OS-29-16-94392-006-0210 Lot 24, Lot 25, Lot 221ess North 15 Ft, North 7.5 Ft of Lot 23, Lot 21 and North 15Ft of Lot 22, Block 6, Virginia Grove Terrace Fourth Addition as Recorded in Plat Book 37 on page 75 of the Public Records of Pinellas County, Florida. 1721 GROVE DR OS-29-16-94338-002-0250 1724 GROVE DR OS-29-16-94338-004-0070 Item # 6 Attachment number 3 Page 4 of 6 1747 GROVE DR OS-29-16-94338-002-0190 1750 GROVE DR OS-29-16-94338-004-0130 2759 TERRACE DR OS-29-16-94338-004-0150 Lots 25 and 19, Block 2, Lots 7, 13, and 15, Block 4, Virginia Grove Tenace First Addition as Recorded in Plat Book 37 on page 62 of the Public Records of Pinellas County, Florida. 1717 LUCAS DR OS-29-16-94374-005-0260 1740 LUCAS DR OS-29-16-94374-006-0110 1747 LUCAS DR OS-29-16-94374-005-0190 Lots 26, 27, and 19, Block 5, Lot 11, Block 6, Virginia Grove Terrace Third Addition as Recorded in Plat Book 37 on page 74 of the Public Records of Pinellas County, Florida. 1817 MARILYN DR 1831 MARILYN DR 1813 SKYLAND DR 1819 SKYLAND DR 1824 SKYLAND DR 1831 SKYLAND DR OS-29-16-13554-008-0050 OS-29-16-13554-008-0030 OS-29-16-13554-009-0070 OS-29-16-13554-009-0060 OS-29-16-13554-008-0130 OS-29-16-13554-009-0040 Lot 5, Lot 31ess South 5 Ft, Lot 13, Block H, Lot 7, North 16 Ft of Lot 8, Lot 6, Lot 4, Block I, Carlton Terrace First Addition as recorded in Plat Book 43 on Page 39 of the Public Records of Pinellas County, Florida. 2751 TERRACE DR 1704 T'HOMAS DR 1721 THOMAS DR 1729 THOMAS DR 1737 THOMAS DR 1755 THOMAS DR OS-29-16-943 5 6-004-0160 OS-29-16-94356-005-0020 OS-29-16-94356-004-0250 OS-29-16-94356-004-0230 OS-29-16-94356-004-0210 OS-29-16-94356-004-0170 Lots 16, 17, 21, 23 and 25, Block 4, Lot 2, Block 5, Virginia Grove Terrace Second Addition as Recorded in Plat Book 37 on page 73 of the Public Records of Pinellas County, Florida. Item # 6 ADDRESS 1704 EVANS DR 1724 EVANS DR 1728 EVANS DR Exhibit B Ordinance No. 8235-11 PINELLAS COUNTY PARCEL ID OS-29-16-94392-007-0020 OS-29-16-94392-007-0070 OS-29-16-94392-007-0080 Attachment number 3 Page 5 of 6 Lots 7 and 8, Block 7, Virginia Grove Terrace Fourth Addition as Recorded in Plat Book 37 on page 75 of the Public Records of Pinellas County, Florida and lots 2 and 3, Block 7, Virginia Grove Terrace Fourth Addition as Recorded in Plat Book 37 on page 75 of the Public Records of Pinellas County, Florida. 2770 TERRACE DR OS-29-16-94338-003-0030 Lot 3, Block 3, Virginia Grove Terrace First Addition as Recorded in Plat Book 37 on page 62 of the Public Records of Pinellas County, Florida. 2740 TERRACE DR OS-29-16-94356-003-0090 Lot 9, Block 3, Virginia Grove Terrace Second Addition as Recorded in Plat Book 37 on page 73 of the Public Records of Pinellas County, Florida. Item # 6 Attachment number 4 Page 1 of 5 ORDINANCE NO. 8236-11 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED GENERALLY EAST OF US HIGHWAY 19 NORTH OF SR 590, AND SOUTH OF SUNSET POINT ROAD, CONSISTING OF A PORTION OF SECTION 05, TOWNSHIP 29 SOUTH, RANGE 16 EAST , WHOSE POST OFFICE ADDRESSES ARE 1809 AND 1836 DIANE DRIVE, 2762, 2763, 2766, 2767, 2770, 2771, 2774, 2775, 2778, 2779, 27$2, 2783, 2786, 2787, 2790 AND 2791 DIANE TERRACE, 1724, 1765 AND 1772 EL TRINIDAD DRIVE EAST, 1704, 1721, 1724, 1725, 1728, 1733 AND 1737 EVANS DRIVE, 1721, 1724, 1747 AND 1750 GROVE DRIVE, 1717, 1740 AND 1747 LUCAS DRIVE, 1817 AND 1831 MARILYN DRIVE, 1813, 1819, 1824, AND 1831 SKYLAND DRIVE, 2740, 2751, 2759 AND 2770 TERRACE DRIVE, 1704, 1721, 1729, 1737 AND 1755 THOMAS DRIVE, TOGETHER WITH ABUTTING RIGHT OF WAY OF DIANE TERRACE, 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: Pro e See attached legal description, Exhibit A (ATA2010- 09003) Zoning District Low Medium Density Residential (LMDR) The map attached as Exhibit B is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the zoning atlas of the City in accordance with the foregoing amendment. Seetion 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 8234-11. Item # 6 Ordinance No. 8236-11 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Frank V. Hibbard Mayor Attest: ., Leslie K. Dou Sides Rosemarie Call Assistant City rney City Clerk Attachment number 4 Page 2 of 5 Item # 6 Ordinance No. 8236-11 ADDRESS 1809 DIANE DR 1836 DIANE DR LEGAL DESCRIPTION ATA2010-09003 (Phase B ATAs) PROPERTY PARCEL ID (PC PID) OS-29-16-13554-010-0090 OS-29-16-13554-009-0160 Attachment number 4 Page 3 of 5 Lot 9, Block J, Lot 16, Block I, Cazlton Terrace First Addition as recorded in Plat Book 43 on Page 39, of the Public Records of Pinellas County, Florida. 2762 DIANE TERR 2763 DIANE TERR 2766 DIANE TERR 2767 DIANE TERR 2770 DIANE TERR 2771 DIANE TERR 27'74 DIANE TERR 2775 DIANE TERR 2778 DIANE TERR 2779 DIANE TERR 2782 DIANE TERR 2783 DIANE TERR 2786 DIANE TERR 2787 DIANE TERR 2790 DIANE TERR 2791 DIANE TERR OS-29-16-21092-000-0160 OS-29-16-21092-000-0010 OS-29-16-21092-000-0150 OS-29-16-21092-000-0020 OS-29-16-21092-000-0140 OS-29-16-21092-000-0030 OS-29-16-21092-000-0130 OS-29-16-21092-000-0040 OS-29-16-21092-000-0120 OS-29-16-21092-000-0050 05-29-16-21092-000-0110 OS-29-16-21092-000-0060 OS-29-16-21092-000-0100 OS-29-16-21092-000-0070 OS-29-16-21092-000-0090 OS-29-16-21092-000-0080 Lots 1 thru 16, Diane Heights Replat as Recorded in Plat Book 90 on page 5, of the Public Records of Pinellas County, Florida together with abutting right of way of Diane Terrace. 1724 EL TRINIDAD DR E. OS-29-16-94320-002-0070 1765 EL TRIrTIDAD DR E. OS-29-16-94320-001-0130 1772 EL TRINIDAD DR E. OS-29-16-94320-002-0150 West 100 Ft of Lot 13, Block 1, Lot 7 and Lot 15, Block 2 Virginia Grove Terrace as Recorded in Plat Book 37 on page 29, of the Public Records of Pinellas County, Florida. 1704 EVANS DR 1721 EVANS DR 1724 EVANS DR 1725 EVANS DR 1728 EVANS DR 1733 EVANS DR 1737 EVANS DR OS-29-16-94392-007-0020 OS-29-16-94392-006-0250 OS-29-16-94392-007-0070 OS-29-16-94392-006-0240 OS-29-16-94392-007-0080 OS-29-16-94392-006-0220 OS-29-16-94392-006-0210 Lots 2 and 3, Lots 7 and 8 Block 7, Lot 24, Lot 25, Lot 221ess North 15 Ft, North 7.5 Ft of Lot 23, Lot 21 and North 15Ft of Lot 22, Block 6, Virginia Grove Tenace Fourth Addition as Recorded in Plat Book 37 on page 75, of the Public Records of Pinellas County, Florida. Exhibit A Page 1 of 2 Item # 6 1721 GROVE DR 1724 GROVE DR 1747 GROVE DR 1750 GROVE DR 2759 TERRACE DR 2770 TERRACE DR 05-29-16-94338-002-0250 OS-29-16-94338-004-0070 OS-29-16-94338-002-0190 OS-29-16-94338-004-0130 OS-29-16-94338-004-0150 OS-29-16-94338-003-0030 Attachment number 4 Page 4 of 5 Lots 25 and 19, Block 2, Lot 3, Block 3, Lots 7, 13, and 15, Block 4, Virginia Grove Terrace First Addition as Recorded in Plat Book 37 on page 62, of the Public Records of Pinellas County, Florida. 1717 LUCAS DR OS-29-16-94374-005-0260 1740 LUCAS DR OS-29-16-94374-006-0110 1747 LUCAS DR OS-29-16-94374-005-0190 Lots 26, 27, and 19, Block 5, Lot 11, Block 6, Virginia Grove Terrace Third Addition as Recorded in Plat Book 37 on page 74, of the Public Records of Pinellas County, Florida. 1817 MARILYN DR 1831 MARILYN DR 1813 SKYLAND DR 1819 SKYLAND DR 1824 SKYLAND DR 1831 SKYLAND DR OS-29-16-13554-008-0050 OS-29-16-13554-008-0030 OS-29-16-13554-009-0070 OS-29-16-13554-009-0060 OS-29-16-13554-008-0130 OS-29-16-13554-009-0040 Lot 5, Lot 3 less South 5 Ft, Lot 13, Block H, Lot 7, North 16 Ft of Lot 8, Lot 6, Lot 4, Block I, Carlton Terrace First Addition as recorded in Plat Book 43 on Page 39, of the Public Records of Pinellas County, Florida. 2740 TERRACE DR 2751 TERRACE DR 1704 THOMAS DR 1721 THOMAS DR 1729 THOMAS DR 1737 THOMAS DR 1755 THOMAS DR OS-29-16-94356-003-0090 OS-29-16-94356-004-0160 OS-29-16-94356-005-0020 OS-29-16-94356-004-0250 OS-29-16-94356-004-0230 OS-29-16-94356-004-0210 OS-29-16-94356-004-0170 Lot 9, Block 3, Lots 16, 17, 21, 23 and 25, Block 4, Lot 2, Block 5, Virginia Grove Terrace Second Addition as Recorded in Plat Book 37 on page 73, of the Public Records of Pinellas County, Florida Page 2 of 2 Item # 6 City Council Agenda Council Chambers - City Hall Meeting Date:2/3/2011 SUBJECT / RECOMMENDATION: Adopt Ordinance 8225-10 on second reading, vacating the entire alley lying within Block 1 of E.P. Meritt's Addition. SUMMARY: Review Approval: Cover Memo Item # 7 Attachment number 1 Page 1 of 1 ORDINANCE NO. 8225-10 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE ENTIRE ALLEY LYING WITHIN BLOCK 1 OF E.P. MERRITT'S ADDITION, PROVIDING AN EFFECTIVE DATE. WHEREAS, Howard R. Jimmy and First M Corporation Defined Pension Plan and Yehudah Ltd. Partnership, owners of real property adjoining the alley described herein, have requested that the City vacate the alley depicted in Exhibit A attached hereto; and WHEREAS, the City Council finds that said alley is not necessary for municipal use and it is deemed to be to 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 entire alley lying within Block 1 of E.P. Merritt's Addition as recorded in Plat Book 7, Page 6 of the Official Records of Hillsborough County of which Pinellas County was formerly a part is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest 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 Frank V. Hibbard Mayor Approved as to form: Attest: Camilo A. Soto Rosemarie Call Assistant City Attorney City Clerk Ordinance No. $�25 �� CLEARWATER CITY COMMISSiON Meeting Date; �. 3 I Item � �� ��1 � � As stated in Commission Rul�s, "Representatives of a group may speak for three minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten minutes." We the undersigned designate Vv �l�( ���� � (please print) as our spokesperson and waive our right t speak. �� Signature Signature Signature Signature Signature Signature Signature f%�l �o�� Print Name Print Name Print Name Print Name Print Nam� Print Name Print Name \\CH3\CLERK�FORMS\Public Comments at Com Mtg,doc 9700-Od34 Jan 9, 2�02 CLEARWATER CITY COMMISSiON Me�ting Date: � "" � � � � Item # � � ur�, `-' ► As stated in Commission Rules, "Representatives of a group may speak for three minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of ten minutes." .r , We the undersigned designate O�qn � J��'?� �� _ (please print) as our spakesperson and waive our right to speak. , ° - 5ignature �� _ i �� rra Signature Signature Signature Signature Signature � Y l, i v r�-- Print Name � _ y�1.;,� �� Print Name Print Name Print Name Print Name Print Name Print Name \\CH3\CLER{(�FORMS\Public Comments at Com Mtg.doc 9700-003�4 0 � � � �I�c�. Jan 9, 2002 Report Number: Report Date: Type Of Report: � Description; Occurence From: Occurence To: Source Of Call: Dissemination Code: Reporting LEO: Approval 5tatus: Approved Date: Approved By: Tim� Call Received: Time Dispatched: Time Arrived: Time Completed: CLEARWATER POLICE DEPT - HEADQUARTERS ACISS CW - OFFENSE Report cwU9-31586 Report Date: 03/30/2009 �\4� � �� � �. \ ��. , � �gr "�� � � " � � � " ! � i ti �r�t� 5 �< ��rv� 43�� #is^,A � �. , ' . 5 � . . ,. �: �i, i��a�ak ��t�� �`.a� X �" ��� � :�' ,.YH� t.R- t � � °� 1.� k� ?�& � i ' � ..;, . . ..... .. . . ....... . . . .. .. . ... .... cw09-31586 p3/30/2p09 CW - OFF�NSE CRIMINAL MISCHIEF 03/29/200912:00 03/30/200910:45 DISPATCH�D UNCLASSIFIED PHILLIPS, STEWART A. OFCR-CWPD (CW46351 CW - i�AM I/ CLEARWA7�R POLICE DEPARTM�N7) Approved 04/13/2009 HOLSOMBACH, J. 5G7-CWPD (CW0308 / CW - TEAM I/ CLEARWATER POLICE DEPARTMENT) 03/30/2009 10:45 03/30/200910:45 03/30/2009 10:45 osrsoizoo� � o:as Address 607 NICHOLSON ST, CLEARWATER, Florida 33755 , UNITE[� STATES Offense Tvoe Offense MISDEMEANOR CRIM MISCHIEF-MISDEMEANOR aF p��k��'¢� .i.e��l�r 7'T������ h. In Name ivpe JIMMIE, HOWARD RICHARD PERSON CW09-31586, UNK PERSON 5ick Or Injured: NO Alarm: NO Location Type: RESIDENCE-07HER Forced Entry: NOT APPLICABLE Alcohol Related: NQ � Relationahiq OCCURRED/DISPATCHED Attempted/Committed Statute UCR Class COMMITTED 806.13 2900 Sex ace MALE WHITE UNKNbW UNKNOWN N DOB Relationshio 7/14/1942 VICTIM -- SUSPECT This report is property of CLEARWATER POL/CE DEPT - H�ADQUARTEfiS. Neither it nor its contents may be disseminated to unauthorized persvnnel. CW1812 D6/09/2010 16:04 ACISS soflware licensed by Pinellas County Sheriffs Office P�ge 1 of 2 Drug Related: Hate Crime: 5ex Crime: Juvenile Crime: Domestic Violence: Senior Abuse: Child Abuse: Gang Related: School Zone: Public Housing: Signature Act: Status DAMAGED CLEARWATER POLICE DEPT - HEADQUARTERS AC/SS CW - OFFENSE Report cwU9-3158fi Report Date: �3/30/2009 NO NO NO NO NO NO NO NO NO NO NO Quanti Description 1 ENVII20MENT BARRIER F�NCE �tecord Origination Operator. PHILLIPS, STEWAR7 A. OFCR-CWPD (CW4635 / CW - TEAM 1/ CLEARWAT�R POLICE DEPARTMEN7) Record Origination pate: 04/07/2009 15:35 Last Update Operator; HOLSOMBACH, J. SGT-CWPD (CW0308 / CW - 7�AM E/ CLEARWA7ER POLICE DEPAR7MENT) Last Update Date: 04/13/2009 '13:13 7'his report is property of CLEARWATER POI/CE DEPT - HEA�QUARTEF25. Neither it nor its contents may be disseminated to unauthorized personnel. CW1812 06/09/2010 16:04 ACISS software licensed by Pinellas County SherifPs Office P2ge 2 of 2 r e Repart Number: Report Date: Type Of Report: Occurence From: OCCUrence To: Source Of Call: Dissemination Code: Reporting LEO: Approval Status: Approved pate: Approved By: iime Call Received Time Dispatched: Time Arrived: 7ime Completed: CLEARWATER P�LICE DEPT - HEADQUARTERS AC/SS CW - �FFENSE Report CW08-89909 Report Dat�: 09/22/2008 ,�,. � � 15;".z`ru n � CW08-89909 09/22/2008 CW - OFFENSE 09/20/2008 17;00 09121/200$ 09:00 DISPATCHED UNCLASSIFI�D JACQUES, ADAM OFCR-CWPD (CW02$6 ! CW - 7�AM I! CLEARWATER POLICE DEPAR7M�NT) Approved 10/19/Z008 ZARRA, CHRISTIAN N. OFCR-CWPD (CW2921 ! CW - TEAM I/ CLEARWATER POI.ICE DEPARTMENTI 09/22/2008 09:14 09/Z2l2008 09:20 09/2�/2008 U9:23 09/22/2008 10:QD Descri�tion TDOK SP�GIFIC PROPERTY Address 607 NICHp�SON ST, CL�ARWAT�R, Florida 33755 , UNITED STATES Offense Type Offense FELONY BURG-COMMERCIAL MISDEMEANOR PETIT THEFT - QTH LARCENY � :i�#�� x�a�+° ��` Name Tvpe JIMMIE, HOWARD RICHARD PERSON CWOS-89909, UNK PERSON Sick Or Injured: NO Relationshio OCCURREblDISPATCHED Attempted/Committed Statut UCR Class COMMITTED 810.02 U000 CQMMITI'ED 812.074 230G Sex Race MALE WHITE UNKNOW UNKNOWN N DOB Relationship 7/1a/1942 VICTIM --- SUSPEC7 This report is property of CLEARWATER POL/CE DEPT- HEADQUARTERS. Neitherit npr its contents may be disseminated to unauthorizedpersonnel. CW1812 06/09/2010 16:01 ACISS sofiware lipensed py Pinellas County Sheriffs O�ce P8g2 1 Of 2 ,. CLEARWATER POLICE DEPT - HEADQUARTERS ACISS CW - OFFENSE Report CWOS-899U9 Repart Date: 09/22/2008 Make FORD Model Color Ta� # Ta4 Year Re ation i F-350 WHITE E2275B 1992 PERTINENT Status Quanti Description STOLEN 1 LQQS� COPPER WIRINCy �°� � �.,t 9' .� "ar,, 'Ji::� �: �� ;� � � ,� � '`�:�'����bn'�� �.�.,���wNr i}��� � 'N'1 �a p �SE Record Origination Operator. JACQUES, ADAM OFCR-CWPD (CW0286 / CW - CP-DB7 / CLEARWATER POLIC� DEPARTM�Ni) Record Origination Date: U9/22/2008 09:37 l.ast Update Operator: ���A, CHRISTIAN N. OFCR-CWPD (CW2921 / CW - TEAM H/ CLEARWAT�R P�LICE DEPARTMENT) Last Update bate: 10/19/2008 11:4p Thls r�port is properiy of CL�ARWATER POLICE DEPT - HEADQUARTERS. Neither lt nor its contents may ba disseminated to unauthorized personnel. CW1812 06/09/2010 16:01 ACISS saftware lioensed by Pinellas County ShBrifPs Office PagB 2 of 2 .. . � Report Number: Report Date: 7ype Of Report: Occurence From: Occurence To: Source Of Call: Dissemination Code: Reporting LEO: Approval Status: Approved Date: Approved By: Time Call Received: Time Dispatched: 7ime Arrived: Time Gompleted: CLEARWATER POLICE DEPT - HEADQUARTERS ACISS CW - OFFENSE Repori CW07-23340 Report Date: 09/25/2pQ7 CW07-23340 09/25/2007 CW - OFFENS� 09/24J2007 15:30 09/25/2007 08:30 DISPATCHED UNCLASSIFI�D SPITALEi�I, MICHAEL J. CWPD-QFCR (CW2715 / CW - TEAM I/ CLEARWAT�R POLICE DEPARTMENT) Approved 09/26/2007 SQUITIERI, C. J. SGT-GWPD (CW2768 / CW - TEAM I/ CLEARWA7�R POL.IC� DEPARTMENT) 09/25/Z007 09t11 09/25/2007 09:13 09/25/2007 09:15 09/25/2007 10:30 Address 607 NICHOL50N ST, CLEARWATER 33755 , UNITED STATES Offense '1`vpe Offense FELONY BURG-COMMERCIAL ,.'„ .. �i�'� Name Tvoe HOWARD JIMMIE DEMOI.ITION BUSINESS CW07-2334Q, UNK P�RSON JIMMIE, HOWARD RICHARD P�R50N Sick Or Injured: NO Alarm: NO Location l"ype: OTHER Forced Entry: NOT APPLICABI.E Occupany Code: UNOCCUPIED Alcohol Related: NO Relationshin OCCURRED/DISPATCHED Attempted/Committed Statute UCR Class COMMITTEq 810.02 2200 Sex Race UNKNOW UNKNQWN N MALE WHI7E DOB 7/14/1942 Relationsh�i VICTIM SUSPECT QWNER/PROPRI�TOR This report is property of CLEARWATER POL/CE DEPT - HEADQUARTERS. Neither it nor its contents may 6e disseminated to unauthorized personnel. CW1812 06/09/2010 15:57 ACISS software licensed by Pinellas County SherifPs Office Page 1 of 2 v �. � CLEARWATER POLICE DEPT - HEADQUARTERS AC/SS CW - OFFENSE Report CW07�2334Q Report Date: 09/25/2007 ,.t , ,, brug Related: NO Hate Crime: NO Sex Crime: NO Juvenile Crime: NO Domestic Violence: NO 5enior Abu5e: NO Child Abuse: NO Gang Related: NO School Zone: NO Public Housing: NO Signature Act: NO 5tatus Quanti Descrintion STOL�N 1000 COPPER AND ALUMINUM ��pn � �� ��, tE �+���q._,^., ,..,::� t���a;o , �,�i�'� �,,,;".;. �,", �. ? � , u�.-."d'hn�y�,; 5' .µ,FS � tJ�,'�'�n�a'•�?�°>«'�t�'i;: � ''���iDp+'�'����u��<'�'. Record Origination Operator. SPITALERI, MICHAEL J. OFGR-CWpD (CW2715 / CW - K9 / CL�ARWATER POLICE DEPARTMENT) Record Origination Date: 09/25I2007 18:18 Last Update Operator: SQUITIERI, C. J, SG7-CWPD (CW276$ / GW - TEAM P/ CLEARWA7ER POLICE DEPARTMEN7) Last Update Date: 091Z6/2007 22:21 This report is property of CLEARWA7"�R POL/CE DEPT - HEADQUARTEf2S. Neither it nor its contants may be disseminat�d to unauthorized personnel. _ CW1812 06/09/2010 15:57 ACISS software licensed by Pinellas County SherifP5 O�ce Page 2 of 2 VAC2011-06 Jimmie and First M Corp. Defined Pension/Yehudah LTD Partnership Police OfFense Re orts Summa Report Date Offense Type Offence Descriptivn 09/24/2007 Felony Burglary —Commercial Theft of copper and aluminum 09/2p/2p08 Felony Burglary — Commercial Theft of loose copper wiring Misdemeanor Petit Theft 03/3Q/20p9 Misdemeanor Criminal Misthief Damaged Barrier Fente City Council Agenda Council Chambers - City Hall Meeting Date:2/3/2011 SUBJECT / RECOMMENDATION: Re-appoint Robert Going to a two-year term ending December 31, 2012 as a Trustee of the Clearwater Firefighters' Supplemental Trust Fund in accordance with Sec. 175.061 of the Florida State Statutes. (consent) SUMMARY: The Clearwater Firefighters' Supplemental Trust Fund is the recipient of monies obtained by the State of Florida from insurance companies doing business within the community. These monies are required to be administered by a Board of Trustees whose composition must consist of two legal residents of the City appointed by the City Council; two City firefighters elected by the firefighters; and a fifth member chosen by a majority of the other four members and submitted to the City Council for appointment. The Board of Trustees is solely responsible for administration of the trust fund. Mr. Going has indicated his willingness to serve a two-year term. The firefighters elected Robert Going to be appointed as one of the two firefighter elected member seats in accordance with Sec. 175.061 of the Florida State Statutes. It is recommended that the City Council affirm Robert Going as a trustee to the seat for the period of January 1, 2011 through December 31, 2012. Type: Current Year Budget?: Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Review Approval: Other None Budget Adjustment: to Annual Operating Cost: Total Cost: None Cover Memo Item # 8 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Re-appoint David Hogan as the fifth Trustee to a two-year term ending December 31, 2012 on the Clearwater Firefighters' Supplemental Trust Fund in accordance with Sec. 175.061 of the Florida State Statutes. (consent) SUMMARY: The Clearwater Firefighters' Supplemental Trust Fund is the recipient of monies obtained by the State of Florida from insurance companies doing business within the community. These monies are required to be administered by a Board of Trustees whose composition must consist of two legal residents of the City appointed by the City Council; two City firefighters elected by the firefighters; and a fifth member chosen by a majority of the other four members and submitted to the City Council for appointment. The Board of Trustees is solely responsible for administration of the trust fund. Mr. Hogan has indicated his willingness to serve another two-year term. The other four members of the Board of Trustees selected David Hogan to be appointed as the fifth member in accordance with Sec. 175.061 of the Florida State Statutes. It is recommended that the City Council, as a ministerial duty, affirm David Hogan as a trustee to the seat for the period of January 1, 2011 through December 31, 2012. Type: Current Year Budget?: Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Review Approval: Other None Budget Adjustment: to Annual Operating Cost: Total Cost: None Cover Memo Item # 9 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Approve the extension of a Partnership and Operational Support Agreement between the City of Clearwater and City Players, Inc., to provide for an annual summer musical production at Ruth Eckerd Hall from May 4, 2011 to May 3, 2014 and authorize the appropriate officials to execute same. (consent) SUMMARY: On April 1, 2006, the City Council approved a five-year agreement with City Players to provide musicals at Ruth Eckerd Hall. The extension of this agreement will allow for a continued partnership between the City of Clearwater and City Players, Inc. in which City Players will produce an annual family-oriented summer community theatre musical production at Ruth Eckerd Hall. This agreement provides for a three-year extension of the current contractual terms and does not require any financial commitment on the part of the City. It also provides for three additional three-year extensions if mutually agreed to between the parties. The Cultural Affairs Division will be responsible for administering this agreement and will be the point of contact between the City Players and Ruth Eckerd Hall. Review Approval: Cover Memo Item # 10 This Partnership and Uperational Support Agreement is made and entered into between the City of Clearwater, whose address is: Attn: Parks and Recreation Director, Post Office Box 4748, Clearwater, FL 33758-4748, hereinafter referred to as the "City", and City Players, Inc., whose address is: 2719 lst Avenue North, St. Petersburg, FL 33713, hereafter referred to as "City Players". WHEREAS, it has been determined to be highly desirable and socially responsible to provide activities to build and foster the confidence, educational, cultural and social skills and good habits in young people, adults and families; and Attachment number 1 Page 1 of 8 WHEREAS, the City desires to provide access to Ruth Eckerd Hall for a community theater musical; and WHEREAS, the City has recognized the need for community cultural programs as outlined in the Clearwater Cultural Plan and supported by the Parks and Recreation Master Plan; and WHEREAS, City Players is an organized cultural group and program approved by the Parks and Recreation Director, which provides its own volunteer leadership and administration; and WHEREAS, the City recognizes City Players as providing a valuable service to the community, through their extensive use of volunteers and volunteer resources; and WHEREAS, City Players desires to use various City-owned facilities and resources for cultural related activities for the citizens of Clearwater; and WHEREAS, the City owns certain public properties and facilities that are available to be utilized by City Players for their programs; and NOW, THEREFORE, the parties agree as follows: ARTICLE L TERM The term of this Agreement shall be for an initial period of three (3) years, with an option to extend for three (3) additional three (3) year extensions, if mutually agreed to by both parties, and commencing on the 4th day of May 20ll ("Effective Date") and continuing through the 3rd day of May 2014 ("Termination Date") unless earlier terminated under the terms of this Agreement. ARTICLE IL RESPONSIBILITIES OF CITY PLAYERS 1. Services to be Provided: City Players shall produce an annual summer community theater musical production at Ruth Eckerd Hall. Page 1 of 8 3. City Players agrees to select shows that are family oriented, in good taste and represent the morals of the community. The show selection must be approved by the Cultural Affairs Division of the City of Clearwater. 4. City Players agrees to submit the following information as indicated: a) A written request for the scheduling of any City owned or operated facility to be used for rehearsals, meetings, performances, workshops or other events relating to the annual summer musical - Initial Date due: May 6, 2011 and annually thereafter; Attachment number 1 Page 2 of 8 b) An annual report related to the annual summer musical(s) which is/are the subject of this Agreement with a corresponding financial statement — Due date: Within the later of three weeks after the summer musical performances end OR within one week after the reconciliation with Ruth Eckerd Hall is complete. c) Copy of By-Laws and Articles of Incorporation — Date due: Within two weeks after City Players has signed this Agreement. City Players represents that it is a validly existing corporation at the inception of this Agreement. d) A copy of an insurance certificate naming the City of Clearwater as additionally insured — Date due: May 6, 2011, and annually thereafter. e) Selection of the proposed summer musical — Date due: By April 1 of each year in which this Agreement is in effect. f) A copy of the summer musical budget: Date due: May 6, 2011 and annually thereafter. 5. City Players will maintain a positive relationship with the City when occupying or using City facilities for the summer musical by: a) Obtaining prior approval for any activities that are not on the regular practice or use schedule. b) Obtaining prior approval for any equipment or facility alterations. c) Informing Cultural Affairs staff of equipment or facility problems or schedule changes. d) Enforcing and abiding by all City laws, rules, policies and procedures. e) Providing Cultural Affairs staff with current fundraising and promotional materials for the summer musicals. 6. Maintenance of the City facilities when used by the City Players. Page 2 of 8 will cause to be repaired at City Players' expense, and to the City's satisfaction, accidental damage to the premises as a result of their occupancy other than normal wear and tear. 7. Payment of all operating expenses: Except as otherwise provided in the Agreement, City Players is responsible to pay all operating expenses associated with the production of the summer musical(s). Both parties understand that expenses related to the use of Ruth Eckerd Hall (with the exception of rental fees for which there is no charge) will be deducted from ticket sales for the annual summer musicals(s) for the year in which the expenses are incurred pursuant to an agreement dated March 7, 2001 between the City and Ruth Eckerd Hall. City Players sh��g �'$ nur"ber � full discretion in determining ticket prices. City will be provided with up to 20 complimentary tickets to use as it chooses. 8. Payment of Fees and Taxes: City Players shall obtain all required licenses at its own expense and shall pay all required taxes necessary to the City Players' operation if any apply. 9. Creation, Use and Maintenance of Financial Records: a) Creation of Records: City Players shall create and maintain financial and accounting records, books, documents, policies, practices, and procedures to reflect fully the financial activities of City Players related to the summer musical(s), which are the subj ect of this Agreement. Such records shall be available at all times for inspection or review by authorized City representatives and shall be otherwise disclosed in accordance with Charter 119 of the Florida Statutes and other applicable law. b) Use of Records: City Players shall produce any records identified in section 9 a) of this Agreement to authorized City representatives that may be required by the City to document the proper and prudent stewardship and use of any City facilities. c) Maintenance of Records: All records created pursuant to section 9 a) of this Agreement are to be retained and maintained by City Players for a period not less than three (3) years from the date of the summer production to which they relate. 10. Publicizing of City Support: City Players agree to utilize every reasonable opportunity to publicize the support received from the City. City Players further agree to supply the City up to three (3) copies of any publication developed in connection with implementation of programs addressed by this Agreement. Such publications will state that the program is supported by the City and will include the City logo. 11. Liability and Indemnification: City Players shall act as an independent contractor and agrees to assume all risks of producing the summer musical(s) at Ruth Eckerd Hall. City Players shall assume all liability, and defend, indemnify, and hold harmless the City, its officers, agents, and employees from and against any and all claims of loss, liability and damages of whatever nature, to persons and property, including without limiting the generality of the foregoing death of any person and loss of the use of any property up to the insurance policy limits as are indicated in section 12 of the Agreement. This provision in no way expands any liability the City may incur and shall not be construed to expand the limits of Florida Statute 768.28, or be Page 3 of 8 matters arising out of or claimed to have been caused by or in any manner related to the City Players' activities or those of any approved invitee, contractor, subcontractor, or other person approved, authorized, or permitted by City Players in or about its premises whether or not based on negligence. Further, City Players hereby acknowledges that all persons acting in furtherance of the activities provided for under this Agreement are not in any way acting in a capacity as a volunteer or representative for the City of Clearwater or Ruth Eckerd Hall. City Players will require all individuals working with City Players on the summer musical(s) to sign a release agreement substantially in the form attached here as Attachment "A". Minors must provide a Release Agreement executed by their parent or legal guardian. patge 4 of $ nur"ber � 12. Insurance: City Players shall procure at its expense and maintain during the term of this Agreement insurance as shown below: a) A Comprehensive General Liability Policy covering claims for injuries to persons or damage to property which arise from or in connection with use of the City facilities including the Ruth Eckerd Hall premises by City Players including all activities occurring thereon. b) A Business Automobile Liability Policy covering claims for injuries to persons or damage to property that arises from or in connection with use of a motor vehicle owned by City Players. c) Insurance procured in accordance with Sections 12 (a) and (b) shall have minimum aggregate coverage limits of $1,000,000. d) Each insurance policy issued as a requirement of this Agreement shall name the City of Clearwater as an additional named insured. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, agents or volunteers. The City's "Facility Use Agreement" dated March 7, 2001 — Section 5 requires "any group or individual using the Facility, or part thereof, agrees to hold the City and PACT harmless for any claims resulting from their use of the Facility, and shall provide each insurance as the City or PACT might reasonably require". e) City Players shall furnish the City with Certificate(s) of Insurance with all endorsements affecting coverage required by this section by May 1, 2011 and annually thereafter. ARTICLE IIL RESPONSIBILITY OF THE CITY 1. Grant of Funds: a) All "net proceeds" from ticket sales from Ruth Eckerd Hall for the summer musical shall be paid to City Players by the City or Ruth Eckerd Hall. These net proceeds shall be used to produce the following year's production with the exception that $5,000 can be used for the existing year's production expenses incurred outside of the Ruth Eckerd Hall Page 4 of 8 "Net proceeds" shall mean the sum of money remaining from ticket sale revenue after the reasonable Ruth Eckerd Hall charges incurred during the production have been deducted. An estimate of Ruth Eckerd Hall charges is provided by Ruth Eckerd Hall in a lease agreement executed for each production. This estimate is based on the previous year's production as well as information provided to Ruth Eckerd Hall by City Players. City Players shall be responsible for any deficit resulting from its use of the Ruth Eckerd Hall under this Agreement. Under no circumstance shall the City incur or be responsible for any expenses in excess of those specifically provided for herein. b) No additional funds will be budgeted or provided by Clearwater Parks and Rec�� nt nur"ber � os for City Players unless otherwise agreed to by the parties in writing. 2. Grant of In-Kind Services: a) The City agrees to provide City Players access to Ruth Eckerd Hall to produce summer musical(s) for the citizens of Clearwater pursuant to the Agreement of March 7, 2001 between the City and Ruth Eckerd Hall. Provision of the facility is subj ect to the scheduling of availability. b) The City agrees to provide access to City recreation facilities, if available, for the purpose of auditions and rehearsals for the summer musical(s). c) The City will pay for utilities including electric, water and sewer during the rehearsal times in City facilities, with the exception of Ruth Eckerd Hall, where such utilities are subject to the Agreement of March 7, 2001 between the City and Ruth Eckerd Hall. d) The City will provide marketing support for the summer musical(s) by including information in all general publications promoting park and recreation activities; i.e. MyClearwater Magazine, myclearwater.com, and utility bill inserts (if available). The City will also provide professional guidance related to areas of marketing, layout, proof and design of flyers and promotional pieces for the summer musical. The City will provide these in-kind services in its sole discretion based on availability of resources, and shall not bear any costs of the marketing pieces. e) The City will not provide any other additional in-kind services, supplies, labor or equipment whether on loan or for consumption to City Players. 3. City Liaison: The Cultural Affairs Division of the City of Clearwater will serve as the City liaison for City Players. ARTICLE IV. DISCLAIMER OF WARRANTIES This Agreement constitutes the entire understanding between the parties on the subj ect hereof and may not be changed, modified, or discharged except by written amendment duly executed by both parties. No representations or warranties by either party shall be binding unless expressed herein or in a duly executed amendment hereof. Page 5 of 8 the breach. lt the breaching party fails to cure the breach within 14 days from the receipt of said notice, then the contract will terminate 30 days from receipt of the written notice to terminate. Minimum Net Proceeds: If the net proceeds from any summer musical are less than $15,000, City Players may terminate this Agreement upon 30 days written notice. Upon any such termination by City Players, the City shall remit $5,000 of the net proceeds in accordance with Article III. lb) to be used to continue producing future productions similar to that contemplated hereunder. ARTICLE VL NOTICE Attachment number 1 Page 6 of 8 Any notice required or permitted to be given by the provisions of this Agreement shall be conclusively deemed to have been received by a party hereto on the date it is hand-delivered to such party at the address indicated below (or at such other address as such party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid), on the fifth (Sth) business day after the day on which such notice is mailed and properly addressed. 1. If to City, addressed to Parks and Recreation Director, P.O. Box 4748, Clearwater, FL 33758. With copy to: City Attorney, P.O. Box 4748, Clearwater, FL 33758. 100 S. Myrtle Avenue, Clearwater, FL 33756. 2. If to City Players, addressed to City Players, Inc., c/o Patrice Pucci, Registered Agent, 2719 lst Avenue North, St. Petersburg FL 33713. ARTICLE VII. EFFECTIVE DATE The Effective Date of this Agreement shall be the 4th day of May 2011. IN WTTNESS WHEREOF, the parties hereto have set their hands and seals as of the dates indicated below. Countersigned: Frank V. Hibbard Mayor CITY OF CLEARWATER, FLORIDA : William B. Horne, II City Manager Date: Date: Page 6 of 8 Laura Lipowski Mahony Rosemarie Call Assistant City Attorney II City Clerk Date: CITY PLAYERS, INC. �� Patrice A. Pucci As Board President Date: Page 7 of 8 Date: Attachment number 1 Page 7 of 8 I understand that City Players, Inc. ("CPP') will undertake the production of " " at Ruth Eckerd Hall in July 20 . The production will start with auditions and casting as of mid-May to early of that year, continue with rehearsals from May into July and end with performances on . In consideration of the benefits and opportunities afforded me in having the opportunity to take part in all aspects of that production, I, the undersigned, understand and agree that I am not a City of Clearwater representative, employee, or volunteer; I am not an agent or representative of CPI; and I hereby release, and will not hold, CPI, the City of Clearwater, and/or Ruth Eckerd Hall or their corresponding trustees, officers, owners, dir���ent nur"ber � Of 8 contractors, employees, agents, representatives, volunteers, affiliates, predecessors, and successors (the "Released Parties") liable or responsible in any way for any injury, losses, claims, medical expenses, death, or other damages to me or my representatives, family, beneficiaries, heirs, or assigns that may result from my participation in any CPI production or the use or occupancy of any City facility, Ruth Eckerd Hall, and any other facility, including travel to, from or related to this production, and including injuries which may be suffered by me before, during or after the production. Except as to intentional acts, I specifically agree to assume all risks of taking part in the production, exempt, hold harmless and release the Released Parties from all liability or responsibility whatsoever HOWEVER CAUSED, INCLUDING, BUT NOT LIMITED TO, THE NEGLIGENCE, ACTION OR INACTION OF THE RELEASED PARTIES. I HAVE READ AND VOLUNTARILY SIGN THIS WAIVER OF LIABILITY, RELEASE AND INDEMNITY CLAUSE, and further agree that no representations, statements or inducements apart from the foregoing written clauses have been made. I shall indemnify the Released Parties for any claims, costs, losses, fees, penalties, interest, or damages sought on behalf of ine or by any third party resulting from my involvement in the production. Page 8 of 8 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Award a contract (Purchase Order) for $202,469.00 to Southern Sewer Equipment Sales of Ft. Fierce, FL for one International 4300 M7 Chassis with Tymco Model SOOX Street Sweeper, in accordance with Sec. 2.564(1)(d), Code of Ordinances - Other governmental bid; authorize lease purchase under the City's Master Lease Purchase Agreement and authorize the appropriate officials to execute same. (consent) SUMMARY: The Street Sweeper will be purchased through the Florida Sheriff s Association and Florida Association of Counties Contract 10- 18-0907, Specification 81 for Regenerative Air Street Sweepers and the quote dated January 14, 2011. This truck will replace the G2714, 2003 International with Tymco 600 Sweeper, in the Public Services fleet and was included in the Garage CIP 10/11 Replacement Fund. Current Mileage is 61,372. This truck operates at very low speed each day and has a second engine for the sweeper unit that runs at high RPMs all day. The auxiliary engine hours are 4,842. Type: Purchase Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 0316-94234-564100-519- 000 Bid Required?: Other Bid / Contract: Review Approval: $26,316.00 10/1/09 to 09/30/2010 Amount $202,469.00 No Florida Sheriff s Association 10-18- 0907 Budget Adjustment: None Annual Operating Cost: $43,880.00 Total Cost: Appropriation Comment L/P CIP Bid Number: Bid Exceptions: $70,196.00 None Cover Memo Item # 11 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Award Bid Ol-ll (Clearwater City Hall Elevator Modernization) to Delaware Elevator of Florida, Inc. of Orlando, FL in the amount of $148,678.00 for the modernization of both traction passenger elevators located at City Hall and authorize the appropriate officials to execute same. (consent) SUMMARY: The two elevators located at City Hall are original. Numerous repairs have been made and some updates were completed on the elevators. In order to extend the life of these elevators, some major changes as well as upgrades are necessary. The bid outlined the equipment that needs replacement. We received nine bids for this project. The lowest bidder ($119,000.00) did not meet the specifications pertaining to years in business and no similar equipment replacements. The next lowest bidder ($119,500.00) included several options in order to meet the specifications, which caused their total amount to rise to $174,500.00. The third lowest bidder is the selected contractor. The Contractor will work on one elevator until complete and will make sure that one elevator is operational at all times during the modernization. The contractor will keep the noise to a minimum to prevent any disruptions to the normal activities conducted at City Hall. Upon completion of this project, both elevators will meet all current governing rules, codes and requirements. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 315-94521 Bid Required?: Other Bid / Contract: Review Approval: $148,678.00 to Amount $148,678.00 Yes Budget Adjustment: Annual Operating Cost: Total Cost: Appropriation Comment Elevator Refurb/Moderntn CIP Bid Number: Bid Exceptions: None 01-11 None Cover Memo Item # 12 Attachment number 1 Page 1 of 8 MIERZwA & ASS�CATES Independent Elevator Consultin� and Inspections P.O. Box 1185, Brandon, F� 33509 *(813) 890-9515 *(813) 961-5718 Fax �ierzwaele�ato�,a�rco��orr� Invitation to Bid Your company is invited to submit quotations for the elevator modernization at the subj ect location, per the attached specifications. It is expected that the Contractor awarded the modernization will be requested to expedite all phases of the proj ect including reduced material lead times and labor required to complete this effort. Sealed bids will be accepted and opened at a time convenient for the owners and their agents, Please mail or deliver quotes to: City of Clearwater; Purchasing Department Mr. George McKibben, Purchasing Manager 100 S. Myrtle Avenue Clearwater, Fl. 33756 Respectfully, Richard W. Mierzwa Consultant Enclosures: Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 Attachment number 1 Page 2 of 8 BID FORM BID FOR Modernization of Two (2) Otis Elevator Company Traction Passenger Elevators at the: City of Clearwater City Hall Building 112 South Osceola Avenue Clearwater, Florida 33765 BID TO: Mr. George McKibben Purchasing Manager City of Clearwater 100 S. Myrtle Avenue Clearwater, Florida 33756 Ladies/Gentlemen: The undersigned, l�aving familiarized ourselves with local condirions affecting the cost of the work, and with the specificarions and related documents including addenda, if any thereto, hereby proposes to furnish all labor, materials, equipment and services for the modernization of two (2) traction passenger elevators at The City of Clearwater; City Hall Building; for the Base Bid of: Dollars ($ Billing rates for any addirional work not included in the specifications, if any, sl�all be: Regular Hour X 1.50 X 1.70 X 2.00 Mechanic Team DATE: BY: TITLE: (Company Name) (Authorized Signature) per hour. per hour. Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 CITY OF CLEARWATER QUOTATION RESPONSE FORM 8-27-10 FOR CLEARWATER CITY HALL ELEVATOR MODERNIZATION SPECIFICATIONS DATED August 27, 2010 ITEM Elevator Modernization Base Bid Interior Cab Improvements: Add Alternate (1) - Raised Wall Panels with Plastic Laminate: COST Add Alternate (2) - Stainless Steel Toe Kick and Rear Handrail: Add Alternate (3) - Suspended Ceiling with Light Panels and Fixtures: Comments: Terms: I �I I.�►I I PHONE & FAX NUMBER Date: Attachment number 1 Page 3 of 8 AUTHORIZED SIGNATURE PRINT NAME & TITLE Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 Attachment number 1 Page 4 of 8 ELEVATOR SPECIFICATIONS FOR THE ELEVATOR MODERNIZATION AT LOCATION: CITY OF CLEARWATER CITY HALL BUILDING 112 South Osceola Avenue Clearwater, Florida 33765 MANAGED BY: Mr. JAMES WOOD Building & Maintenance Superintendent 1900 Grand Avenue Clearwater, Florida 33765 727-562-4890 Ext. 2805 JimeW����my�l�arvvat�re�om PREPARED BY: MIERZWA & ASSOCIATES Elevator Consultants P.O. Box 1185 Brandon, Florida 33509 (813) 890-9515 �s13� 961-s�is �FaX) mi�rzvva�l�vat�r�a�le�om Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 Section 1.01 1.02 1.03 1.04 1.05 1.06 1.07 1.08 1.09 1.10 1.11 1.12 1.13 CITY OF CLEARWATER CITY HALL BUILDING REQUEST FOR QUOTATIONS (ELEVATOR MODERNIZATION 1NFORMATION) INDEX PART 1— GENERAL CONDTTIONS Description Intent Final Bid Contract Award Equipment / Units Bidders Qualifications Inspection of Premises Insurance Hours of W ork Security / Safety Inquiry Changes Pre-Construction Meeting Notice to Proceed END PART I Pa�e 4 4 5 5 5 5 6 6 6 7 7 7 8 Attachment number 1 Page 5 of 8 Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 2.01 2.02 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.10 2.11 2.12 2.13 2.14 2.15 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 CITY OF CLEARWATER CITY HALL BUILDING Index (Continued) Part 2- Scope of Work Requirements Products / Submittals Regulatory Requirements Salvage Materials Structure Barriers — Signs Continuity of Service Controls / Operation Special Features System Power Requirements Drive Machines / Hoist Motors Brakes Reserved Hoist Ropes & Governor Ropes Speed Governors / Tail Sheaves Car / Counterweight Guides Overhead Cable Deflectors Hatch W ork Car poors / Operators Door Protective Devices Car Fixtures Exterior Fixtures Hoistway Doors Wiring Adjustments Testing : . lo 11 11 12 12 12 12 12 12 13 13 13 14 14 14 15 15 16 16 Attachment number 1 Page 6 of 8 Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 2.27 2.28 2.29 2.30 2.31 PART 3: 3.01 3.02 3.03 3.04 3.05 3.06 3.07 3.08 3.09 3.10 3.11 3.12 3.13 CITY OF CLEARWATER CITY HALL BUILDING Index (Continued) Maintenance 17 Related Work 17 Cab Interior Improvements 17 Drawings / Manuals / Testing Equipment 18 Completion Time 18 END PART 2 CITY OF CLEARWATER CITY HALL BUILDING ELEATOR MAINTENANCE & INSPECTION SERVICES Index (Continued) Basic Services 19 Covered Equipment 20 Cleaning Service 21 Adjustments 21 Lubrication and Operating Fluids 22 Support Services 22 Continuity of Elevator Service 23 Extent of Services 23 Testing 23 Credit for Elevators Out of Service 24 Penalty for Out of Service Units 24 Evaluations 24 State Mandated Inspection Services 24 Attachment number 1 Page 7 of 8 Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 4.01 4.02 4.03 4.04 4.05 CITY OF CLEARWATER CITY HALL BUILDING Index (Continued) PART 4 — EXECUTION Location of Equipment Permits and Codes Non Collusion Certification Informality Waiver/Rejection of Submittals Safety Clearwater: City Hall Building --- End Index 26 26 26 26 26 END CITY OF CLEARWATER: CITY HALL BUILDING Attachment number 1 Page 8 of 8 Clearwater: City Hall Elevator Modernization August, 2I�1'1 # 12 TECHNICAL SPECIFICATIONS FOR THE Elevator Modernization at the City of Clearwater City Hall Building 112 South Osceola Avenue Clearwater, Florida PART 1 - GENERAL REQUIREMENTS 1.01 INTENT Attachment number 2 Page 1 of 23 A. It is the intention of the City of Clearwater, hereinafter referred to as the owner, to modernize the two (2) existing traction passenger elevators by installing new microprocessor controls, as well as other related equipment detailed within these specifications. B. The building is presently occupied and the owner requires that the utmost concern and consideration be afforded the residents to assure safety and minimal inconvenience during the course of the proj ect. C. The contractor shall provide all materials and perform all work necessary to modernize the existing traction passenger elevators as required herein, or necessary, to provide maximum allowable capacity, speed and efficiency in strict accordance with governing codes and regulations. D. The contractor shall visit the site to thoroughly examine and familiarize himself with the conditions and requirements before re-submitting a bid. Failure to do so will not relieve the successful bidder from performing in strict accordance with the purpose and intent of the specifications. 1.02 FINAL BID A. The City of Clearwater requests that your final bid be presented or delivered to: City of Clearwater, Purchasing Division Mr. George McKibben, Purchasing Manager P.O. Box 4748 Clearwater, Florida 33758 All bids, in writing, must be received by 11:00 AM on November 18, 2010 Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 2 of 23 B. Bids must be submitted on provided Bid Response Form and must reflect total "turnkey" proj ect amount. C. By submitting a response to the RFQ, the Bidder certifies that - he/she has not divulged to, discussed with, or compared his/her competitive proposal with other Bidders and has not colluded with any other Bidders or parties involved in this competitive Bid process whatsoever. D. The City reserves the right to rej ect any and all responses and to waive any irregularity, variance, or informality whether technical or substantial in nature, in keeping with the best interests of the City. 1.03 CONTRACT AWARD A. The Owner contemplates to award a contract resulting from the solicitation to the responsible bidder, whose bid, conforming to the specifications, will be most advantageous to the Owner, cost or price without discussion. Therefore, each initial offer should contain the bidder's best terms from a price or cost standpoint. 1.04 EQUIPMENT/UNITS A. Elevators to be modernized are: Two (2), three (3) stop, Otis Geared Basement Traction Passenger Elevators, located at the City Hall Building 102 South Osceola Avenue, Clearwater, Florida. 1.05 BIDDERS QUALIFICATIONS A. Evidence that the bidder has at least five (5) years experience in the modernization, repair and maintenance of elevators. B. Bidders must provide the Owner with at least three (3) names and addresses of other concerns and/or properties for which prior comparable services were rendered as follows: 1) Modernization in progress. 2) Modernization completed approximately one (1) year ago. 3) Modernization completed two (2) years ago. 1.06 INSPECTION OF PREMISES A. Site inspections can be scheduled by contacting Richard Mierzwa @ 813-890-9515 or Mr. James Wood @ 727-562-4890 Ext. 2805. B. There will be a mandatory on site meeting on October 27, 2010 at 11:00 AM. for this project and each bidder is required to attend prior to submitting his/her bid. No allowances will be made for a Bidder's failure to attend this meeting. This meeting will be coordinated by the Owner and the Owner's consultant. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 3 of 23 1.07 INSURANCE The following types of insurance, limits of liability, and policy extensions are required of the Contractor and all sub-contractors. A. Workers' Compensation Insurance applicable to its employees and contractors for statutory coverage limits, which meets all applicable state and federal laws and Employers' Liability in the amount of $500,000.00. B. Business Automobile Liability insurance in the amount of at least $1,000.000, providing Bodily Injury Liability and Property Damage Liability for owned, non-owned and hired automobiles. C. The City is to be specifically included as an additional insured on all liability coverage described above. D. Comprehensive General Liability Insurance on an "occurrence" basis in an amount not less than $1,000,000 combined single-limit Bodily Injury Liability and Property Damage Liability. Coverage shall not contain any endorsement(s) excluding or limiting product/completed operations, contractual liability or cross liability. E. Verification of insurance required must be received by the owner prior to the start of any work. 1.08 HOURS OF WORK A. Unless agreed otherwise, the hours of work shall be Monday through Friday from 8:00 AM to 5:00 PM. Work to be performed at the top of the shafts will need to be coordinated so as not to interfere with scheduled meetings in the City Council Chambers on the third floor. B. If agreed that hours, other than as described above, are worked, any work performed during the hours from 10:00 P.M. to 7:30 AM. shall be work that is done with an absolute minimum of noise. C. All work required, regardless of day or time of day, shall be performed, as needed, and at no additional cost to the Owner. 1.09 SECURITY / SAFETY A. The contractor shall be responsible for the protection of his work and for all security measures necessary to protect his work, materials and/or tools. B. All employees of the contractor and/or employees of any sub-contractor used, must wear or display identification of employer and employee's name. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 4 of 23 C. Contractor shall keep all hallways or pedestrian walkways free of obstacles and broom clean. Work areas shall be broom cleaned daily. D. Work areas that pose any hazard or potential hazards or safety risk shall be appropriately guarded or barricaded to protect against injury or damage. 1.10 IN UIRY A. Questions about any section of the documents and/or scope of work may be raised and received by the Elevator Consultant. It shall be the responsibility of the sender, if, inquiries sent by regular mail, are not received by the Owner or Consultant in adequate time for response. Questions must be received no later than 9:00 AM on November 10; 2010. B. No claim by the contractor, as to the application or suitability of any product or material specified, or his inability to produce first class, approved work with same, shall be recognized, unless such claim is made, in writing prior to the bid opening. C. Mierzwa & Associates may be contacted for informal general information or inquiry at (813) 890-9515, Fax to (813) 961-5718, or mi�rzvva�l�vator�a�le�om. Such communication shall not circumvent the requirements of this section for formal inquiry. D. Any conflict of information, shall be interpreted by the Owner, and reflect the best method possible to complete the work Interpretations after the bid opening shall be determined by the Owner as "Final". 1.11 CHANGES A. The bidders have adequate time to inquire in writing to the Owner's consultant, to answer questions or clarify any issues in the documents. B. Any changes or clarifications to the specifications will be identified and noted as ADDENDUM TO THE SPECIFICATIONS and distributed to interested parties. C. Only changes in writing by the Owner will be considered changes to the specifications. D. The Owner will not accept changes to the documents after the contract award. 1.12 PRE-CONSTRUCTION MEETING A. The Owners representative, elevator consultant, and elevator contractor will meet to discuss specifics including schedules and notice to proceed. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 5 of 23 1.13 NOTICE TO PROCEED A. Notice to Proceed will not be issued until the requirements of Section 1.10 have been satisfied. B. The Owner will issue a Notice to Proceed after all preliminary requirements have been satisfied and the contractor has obtained and staged all necessary materials. C. Completion time will be based on the Notice to Proceed as a work start date. END PART 1 CITY OF CLEARWATER CITY HALL BUILDING PART 2— SCOPE OF WORK 2.01 REQUIREMENTS A. The contractor shall provide all materials and perform all work necessary to modernize the existing traction passenger elevators as required herein, or necessary, to provide maximum allowable capacity, speed and efficiency in strict accordance with governing codes and regulations. B. The contractor shall visit the site, per the schedule in Section 1.06, thoroughly examine and familiarize himself with the conditions and requirements before submitting a bid. Failure to do so will not relieve the successful bidder from performing in strict accordance with the purpose and intent of the specifications. 2.02 PRODUCTS / SUBMITTALS A. Subj ect to compliance with regulations, manufacturers offering products shall use only such products, or manufactured articles, materials and supplies as have been manufactured in the United States, substantially all from articles, materials and supplies mined, produced or manufactured, as the case may be, in the United States, except to the Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 6 of 23 extent that the Owner has found the use of such domestic articles, materials or supplies, to be impractical or unreasonable to increase the cost. B. Approved suppliers are: 1. Microprocessor Controls...Motion Control Engineering (MCE) 2. Door Equipment ................G.A.L. of New York. 3. Roller Guides ................ ... Original Equipment Manufacturer. Elsco Manufacturing Co. 4. Fixtures and Devices.........Innovation Industries. G.A.L. of New York 5. Hoist machines/motors....Hollister Whitney, Imperial 6. Rope Brake ... ... ... ... ......Hollister Whitney Original manufacturer's replacement parts shall be used where and as necessary for retained equipment. C. Submittals shall be made for each product proposed. Alternative or proposed equivalent products shall be considered, but must be submitted to and approved acceptable by the Owner's consultant. D. Lead base paints are prohibited at this location. 2.03 REGULATORY REQUIREMENTS A. The work performed under this contract, equipment and materials furnished, shall comply with prevailing and governing rules, codes and requirements including but not limited to: 1. Florida Statutes Chapter 399 2. Florida Elevator Safety Code; Chapter 61G5 3. ANSUASME A17.1 / A17.3 Safety Codes for Elevators and Escalators 4. National Electric Code; NFPA 70. 5. ADA (504) Requirements. 6. Any other jurisdictional agency, code or ordinance (a) Contractor shall be responsible to obtain all permits, variances, certificates, inspections, or the like, to assure his completed work results in a legal operating certificate/s. The City will waive fees for City of Clearwater issued permits. (b) The Contractor shall comply with all applicable provisions of the Occupational Safety and Health Act (OSHA) throughout the duration of the specified work The Owner shall be held harmless from any violations by the Contractor of said provisions. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 7 of 23 2.04 SALVAGE MATERIALS A. The Owner may, at its option, retain replaced materials or devices. B. Any materials or devices not specifically retained by the Owner shall become the property of the contractor. Disposal of such materials shall be the contractors responsibility and shall be done as soon as practicable to insure the premises be kept clean and safe. 2.05 STRUCTURE A. There will be no modifications to the existing structure, except as necessary to perform the modernization such as drilling and cutting for mounting of equipment, installation of conduit or piping and the like. B. Cutting and patching shall be the responsibility of the Contractor and care should be taken to limit the amount of patching necessary. Any boxing, patching or bevels required within the elevator machine room or hoistway/s shall be the contractor's responsibility. Restored surfaces shall be plumb, true square, smooth and in line with existing surfaces. C. Contractor shall protect existing floor and wall surfaces from damage and or dirt/grease. 2.06 BARRIERS - SIGNS A. The contractor shall provide safety barriers and out of service signs as necessary to assure the safety of pedestrian building traffic as well as his own work. B. Legible and understandable signs are to be posted indicating an elevator has been removed from service and relating duration of outage. 2.07 CONTINUITY OF SERVICE A. It is mandatory that one elevator be in continuous normal service at all times during the work progress. 2.08 CONTROLS / OPERATION A. Replace the existing control panels with a new Siplex Operating System, current state of the art microprocessor equipment. The new control must incorporate any and all present code requirements and be capable of "against wall" mounting. Controls shall not in any manner be proprietary in nature and not proprietary to third party maintenance. Motion Control Engineering (MCE) is an approved product for this application. An appropriate landing system shall also be included as well as all existing hatch switches shall be replaced with new. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 8 of 23 B. The new controls shall be located and installed in the elevator machine room level in a place most suited for ease of access, line of vision and in compliance with all code requirements of clearance. C. All components shall be housed in structurally sound and finished cabinets or housings approved for elevator applications. D. All components of the controller system shall be capable of continuous operation of temperatures of 0-40 degrees Centigrade and humidity levels up to 95%, non- condensing. E. The control system shall provide comprehensive means of accessing the computer memory for elevator diagnostic purposes. It shall have permanent indicators for important elevator statuses as an integral part of the controller. F. When properly adjusted, the units shall be capable of operating with capacity load on the car, in either the up or down direction with no noticeable change in car speed, leveling or stopping. The elevator shall operate, regardless of load, in a smooth and controlled manner without any discomfort to the passengers. G. The operation shall be Simplex Selective Collective Automatic Control operation and include all existing features of operation and any features required by prevailing codes. H. The momentary pressing on one or more car buttons shall send the designated landings in the order in which the landings are reached by the car, irrespective of the sequence in which the buttons are pressed. During this operation the car shall answer calls from the landings which are in the prevailing direction of travel and each call shall be canceled when answered. I. The operation of the elevators shall be from two risers of UP and DOWN push buttons at all intermediate landings, and from two push button fixtures at each terminal landing. Should both an up and down call be registered at an intermediate landing, the call corresponding to the direction in which the car is traveling shall be canceled upon the stopping of the car at that landing. K. Door protection timers shall be provided for both opening and closing directions, which will protect the motor and prevent the car from getting stuck at a landing. The door open protection timer shall cease attempting to open the door after a predetermined time in the event the doors are prevented from reaching the open positions. In the event the doors fail to make up the door locks after a predetermined time, the door close protection timer shall reopen the doors for a short time. If, after an adjustable predetermined number of attempts, the doors cannot be successfully closed, the door shall be opened and the car Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 9 of 23 removed from service. Four standing door times shall be available for car call and corridor call answering door safety device functioning and lobby time. L. If the doors are prevented from closing for longer than 25 seconds, a door "nudging" close operation shall cause the doors to move at a slow speed, per code, in the close direction. An audible signal shall sound during the nudging operation. M Independent service operation shall be provided in such a way that actuation of a key switch in the car operating panel will cancel any existing car calls, and hold the doors open at the landing. The car will then only respond to car calls. Car and hoistway doors will only close with constant pressure on a car call push button or the door close button. While on independent service, arrival lanterns shall be inoperative. N. New car top operating stations complete with necessary operating buttons, safety switches, work light and GFI shall be provided. 2.09 SPECIAL FEATURES Emergency power operation of elevators shall be automatic and sequential as not to place excessive demand of running both elevators at the same time. 2. Features such as fire service shall be such as required by prevailing codes. 2.10 SYSTEM POWER REQUIREMENTS A. Elevator system power requirements shall be such as to utilize existing power supplies of normal and/or emergency nature (sequential or key selection/operation). B. Disconnecting means shall be as directed by the National Electric Code. Existing components, including disconnect switches, within the elevator system, not complying with current code requirements, shall be replaced by the elevator contractor to assure compliance. 2.11 DRIVE MACHINES / HOIST MOTORS A. The existing hoist machines shall be retained but remedial work shall be performed. The existing hoist motors shall be replaced with new AC hoist motors, properly sized for the application to operate the elevators at the present rated capacity and speed. New motors shall be installed and aligned to allow no operating vibration. Completed assembly shall be painted with gloss enamel paint. B. The gear cases shall be drained, flushed and cleaned. The ring and worm gears shall be inspected for wear and proper mesh/clearance to assure minimal backlash or racking. All internal bearings shall be inspected including head, thrust and pedestal bearings. Any internal components showing excessive wear shall be replaced. Units shall be refilled with the proper amount and grade of gear lubricating oil. Units shall have all seals and Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 10 of 23 10 gaskets replaced to eliminate any oil leakage. Units shall be reassembled and made to operate compatibly with the new control/motor drive. 2.12 BRAKES A. The existing brakes shall be retained, disassembled, worn pins checked and replaced as necessary. New brake linings shall be installed. Brake assemblies, including magnet core, fulcrums and pivot pins shall be cleaned, lubricated, reassembled and adjusted for smooth and proper operation. The unit shall be fitted with an emergency rope gripper as required by code. The emergency brake shall prevent ascending elevator car overspeed and any unintended car movement. 2.13 RESERVED 2.14 HOIST ROPES / GOVERNOR ROPE A. The existing hoist ropes shall be retained. B. Governor ropes shall be replaced with new. 2.15 SPEED GOVERNORS / TAIL SHEAVES A. Speed governors and tail sheaves shall be replaced with new. 2.16 CAR / COUNTERWEIGHT GUIDES A. The existing car and counterweight roller guide assemblies shall be replaced with new 6" roller guide assemblies, as manufactured by the Elsco Manufacturing Co. 2.17 DRIVE SHEAVES / OVERHEAD CABLE DEFLECTORS A. The existing drive sheaves and overhead deflector sheaves shall be inspected for hub, web and/or flange cracks, sheave groove wear and any loss of land material. Any negative results of the test shall be reported to the owner's agent. B. Any bearing noise or detectable bearing wear shall require replacement of bearings. 2.18 HATCH WORK A. Other than new components or devices as necessary or required to complete the installation, there are no replacements of hatch equipment contemplated. B. The retained devices shall be cleaned, lubricated and adjusted as necessary to provide smooth and dependable operation. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 11 of 23 11 C. This work shall include, but not be limited to, sheaves or pulleys, pit equipment, car top mounted devices, safeties and buffers. D. Car and counterweight guide rails shall be inspected. The face of rails and splice joints shall be examined and any roughness or misalignment shall be corrected. Splice plates, mounting brackets, shims and fasteners shall be checked, adjusted and/or tightened as necessary. E. Shafts shall be cleaned down to remove dust, dirt, lint and other debris. Walls shall be patched as necessary and any projections beveled to comply with existing code requirements. F. Pit ladder/ladders shall be installed to comply with current code requirements for pit access from lowest landing. Pit equipment to a height of six (6) feet from the pit floor, shall be cleaned, any rusted metal surfaces wire brushed or sanded and covered with one primer coat and one finish coat of rust preventative high gloss enamel. Pit floor shall receive one coat of appropriate paint. G. Car top railings and toe guards shall be installed for safety purposes. 2.19 CAR DOORS / OPERATORS A. Existing car door operators shall be replaced with new car door operators as manufactured by the GAL Company of New York and be adjusted to work compatibly with car and hoistway door equipment. B. Car doors, tracks, hangers, rollers, drive clutch, and all related equipment shall be replaced with new. Door finish to be #4 Stainless Steel. C. The completed car door operating system shall comply with any and all governing regulations and code requirements. D. Car doors shall be fitted with new door restrictor devices to prevent opening of the car door more than 4" when the elevator car is more than 18" above or below floor level. Each door panel shall have installed a minimum of two (2) door gibs. . 2.20 DOOR PROTECTIVE DEVICES A. Existing door protective devices shall be replaced with new multiple beam infra-red non-proprietary sensing units, to protect the full height of the door opening. B. Interruption of any light beam/s shall cause an open door to stay open, or, if the doors are closing, shall cause the door to immediately stop and reopen. The re- establishing of the light beams shall, after a predetermined time, allow the doors to close. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 12 of 23 12 C. Should doors be delayed or prevented from closing for a determined time, nudging shall occur and an audible signal given while the doors close at a reduced speed and force not to exceed 2'/z ft. lbs. (Refer ANSI A17). 2.21 CAR FIXTURES A. Existing car operating panels shall be replaced with new and shall include, but not be limited to: digital position indicators, call buttons with call registry illumination, alarm button, door open button, door close button, attendant service key switch, emergency light fixture, fire service switch, operating key switches, fire buzzer, standard sized telephone compartment with approved "hands free" communication, keyed emergency stop switch, Firefighters Service Features, Firefighters phone jack and any other switches or devices to comply with desired operation, code requirements and specifications. Car operating panels shall be etched with required signage as well as car number and capacity. B. Replace existing car direction lanterns with new stainless steel cab wall mounted fixtures. C. Any voids caused by removal or replacement of fixtures shall be appropriately covered with stainless steel masks or cover plate/s having a brushed #4 stainless steel finish. 2.22 EXTERIOR FIXTURES A. Existing corridor push button fixtures shall be replaced with new, surface mounted, code compliant fixtures at all intermediate and top terminal floors. Cover plate material and finish shall match existing materials and finishes and be etched with the "In Case of Fire" Logo. B. The first floor, surface mounted fixture, shall incorporate the corridor push button, fire service keyed switch and any other operating feature switches required. Digital position indication shall be incorporated into the individual fixture. Plate shall be #4 brushed stainless steel to closely match other fixtures and be etched with the "In case of Fire" Logo. Fixture installation, location and design shall be such to incorporate requirements and provisions for equal access (ADA). A keyed emergency power selection switch shall be incorporated into the fixture (marked 1-auto-2). C. All corridor pushbutton fixture cover plates shall be brushed stainless steel finish and be etched with the "In Case Of Fire" logo. D. Abandoned fixtures shall be removed and voids properly filled per 2.04 B or appropriately covered with like cover plates. E. Terminal floor hoistway access switches shall be provided as required by code. F. Fireman communication panel, conduit, wiring and all necessary equipment shall be included per code. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 13 of 23 13 2.23 HOISTWAY DOORS A. Existing door panels shall be replaced with new. All hoistway door equipment including tracks, hangers, rollers, related unlocking/ drive hardware, interlock contact kits, closers and component parts shall be replaced with new. Any existing equipment retained shall be cleaned, painted, lubricated and adjusted to work effectively in conjunction with the newly installed car door equipment. B. All hoistway doors shall be provided with functional emergency unlocking. Hoistway side of panel shall be brushed, sanded and painted with rust preventative paint. Floor numbers shall be properly identified. C. All door panels are to be fitted with a minimum of two (2) door gibs, appropriate fire stops and emergency unlocking capability. D. Hoistway door jambs shall have floor indication plates installed at 60" from the floor on each side jamb. 2.24 WIRING A. The elevator machine room disconnect switches shall be replaced by the Contractor if not code compliant at the time of inspection. B. All wiring shall be replaced from the secondary side of the machine room disconnect switches and throughout the elevator system. Stranded copper wire only shall be used. Wiring and conduit shall comply with the National Electric Code standards as applicable. C. Except main feeders, all wiring runs shall be complimented with 10% spares. D. Elevator Contractor shall be responsible for electrical code compliance items including but not limited to; disconnect switches, cab 110 disconnect switches, pit switches, GFI receptacles or any special grounding. 2.25 ADJUSTMENTS A. All equipment shall be properly adjusted for proper, smooth and quiet operation. Adjustments shall include, but not be limited to: Elevator car acceleration, run, deceleration, leveling and stop, adjusted to obtain maximum equipment efficiency without stress to the equipment nor reduction in passenger comfort. 2. Door adjustments shall be such to provide smooth and proper operation of Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 14 of 23 14 door opening and closing functions. Speeds shall be within ranges to allow for reasonable passenger entry and exit of the elevator but shall not exceed ADA/504 requirements. 2.26 TESTING A. The contractor shall schedule and perform any and all tests or inspections required to obtain permits and certificates from those agencies having jurisdiction, including assurance that completion of his work will result in legal operating certificate/s issued by governing agencies B. The contractor shall perform all tests necessary to assure proper operation and function of the equipment. These tests shall include but not be limited to; car/counterweight balance test and brake 125% load test. Contractor shall correct any discrepancies. C. The contractor shall conduct, for the Owner, a complete operational test of the elevators to display and assure proper functioning of regular and special features. D. Where elevator equipment interfaces with peripheral systems such as emergency power and building fire alarms, the contractor shall work with other contractors to assure the elevators function properly from signals or voltages initiated from the peripherals. 2.27 MAINTENANCE A. Interim maintenance shall be provided, beginning on the notice to proceed date, and continuing throughout the modernization project. Subsequent maintenance shall be provided as specified in Section 3 of these specifications and will begin on the date of acceptance for both modernized elevators, and continue for a period of five years, (1825 days), from that date. The contractor shall include and provide full preventative maintenance services, for periods of not less than 4 hours per month, on the modernized elevators. B. Interim and subsequent maintenance costs are to be included in the modernization pricing and shall include 7 day per week, 24 hour per day, call back coverage, at no additional cost to the owner, except for causes beyond the contractor's control. 2.28 RELATED WORK A. The contractor shall be responsible for all work related to, and required for, the total completion of the proj ect, including but not limited to, correction of any holes and/or voids, code compliance items. B. Newly installed equipment shall have any scrapes and scratches touched up with matching paint color. Elevator machine room floors shall be painted upon completion of all work. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 15 of 23 15 C. Contractor shall be responsible to co-ordinate the efforts of any peripheral services or features to assure all related systems are properly operational. D. Contractor shall not be responsible for: 1. Building smoke detector systems. 2. Building fire alarm systems. (Does not include fireman communication panel) 3. Machine room ventilation. (Owner Item) 4. Wiring for emergency power devices beyond the exterior of walls enclosing elevator shafts and/or machine rooms. 2.29 CAB INTERIOR IMPROVEMENTS A. The base bid will include final cab clean up and/or complying with any code mandates, with no other cab interior improvements. B. An add alternate bid is to be submitted that includes line item pricing for: 1. Installation of raised wall panels faced with standard grade plastic laminate. 2. Stainless steel toe kick and flat stainless steel rear wall handrail. 3. Suspended aluminum frame ceiling with opaque polycarbonate panels and fluorescent light fixture. 2.30 DRAWINGS / MANUALS A. Upon completion of the elevator work, at the time of final acceptance, the contractor shall furnish the Owner with one (1) job set and two (2) copies of drawings, schematics, technical information and parts manuals as may be required, including complete and accurate "as is" schematics, test procedures and any other publication or information related to the elevator equipment provided under this contract. 2.31 COMPLETION TIME A. The contractor will not be given notice to proceed until he has obtained and staged all materials necessary to fully complete the project. The contractor shall have one hundred and forty (140) calendar days to complete the project based on the notice to proceed date established. B. Final invoice shall be submitted to: James Wood City of Clearwater Building and Maintenance Division 1900 Grand Avenue Clearwater, Florida 33765. (Invoices will not be approved until all permits are signed off and final waiver of liens are received.) Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 16 of 23 16 END PART 2 CITY OF CLEARWATER CITY HALL BUILDING PART 3— ELEVATOR MAINTENANCE & INSPECTION SERVICES 3.01 BASIC SERVICES A. Scheduled Examinations 1. Contractor will perform regular, systematic examinations of the equipment to include, but not limited to, the lubrication, adjustment, cleaning and evaluation of all applicable unit components as per Section 3.03 A, 3.04 A and 3.05 A. B. Equipment Repairs and Replacements 1. The elevators listed in these specifications shall be maintained in a preventative maintenance manner anticipating component failure resulting from the effects of wear and fatigue, and shall operate at optimum performance levels at all times. 2. All elevator equipment, parts, materials and procedures shall comply all current applicable requirements of Florida Elevator Code Chapter 399, ANSUASME A17, and other prevailing codes, rules, ordinances, regulations or laws. Contractor will, when conditions warrant, repair or replace the equipment specified in section 3.02 A. a. Warranted conditions include wear and tear due to normal use. C. Emergency Services Emergency service shall be made available 24 hours a day. Response shall be within 2 hours of receiving calls for service. D. Service Hours 1. Regular scheduled service shall be between the hours of 8:00 AM and 5:00 PM, Monday through Friday, excluding holidays. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 17 of 23 17 E. Contractor shall coordinate and be present for all state-mandated or other required regulatory testing. Said activities shall include the Owner, the Contractor's contracted inspection service provider and the Owner's alarm service contractor (if applicable). F. Contractor shall maintain complete records, including machine room check/log charts, of all work performed by Contractor. This documentation shall be made available to the Owner during and after the life of the Contract. G. At the conclusion of this Contract, all elevators listed herein shall be in properly maintained working order and all reference materials (manuals, drawings, schematics, etc.) furnished by the Owner shall be returned to the Owner. 3.02 COVERED EQUIPMENT A. Coverage is to include all applicable systems, as well as all sub-assemblies and sub-components that the systems are comprised of. The Contractor shall inspect, clean, lubricate, adjust and when conditions warrant, repair or replace the following equipment and component parts thereof, including but not limited to: 1. Elevator machine, hoist motor, hydraulic pump unit, worm gears, ring gears, bearings, shafts, sheaves, brakes, linings, seals, packings, gaskets, valves, pumps, exposed hydraulic lines and fasteners. 2. All types of motors, generators and governors. Controller, dispatcher, micro-processors, relay panels, relays, contactors, coils, solid-state devices, printed-circuit boards, timers, selector, electrical and/or mechanical driving devices, transformers, capacitors and rectifiers. 4. Hatch and pit sheaves, safety stopping devices, compensators, buffers, guide rails, roller and solid guides, limit switches, hatch switches, audible and visual signal devices and push button fixtures. Mechanical and electrical cables, wire ropes, door operating devices, door safety devices and all wiring. 6. Hatch and car door interlocks, tracks, hangers, load-weighing devices, guides, gibs, relating devices and alarm devices. 7. Car and hoistway door hardware Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 18 of 23 18 8. Car and counterweight safety mechanism, buffers, guide rails, guide rollers and shoes. 9. Painting of machinery and floors shall be performed as needed to minimize rust/corrosion and facilitate cleaning. 3.03 CLEANING SERVICE A. Cleaning service shall include but not be limited to: 1. Wiping machinery and equipment to eliminate accumulations of dust, lint and excessive lubrication. 2. Vacuum cleaning of delicate devices and wiring. Where necessary, a light brush shall be used to gently loosen dust in hard to reach areas during or before vacuuming. 3. Accumulations of dust, carbon dust and lint shall be blown out of all rotating equipment such as motors and generators. 4. Machine room floors, pits and hatchway equipment shall be swept or brushed clean. 5. Cleaning solutions or solvents must be of a type approved for the application and be environmentally and user-safe. 6. In no case shall flammable materials be used or stored. 7. All dirt, debris or oily/soiled cleaning materials shall be promptly and properly disposed of. 8. Cleaning of machine room, car top and pit shall be performed periodically on an as needed basis. 3.04 ADJUSTMENTS A. All equipment shall be properly adjusted for smooth, quiet and proper operation and shall include, but not be limited to: 1. Elevator car running, acceleration, deceleration, leveling and stopping in such a manner as to optimize floor-to-floor times without stressing the equipment nor compromising passenger comfort. 2. Door operation for smooth and quiet operation without exceeding code criteria for speed and force. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 19 of 23 19 Interval times shall be adjusted so as to comfortably expedite passenger traffic flow. 4. No effort shall be made to circumvent proper adjustments. Any revisions, alterations or adjustments to circuitry shall be properly recorded and integrated into the schematic job drawings maintained on record by the Owner to assure that all schematics and wiring diagrams are current and accurate. 3.05 LUBRICATION AND OPERATING FLUIDS A. All fluids shall be of a type approved for elevator applications including, but not limited to: 1. Where conditions warrant, lubricants and/or fluids shall be of the LT (low temperature) or HT (high temperature) grade to permit proper operation in cold or hot environments. 2. Proper levels of lubricants and fluids shall be maintained so as not to be under or over in accordance with manufacturer's requirements. 3. All hydraulic, operating, cooling and lubricating oils; greases, synthetic lubricants and fluids are to be of a type approved by the manufacturer and shall be supplied by the Contractor. 3.06 SUPPORT SERVICES A. Contractor shall maintain an inventory of commonly used repair parts and supplies, including but not limited to: 1. On-site or in-vehicle parts shall include the following inventory: a. Relays, coils, contacts, door-operation parts, shunts, fuses, resistors, timing devices, solid-state relays, printed-circuit boards, roller and slide guides, gibs, safe edge, ICU and photo- eye parts, drive belts, push button and signal lamp parts. B. Contractor shall maintain an additional supply of repair parts and supplies in a local warehouse or stockroom facility, including but not limited to: 1. Parts available within 24 hours shall include the following inventory: Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 20 of 23 20 a. Oil seals, motors, hydraulic pumps and valves, pushbuttons, rectifiers, bearings and generator parts. C. Contractor shall maintain full-time field supervisors to oversee repair and maintenance activities on specified equipment. D. Contractor shall set up and maintain a systematic maintenance program and provide City with documentation of same. 3.07 CONTINUITY OF ELEVATOR SERVICE A. Contractor shall be responsible for continuous operation of at least one elevator of a duplex system in a building at all times with larger cars receiving priority. Loss of service of both elevators shall be treated as an emergency and all work shall be continuous to restore service to priority elevator. The Owner shall be notified immediately of any unplanned reduction in elevator service and the time required to restore. B. Planned removal of elevators from service for periods exceeding four (4) hours shall require Contractor to notify the Owner for scheduling approval and will requesting posting the times of non-operation. Posting must be performed not less than 24 hours prior to removing elevator from service. 3.08 EXTENT OF SERVICES A. Preventative maintenance services, including inspections and tests shall be thorough and complete including but not limited to, all manpower, parts, tools, materials, lubricants, approved cleaning materials and all incidentals required to properly perform the required services. B. Repair work shall be the responsibility of the Contractor to perform and shall include all material, equipment, labor and parts necessary to properly complete the work. C. 24-Hour Call Back Service shall be included for all elevators in this contract. This service shall be provided at no extra charge 24 hours per day, 7 days a week. When called, the Contractor shall respond within 2 hours unless otherwise agreed to by the Owner. Contractor's representative shall notify the Owner's Building and Maintenance Division of his/her arrival and departure times as well status of said equipment. 3.09 TESTING A. The contractor shall only be required to perform those tests which are required by governing agencies, codes or the Owner at the time of the contract start date. All tests shall be performed on time, on or before the due date. Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 : Attachment number 2 Page 21 of 23 21 All test procedures shall be as required by the current applicable code(s) ANSUASME A17, or the manufacturer's recommendations in lieu of prevailing code(s). 3.10 CREDIT FOR ELEVATORS OUT OF SERVICE 3.11 3.12 3.13 A. When it becomes necessary that a unit(s) is (are) removed from normal service for any reason, a deduction shall be made from the monthly invoiced amount after the unit has been out of service for a period of fourteen (14) calendar days. B. The amount of credit shall equal the maintenance cost for the respective unit(s). PENALTY FOR OUT OF SEVICE UNITS A. If an elevator is out of service for more than a 48 hour period without prior arrangement, and/or is due to the Contractor's negligence or inability to perform the necessary repairs, a penalty of $150.00 per day shall be imposed per unit out of service. EVALUATIONS A. The Owner reserves the right to inspect, test and evaluate the Contractor's services and performance during the term of the contract. Should the Owner, or its representative, find that services or performance standards do not conform to contract specifications, the Owner, at its own discretion may: Require the Contractor to perform the necessary services within a reasonable specified period of time. This notification shall be in writing. 2. If the Contractor does not respond in a timely and acceptable manner, the Owner reserves the right to have the services performed by others and to charge the Contractor for all costs incurred. STATE MANDATED INSPECTION SERVICES A. Scheduled Inspections Florida, Professional Clearwater: GYty Hall Contractor shall utilize the services of an independent elevator inspection service provider to perform regular, annual inspections of the elevator equipment in accordance with all applicable State of Bureau of Elevator Safety, Department of Business & regulation (The Bureau) and Owner's requirements. Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 22 of 23 22 Inspections and resultant follow-up activities shall be the responsibility of the Contractor and shall be performed in such manner as to assure the validity of the state certificate and to preclude unnecessary repeat site visits. Owner will not be responsible for any costs incurred due to miscommunication or repeat site visits resulting from the uncoordinated scheduling activities of either party. B. Inspection Hours 1. Regular scheduled inspections shall be conducted between the hours of 8:00 AM and 5:00 PM, Monday through Friday, excluding holidays. C. Reporting In addition to the reporting requirements of The Bureau, the awarded Contractor will be responsible for inspecting each elevator under this contract and sending a written report to the City's Building & Maintenance Superintendent. Inspections shall be performed and reports shall be submitted in a timely manner in order to facilitate the issuance of renewal certificates prior to the expiration date of existing certificates. If this deadline cannot be met due to valid, documented technical or other reasons, the deferred response shall be executed in a manner which is in accordance with all relevant Bureau requirements and Owner must be made aware of such situations. 3.14 RESERVED 3.15 RESERVED 3.16 RESERVED 3.17 SUBMITTALS A. A detailed list of any ancillary modifications that are required but not listed in the Scope of Work Such items may be the result of problems not evident by visual observation or items that are required to implement the specified upgrades. END PART 3 Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 Attachment number 2 Page 23 of 23 23 CITY OF CLEARWATER CITY HALL BUILDING PART 4 — EXECUTION 4.01 LOCATION OF SUBJECT EQUIPMENT A. City of Clearwater, City Hall Building, 112 South Osceola Avenue, Clearwater, Florida. B. By submitting a response to the RFQ, the Bidder certifies that-he/she has not divulged to, discussed with, or compared his/her competitive proposal with other Bidders and has not colluded with any other Bidders or parties involved in this competitive Bid process whatsoever. 4.02 PERMITS AND CODES A. The contractor will be responsible for obtaining all permits and for any related fees (The City will waive fees for City-issued permits.) The Contractor will also be bound to all applicable state, local and/or federal codes, laws, and regulations currently applicable to this type of equipment and intended function. 4.03 NON-COLLUSION CERTIFICATION 4.04 INFORMALITY WAIVER / REJECTION OF SUBMITTALS A. The City reserves the right to rej ect any and all responses and to waive any irregularity, variance, or informality whether technical or substantial in nature, in keeping with the best interests of the City. 4.05 SAFETY A. The Contractor shall comply with all applicable provisions of the Occupational Safety and Health Act (OSHA) throughout the duration of the specified work. The Owner shall be held harmless from any violations by the Contractor of said provisions. END PART 4 END CITY OF CLEARWATER: CITY HALL BUILDING Clearwater: GYty Hall Elevator Modernization Mierzwa Elevator Consultants Item # 12 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Approve a contract with HDR Engineering, Inc, an Engineer of Record, in the amount of $202,842 to perform an efficiency review of the Public Utilities Department, funding to be provided out of Water and Sewer Fund unappropriated retained earnings, and authorize the appropriate officials to execute the same. (consent) SUMMARY: Fiscal conditions have led the City of Clearwater to consider efficiency reviews to re-examine spending and operations. The reviews are intended to help the City of Clearwater determine priority customer service areas and ways to improve efficiency and reduce costs. Purpose and Scope of Public Utilities Ef�ciency Review Challenges facing public utilities are many, including more stringent regulatory and operating environments, the need for new water supplies, higher costs, increased responsibility for the environment, aging infrastructure, and a changing workforce. These challenges have led the City of Clearwater to undertake a management and efficiency review of the Public Utilities (PU) Department to reexamine spending, operations, and organizational structure. In completing a management and efficiency review, the City of Clearwater has two primary goals: (1) lowering spending and saving money in the short term, and (2) improving performance and yielding additional savings in the long term. Managing a public utility organization is complex. How the organization is designed and its approach to providing services can be significantly impacted by how it is structured and how it addresses the challenges before it. The delivery of public utility services is impacted by many factors including management structure and responsibilities, employee skills, community and agency culture, politics, economics, social needs, climate, natural resources, demographics, and technology. When reviewing the Clearwater PU Department, the key focus shall be to determine and review core services, what functions need to be performed, are they being performed department-wide as efficiently as possible, and then identify budget limits and performance targets for each core service. This short-term review can clarify greater changes that can be made within the department or one of its processes to improve efficiency in the long- term. Options include maintaining a program, restructuring or cutting back a program, outsourcing a program, or eliminating the program altogether. When focusing on ways to improve departmental efficiency, the key focus should first be to determine the most effective organizational structure to deliver core services and then secondly, to develop effective performance measures. The City believes it is necessary to conduct a comprehensive examination of Public Utilities, from a governance, management, and operational perspective in order to chart a course for its future. Scope of Work: A. Evaluate Existing Conditions Cover Memo Item # 13 1- Identify and evaluate existing operations across the 4(four) main programs: water (production and distribution), wastewater collections, reclaimed water, and water pollution control. 2- Conduct pertinent interviews/surveys, i.e., City Council, City Manager, Public Utilities Department Management, applicable PU employee representatives. 3- Evaluate existing regulatory (Federal, State, County, Special District, City) requirements and compliance levels. B. Evaluate/Review Management/Administration Staffing Levels 1- Review organizational chart and appraise responsibilities assigned within each division. 2- Assess management's problem identification, long-term planning, and organizational development strategies. 3- Provide observations and recommendations regarding organizational structure. 4- Review of succession planning to senior management positions and over-all staffing levels. 5- Evaluate communication and interaction with employees and management staff within and across divisions. C. Division Level (water, wastewater collections, reclaimed, water pollution control) Review 1- Appraise adequacy of staffing and workload of each function/unit. 2- Assess technology systems, equipment, and staff use/capability. 3- Evaluate current workload and asset management system including records creation, retention, and storage. 4- Identify opportunities and recommendations for any internal consolidation of functions and services that can result in efficiencies. 5- Identify opportunities and recommendations for outsourcing functions and services. D. Benchmarking Data Analysis Obtain and analyze comparable benchmarking data for like-sized public utilities systems and best management practices (can be individual for each of the 4 divisions). E. Review of other areas/issues deemed necessary by the consultant to meet the goals of this study. Appropriation Code 0421-01345-530300-536-000- 0000 Bid Required?: Other Bid / Contract: Review Approval: i��. Amount 202, 842 Appropriation Comment Bid Number: Bid Exceptions: Other Cover Memo Item # 13 Attachment number 1 Page 1 of 4 City of Clearwater, Florida Purpose and Scope of Work — Public Utilities Department Efficiency Review I. PurpOSe: Challenges facing public utilities are many, including more stringent regulatory and operating environments, the need for new water supplies, higher costs, increased responsibility for the environment, aging infrastructure, and a changing workforce. These challenges have led the City of Clearwater to undertake a management and efficiency review of the Public Utilities (PU) Department to reexamine spending, operations, and organizational structure. In completing a management and efficiency review, the City of Clearwater has two primary goals: (1) lowering spending and saving money in the short term, and (2) improving performance and yielding additional savings in the long term. Managing a public utility organization is complex. How the organization is designed and its approach to providing services can be significantly impacted by how it is structured and addresses the challenges before it. The delivery of public utility services is impacted by many factors including management structure and responsibilities, employee skills, community and agency culture, politics, economics, social needs, climate, natural resources, demographics, and technology. When reviewing the Clearwater PU Department, the key focus shall be to determine and review core services, what functions need to be performed, are they being performed department-wide as efficiently as possible, and then identify budget limits and performance targets for each core service. This short-term review can clarify greater changes that can be made within the department or one of its processes to improve efficiency in the long-term. Options include maintaining a program, restructuring or cutting back a program, outsourcing a program, or eliminating the program altogether. When focusing on ways to improve departmental efficiency, the key focus should be to first determine the most effective organizational structure to deliver core services and then secondly, to develop effective performance measures. The City believes it is necessary to conduct a comprehensive examination of Public Utilities, from a governance, management and operational perspective in order to chart a course for its future. The City is seeking the assistance of a qualified professional or firm, experienced in conducting such assessments, to guide its decision- making on this matter. Public Utilities provides our community (service population approximating 110,000) with safe drinking water, an environmentally proactive wastewater collection system, and treats wastewater to advanced wastewater treatment (AWT) standards enabling us to provide reclaimed water to our customers for reuse in the community. The Water and Sewer Fund includes all Public Utilities programs: Administration, Potable Water Supply, Water Distribution, Reclaimed Water, Wastewater Collection, Infrastructure Maintenance, Laboratory Services, and Water Pollution Control (including the Industrial Pretreatment program). These programs have 166 full-time equivalent (FTE) positions, an increase of two FTE's over the previous year. The increased positions are for the addition of one Utilities Mechanic in the Maintenance program and one Public Utilities Technician I in the Reclaimed Water program. Additional information on water, wastewater, reclaimed water, and water pollution control: WATER ! � � .i �M ! yi '!y i � �i i i".:. i �....; '!' �.,.... i i i y . �,.... � i y .� �......... ' �.. ......... � i "i...,.: i i.' ':.., � ' �� ' .- ' �........� i�. '�. i y � �• i � -�... � ' �+ '� . '..� i i y ....; � � . ��. � ! � �. � � � � � !. i. '� ........� � i......... � .........� i i. i t� � �........� i . � � ' � ' ' ' ' � ........ � .i � � i - .� � .. � ., � ., �.. � � �� �� i � "i � ���,.� i i � i ii � Item # 13 Attachment number 1 Page 2 of 4 -�- - �� 1 � -�� �;- � �;-� � �� �; �- � � a r � � � r r � �M � �i ill � �� �; � �- � _ _ � _ - �M -� i �" . i1t : � t � �. � �• r � - r � � - �M r - ii • � � -�- �- � �- � � r � � • r � � -� � �;`� � �'� � � � • � a -� �. � � � � -� • r, � - � � � � i .... � � � � �' " � M �' . _ .. � � • � ���,. � t� � � ��� ' �' i � � � ......... � � � . . � � .,..... � � � ......... � .... � � � • ��i � i. - - .,...... � � ......... � ' ......... � � ' �:.. � � . ... � � ...; ! � �,. i � � �: , - �, i ' ,,. � i � '. � � ii ': �y!'........�i �' i � �� ...... ' � �......... i � �......... �......... � ! � � ......... � .:... � ... ' �.. � . . ' � ... � � ......... ' .i ' ' + ' " � ' �.. ' . � ' �.. ... ....... � ., � , ., . � +.. t. � � ' � ' " ' � :�.:, � ' . ' � ;" � .......: � ... ' ' � ��.......� i.. • � ' .;' ! i !�� i' t� � � i...- �.,.... ��i i � M........ � . � � � ! ' � ........ i � ..�,.... •! i � ' .i .,.... i � '.�.: � '�. � �......... ' ��.' ! i � ' �......... � ......... � .�• I�l�l'�'i ���l�l'ti ��:Z�i7 � ��� � C+�7 �1 � - � � �� �,� �- � � - � � r � � r �-• � � � - � � -�� -� �� - � � - � � � � � � � � � '/ � • . � � � : // � a - � � i11 - - - - � - - - - � - �- - a � - - �� r � - - _ - - � _ - � � � t-�� - � � � r r•- � •- � , � � - � � r - •:- - - - � � - r - � r � - - - - r a � �- � � � � -� -r � �- - r � r� - � �- r � _ � � r� - - - � � � �- � -�; � ��� � � ' .'. , - .... , .. � ' t. + ' ' ,. � ....... i.. ......... � t� � M � ' .: � i :�.:, ' ' �.. ' � ...:: i - ... ' �.. . � � l!I � l � �: Reclaimed Water is responsible for storage, pumping, transmission, and distribution of reclaimed water to residential and commercial customers. Functions include the maintenance of the system and direct customer related activities. This program is also responsible for annual inspections of customer connections and all backflow prevention devices for the protection of the potable water system. The use of Reclaimed Water for irrigation helps conserve our precious drinking water resources. WATER POLLUTION CONTROL �� � � � a � r � �-� '� r � � ' •�- � a � '- � r- � �r ' ' •�- � � �r t � •_ � -� - - - _ _, � � -� ;� � � � • � �- � : r � � � -� � � - � -� -� -� � �- -a � � � � �� ' � �• �M r -� � -a � . _ . �� .. • a � �� � - � � • � � r � -• • � � - r r � ' - • � .. • r � � �-- -�: Item # 13 Attachment number 1 Page 3 of 4 � - _ � a ��- � � • - - r- - � �r � _ r� � � • ` - ` r � �� �- � � �:•�� �� � i� �.....�... � f�.. i' i ......... �M� � �,;' �......... �� �� �, .,.... �........� � .:�'� �.. �� � i• �� i �y.��� .,....i � � .....iy �.. ' � ��. �� � i. ' ! �.,: � � � ......... � ' � � � _ � ........ . . ► �� � � ►i� 1 \ �\ ` � � � � � ��.�� i y � �M � -: � !.i ' � !� � i. � �� .i � ......... .,.... � i .,.... ' i � .,.... .:.' � ��� � ......... � t� � ' i.. i:� � � �......... �......... � '!, ......... i �l......... iy � i' � � ......... � ��: ' ! � �,... � � � ........ � � i ' i. Scope of Work: A. Evaluate Existing Conditions Identify & evaluate existing operations across the 4(four) main programs: water (production & distribution), wastewater collections, reclaimed water, and water pollution control. 2. Conduct pertinent interviews/surveys, i.e., City Council, City Manager, Public Utilities Department Management, applicable PU employee representatives. 3. Evaluate existing regulatory (Federal, State, County, Special District, City) requirements and compliance levels. B. Evaluate/Review Management/Administration Staffing Levels Review organizational chart and appraise responsibilities assigned within each division. 2. Assess management's problem identification, long-term planning, and organizational development strategies. 4. Provide observations and recommendations regarding organizational structure. 5. Review of succession planning to senior management positions and over-all staffing levels. 6. Evaluate communication and interaction with employees and management staff within and across divisions C. Division Level (water, wastewater collections, reclaimed, WPC) Review Appraise adequacy of staffing and workload of each function/unit. 2. Assess technology systems, equipment, and staff use/capability. Item # 13 Attachment number 1 Page 4 of 4 3. Evaluate current workload and asset management system including records creation, retention, and storage. 4. Identify opportunities and recommendations for any internal consolidation of functions and services that can result in efficiencies. 5. Identify opportunities and recommendations for outsourcing functions and services. D. Benchmarking Data Analysis Obtain and analyze comparable benchmarking data for like-sized public utilities systems and best management practices (can be individual for each of the 4 divisions). Item # 13 Attachment number 2 Page 1 of 15 � ° ����v�ie� � u CITY OF CLEARWATER WORK ORDER INITIATION FORM In accordance with the standardized guidelines set forth in DEVELOPING A CAPITAL IMPROVEMENT CONSTRUCTION PROJECT, the following template is to be utilized by the designated CITY Project Manager in obtaining a work order. The consultant shall prepare a draft work order adhering to the guidelines, structure, and format depicted in the template. The consultant enters project specific information where stipulated (blue) and returns the Draft Work Order in its electronic format for review by the City Project Manager. The City Project Manager places the Draft Work Order on the Share Drive (S.• IENGINI Wo�kO�de�Review folder) and requests review via e-mail by all appropriate officials designated on the work order initiation checklist. All designated officials review the work order and recommend revisialls as evaluated apprapriate (red). Please place requested madificatialls i11 the dacumellts withaut erasillg partialls af the arigillal draft warlc arder a11d place illitials after yaur cammellts ta idelltify the cammellts authar i11 case a clariiicatiall is ileeded by the callsultallt ar Praject Mallager. Upon completion of each individual review the official "signs" and dates attachment "C" and saves the updated file to the share drive in its original location. NOTE** - DO NOT SAVE THE FILE TO ANY OTHER LOCATION AND THEN OVERWRITE THE FILE AT A LATER DATE ON THE SHARE DRIVE — THERE IS A POTENTIAL LOSS OF DATA INVOLVED 1N THIS PROCEDURE. Upon completion of each officials review, the Project Manager cleans the work order and contacts the consultant with the requested modifications. Item # 13 Attachment number 2 Page 2 of 15 HDR WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: December 10, 2010 Project Number: City Project Number:_ 1. PROJECT TITLE: Public Utilities Department Efficiency Review 2. PURPOSE: Challenges facing public utilities are many, including more stringent regulatory and operating environments, the need for new water supplies, higher costs, increased responsibility for the environment, aging infrastructure, and a changing workforce. These challenges have led the City of Clearwater, Florida (City) to undertake a management and efficiency review of the Public Utilities Department (PUD) to reexamine spending, operations, and organizational structure. In completing a management and efficiency review, the City has two primary goals: • lowering spending and saving money where feasible in the short term, and • improving performance and yielding additional savings in the long term. Managing a public utility organization is complex. How the organization is designed and its approach to providing services can be significantly impacted by how it is structured and addresses the challenges before it. The delivery of public utility services is impacted by many factors including management structure and responsibilities, financial approach and policies, regulatory compliance requirements, employee skills, community and agency culture, politics, economics, social needs, climate, natural resources, demographics, and technology. When reviewing the City's PUD, the key focus shall be to evaluate and review core services, what major functions need to be performed, are the functions being performed department-wide effectively, and then identify performance targets for the core services. This short-term review can serve to clarify whether greater changes that can be made within the department or one of its processes may improve effectiveness in the long-term. Options include maintaining a program, restructuring or adjusting/combining a program(s), or outsourcing a program. When focusing on ways to improve departmental efficiency, the key focus should be to first evaluate the most effective organizational structure to deliver core services and then secondly, to develop effective performance measures. The City believes it is necessary to conduct a comprehensive examination of PUD, from a governance, management and operational perspective in order to chart a course for its HDR Engineering, Inc. 1��2,111:� $� 2� 3 Attachment number 2 Page 3 of 15 future. The City is seeking the assistance of a qualified professional or firm, experienced in conducting such assessments, to guide its decision- making on this matter. PUD provides service to a population of approximately 110,000 residents with safe drinking water, an environmentally proactive wastewater collection system, and treats wastewater to advanced wastewater treatment (AWT) standards enabling the City to provide reclaimed water to its customers for reuse in the community. The Water and Sewer Fund includes all Public Utilities programs: Administration, Potable Water Supply, Water Distribution, Reclaimed Water, Wastewater Collection, Infrastructure Maintenance, Laboratory Services, and Water Pollution Control (including the Industrial Pretreatment program). These programs currently employ 166 full-time equivalent (FTE) positions, which represents an increase of two FTE's over the previous year. The increased positions are for the addition of one Utilities Mechanic in the Maintenance program and one Public Utilities Technician I in the recently expanded Reclaimed Water program. The following is additional information on PUD's water, wastewater and reclaimed water programs. A. Water The mission of the Water Division is to insure that the City's water supply meets or exceeds Federal safe drinking water standards and other regulations and orders; shall provide a sufficient volume of water to meet the daily needs and desires of the Clearwater community; and shall maintain a dependable and uninterrupted water treatment and delivery service to Clearwater users. The Water Division includes the following two programs: 1. Water Distribution Program provides for the safe transmission and distribution of the City's public potable water supply. The Water Distribution program is responsible for the operation, maintenance and repair of the water distribution mains, fire hydrants, and service lines; and for installing or disconnecting all water meters. The Water Distribution program installs and maintains water services from the water main to the curb-stop -- a shut-off valve located near the curb. Currently, there are 4,036 fire hydrants in service, 8,329 valves and 588 miles of water main in service. The Meter Shop Division is responsible for the maintenance and repair of the water meters and backflow devices, as well as providing the on/off water services to the customers of the City of Clearwater. Currently there are approximately 40,000 water meters and 5,445 backflow devices in service in the City. 2. Water Supply The City's drinking water comes from a groundwater source called the Floridan Aquifer. This aquifer is one of the major sources of ground water in the United States. It underlies all of Florida, southern Georgia, and some parts of Alabama and South Carolina. The City's customers use approximately 15 million gallons of potable water daily. The Water Supply program is responsible for the monitoring, operation, water treatment, and maintenance of the City's water supply facilities which include a reverse osmosis water treatment plant, 2 additional water treatment facilities, 6 water storage tanks, 21 HDR Engineering, Inc. 1��2,111:� $� 3� 3 Attachment number 2 Page 4 of 15 wells, and 7 inter-connections with Pinellas County Utilities in order to provide the City with a safe and dependable water supply. B. Wastewater 1. Wastewater Collection The Wastewater Collection program provides for safe collection and transmission of wastewater through the City's underground sewer mains, collectors and interceptor lines. The purpose is to maintain the collection system in such a manner that protects the public safety, health, and the environment. The City has over 390 miles of gravity wastewater lines, 36 miles of wastewater force mains, over 8,500 manholes and clean outs, and 33,000 service laterals. This system collects the wastewater from residential areas and businesses, transporting it to the City's 3 wastewater treatment plants. The City employs 24 people to maintain the wastewater collection system, through general maintenance and emergency situations, 24 hours a day. The City maintains the system in the following ways: • Gravity system general maintenance — Vac Con truck cleaning main lines by high- pressure water jetting and vacuum extraction. • Special Maintenance — A remotely controlled CCTV is used to inspect sewer mains. The camera control room is setup inside a truck for quick access of problem areas. This readily provides for repair of problems in the collection system to prevent inflows and infiltration, stoppages, and sewer overflows as identified. 2. Public Utilities Maintenance The Public Utilities Maintenance program provides for safe transmission and pumping of wastewater through the City's eighty wastewater lift stations. This program also provides the installation and maintenance of all Public Utilities instrumentation and telemetry systems, as well as maintenance of three advanced wastewater treatment plants, three water treatment plants, wells and reclaimed water pumping stations. The purpose of the Public Utilities Maintenance program is to maintain the mechanical, electrical and electronic infrastructure in such a manner that protects the public safety, health and the environment. The Public Utilities Maintenance program consists of three sub-sections, Plants, Lift Stations and Electronics. 3. Water Pollution Control Plant Operations The Water Pollution Control program provides daily treatment and disposal of wastewater meeting or exceeding federal and state water quality standards. The program consists of three advanced wastewater treatment facilities including bio-solids residual management facilities. The Water Pollution Control Program supplies highly treated wastewater to the Reclaimed Water program. Water pollution control consists of three major programs: • Water Pollution Control Plant Operations — this program consists of three advanced wastewater treatment facilities with a combined capacity of 24.5 million gallons per day. Bio-solids removed in the treatment process are further stabilized, reduced, and dewatered prior to disposal. HDR Engineering, Inc. 1��2,111:� $� 4) 3 Attachment number 2 Page 5 of 15 • Industrial Pretreatment - this program provides sampling, analysis, and support services to Water, Water Pollution Control, and Wastewater Collections. The Industrial Pretreatment (IPP) group is responsible for sampling, monitoring and regulating City industrial users and enforcing the City's Industrial Pretreatment Ordinance. The IPP group also is responsible for sampling, and regulating the City's grease management program in order to curtail the introduction of grease waste into the sanitary sewer and treatment facilities in both residential and commercial areas. • Laboratorv Services - provides analysis and support services to Water, Wastewater Collection, Water Pollution Control, Reclaimed Water, and IPP Programs. The laboratory performs tests and provides results to ensure the public safety, environment, and regulatory compliance of operations. C. Reclaimed Water Reclaimed Water is responsible for storage, pumping, transmission, and distribution of reclaimed water to residential and commercial customers. Functions include the operation and maintenance of the system and direct customer related activities. This program is also responsible for annual inspections of customer connections and all backflow prevention devices for the protection of the potable water system. The use of Reclaimed Water for irrigation helps conserve our precious drinking water resources. 3. SCOPE OF SERVICES: HDR will work with the City, PUD's Management and key representatives from labor, management and the employees to review current operational activities for the potable water, wastewater operations, and reclaimed water to assess the organizational efficiency and effectiveness, and to prepare an Operational Efficiency Review using comparable levels for operations and maintenance of the system based on a functional benchmark assessment with recommended improvement strategies that may be feasible. There are three objectives to this operational assessment: • Assess current operations and cost and compare to up to two similar agencies • Identify potentially feasible opportunities for immediate operational and cost improvements • Identify potentially feasible opportunities for long term operational and cost improvements The specific activities associated with the development of the Public Utilities Department Efficiency Review are outlined in the following sections. a. Project Initiation i. Data Gathering and Analysis Successful public utility operations require accountability and the ability to control budgets, costs, staffing, decisions, and compliance. HDR will develop a written data request identifying the operational and financial data needed for the preparation of the evaluation report. The types of data to be requested will include information such as: HDR Engineering, Inc. 1��2,111:� $� S') 3 1. 2. 3. 4. 5. Financial Engineering Information Contracts Reports from other consultants Staffing reports and current organization chart � 7 : Attachment number 2 Page 6 of 15 Plant & Asset Inventory Information Management System Information Regulatory requirements This data will be analyzed to support the City's performance evaluation based on a functional benchmarking assessment. The initial written data request will be submitted approximately one week after receiving notice to proceed on the project. Upon receiving City's response(s) to the initial data request, HDR will review, compile questions or secondary data requirements as may be required, and be prepared to discuss the collected information during the project kick-off ineeting. HDR recognizes that some of the requested information will be "off-the-shelf' and some information may not be readily available to the City, or that the information may not be in the format requested. HDR will work with the City personnel to minimize the burden of data collection and develop acceptable/reasonable proxies for certain data when necessary. However, there may be certain data points that are critical, which require specific additional data collection efforts by the City. It will be necessary for the City staff to cooperate, as mutually agreed upon, in assembling, collecting and summarizing such information. ii. Kick-0ff Meeting/Project Planning HDR will meet with the City staff, at the City's offices, to discuss the project and to identify issues, goals and objectives. HDR will seek to gain an understanding of the City's current physical system, operations, specific areas of concern and challenges faced by the water, wastewater and reclaimed water systems. HDR will establish and interview schedule for all City staff at this meeting. The information and insight gained during this process will be utilized during the implementation of the study to make certain the City's objectives are met. As part of this task, remaining questions regarding the initial data request will be resolved. b. Assess Existing Operations i. Identify and evaluate existing operations for the PUD's nine (9) programs: Administration; Wastewater Collection; Public Utilities Maintenance; Water Pollution Plant Operations; WPC Lab Operations; WPC Industrial Pretreatment; Water Distribution; Water Supply; and Reclaimed Water. ii. Conduct pertinent interviews with City Council members, the City Manager, PUD Management, and up to 10 PUD employee representatives. Interviews will be conducted with the Program Managers and Superintendant I level employees. Typical questions that may be asked include: Item # 13 Attachment number 2 Page 7 of 15 1. What are your expectations and concerns with this Operational Assessment process? 2. What's working well? (business and/or operational processes within the Department) Why? 3. What's not working well? (business and/or operational processes within the Department) Why not? 4. Provide specific examples of policies or procedures that currently deter you from performing your job in an effective and efficient manner? What changes would you suggest? 5. Are there "Sacred Cows?" within the organization (e.g., items/issues that may need change, but have organizational/cultural barriers intact) 6. What input would you like to have in the process? 7. What are your unit's/facility's existing strengths/weakness? 8. Operational responsibilities and work tasks for each program. 9. Service levels and productivity assessment of each program. 10. Other issues/ideas? iii. Evaluate existing regulatory (Federal, State, County, Special District, City) requirements and compliance levels. iv. Conduct tours of the key facilities. v. Analyze Budget and Expenditures - HDR will conduct meetings with City staff to develop an understanding of how the budget is prepared and tracked. Three years of budgets and expenditures will be analyzed to identify trends and possible improvements. 1. Review the level of costs allocated to PUD by other City departments. 2. Evaluate level of PUD costs that are fiYed in nature. 3. Review asset listings and other records to develop an estimate of appropriate level of annual renewal and replacement expenditures. c. Evaluate/Review Management/Administration Staffing Levels i. Review organizational chart and appraise responsibilities assigned within each program. ii. Assess management's problem identification, long-term planning, and organizational development strategies. iii. Provide observations and recommendations regarding organizational structure. iv. Review of succession planning to senior management positions and over-all staffing levels. v. Evaluate communication and interaction with employees and management staff within and across divisions HDR Engineering, Inc. 1��2,111:� $� '7) 3 Attachment number 2 Page 8 of 15 vi. Review work flow and coordination between programs. d. Program Level Review i. Appraise staffing levels and workload of each function/unit. ii. Assess technology systems, equipment, and staff use/capability. iii. Evaluate current workload including records creation, retention, and storage. iv. Identify opportunities and recommendations for internal consolidation of functions and services that can result in efficiencies. v. Identify opportunities and recommendations for outsourcing functions and services. e. Functional Level Benchmarking Assessment A benchmarking assessment is typically used in the process of evaluating organizational and/or operational efficiency and effectiveness. HDR will work with the City to evaluate the cities to be used as comparables. Further, we understand the City's desire to focus on comparable utilities in Florida or the region. HDR has access to many forms of benchmarking, and this existing data will be used on this task. No detailed surveys of other utilities or additional major benchmarking/best practice research are anticipated for this task. Examples of benchmarking methods that may be used include: i. Water Co$t Model HDR uses its Water Co$t model, which was initially developed under contracts for the EPA, to estimate a staffing plan for the public employees for water and wastewater treatment plants. The model is based on information developed from over 200 facilities over several years. HDR has maintained and updated the model since its original creation. The total on site operation and maintenance requirements in the program are based upon actual data from treatment plants located throughout the country. The model output is unit process specific and is tailored specifically to each plant under study. The unit processes listed in the model include most physical, chemical, and biological processes for both liquids and solids handling that may be found at water and wastewater plants. Plant specific data on unit processes, loading rates, tank sizes, equipment, chemicals, etc. are input into the model. The model then generates the labor required for each unit process which is summed for the entire plant based on public sector effort and operational approaches for annual on-site O&M hours. The model output provides expected staffing levels for "typical municipal operations and maintenance practice." ii. Existing Benchmarking Data Existing benchmarking studies will serve as the backbone of this benchmarking effort. One such study is the 2006 QualServe Survey. QualServe is an initiative developed by the American Water Works Association (AWWA) to assess the performance of water and wastewater utilities using a variety of high level procedures designed to help participating organizations improve their operational efficiency and effectiveness. iii. HDR Industry Experience HDR Engineering, Inc. 1��2,111:� $� 8� 3 Attachment number 2 Page 9 of 15 HDR has access to a number of benchmarking studies and has worked with many water and wastewater utilities of various sizes throughout the country. HDR will use available studies and its experience in applying these studies to develop benchmarking initiatives for the City. HDR will provide recognized industry best management practices (BMPs) for the City's use. HDR will summarize the information gathered as part of this task and provide a functional level comparison to the City of certain work tasks and performance levels to be included in the final report. HDR will consider the City's observed performance related to practices and policies. f. Summary Report i. Develop a preliminary draft report summarizing the results of tasks A through D. Draft report wilL• 1. present the major assumptions utilized in the preparation of the report; 2. describe the methodologies used in developing the benchmarking analysis; 3. present the findings of each task; 4. provide a list of potential modifications to optimize current programs and services (e.g. adjusted staffing levels; alternative technologies; modified treatment processes; revised maintenance practices); and 5. note relevant observations made during the course of this engagement that may be of interest to the City. ii. Work with the City to develop criteria to evaluate each of the potential modifications identified. Evaluation criteria may include: 1. Consistency with City's broader goals and objectives; 2. Potential for legal challenges; 3. Potential impact on PUD's financial obligations; 4. Potential impact on rate payers; 5. Potential impact on level of service; 6. Administrative complexity; and 7. Other criteria that may be relevant to each option, as applicable. iii. Facilitate a meeting with City staff to present the preliminary findings and potential modifications to improve the efficiencies of the current system and obtain feedback from the City. iv. Collaborate with key project members regarding possible revisions to the preliminary draft and then prepare and submit a final report. v. Prepare a comprehensive and concise final report summarizing findings and recommendations. g. Presentation of Findings HDR Engineering, Inc. 1��2,111:� $� 9� 3 Attachment number 2 Page 10 of 15 Representatives of HDR will be available to the City to formally present and to discuss the findings and recommendations of this report. Specifically, for purposes of this proposal, HDR will participate in one (1) public presentation. However, HDR will be available to participate in additional presentations or meetings based on further negotiation of this scope of services. 4. PROJECT GOALS: There are three primary goals of this project as follows: ■ Assess current operations and cost and compare to similar agencies ■ Identify opportunities for immediate operational and cost improvements ■ Identify opportunities for long term operational and cost improvements 5. ASSUMPTIONS: The following assumptions are made for this Work Order Assignment: ■ HDR shall facilitate and attend one project kick-off ineeting and one interim status review meeting with City staff. ■ Interviews with City staff shall be performed individually. ■ Two HDR employees shall participate in individual interviews with up to 10 City staff inembers, and interviews shall be no longer than 2 hours in length. ■ HDR will present results at a regularly-scheduled City Council meeting. ■ The City shall provide requested information/data within 15 business days from the date of initial request. ■ No additional benchmark studies or assessments shall be performed and the results presented shall be based on HDR's existing benchmarking information. ■ No evaluation of power or chemical costs will be conducted. 6. BUDGET: Attachment A provides the breakdown of the fee estimate. This price includes the labor and expenses anticipated to be incurred by HDR Engineering, Inc. for the completion of these tasks, on a time and materials basis, for a fee of $202,842. 7. SCHEDULE: The project is to be completed within four months from issuance of notice to proceed. 8. STAFF ASSIGNMENT: HDR Staff shall include: Mike Condran, PE; Jeff McGarvey; Lenore Horton, PE; Amy Butler, PE, Chandler Wilson, EI; Alex Palmatier, and Craig Close. HDR Engineering, Inc. F" ���1�1 �0) 3 9. 10. 11. Attachment number 2 Page 11 of 15 CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to Jeff McGarvey. All City project correspondence shall be directed to Mr. Robin Gomez with copies to others as may be appropriate. INVOICING/FUNDING PROCEDURES: Invoices shall be submitted monthly to the City of Clearwater, Attn: Veronica Josef, Senior Staff Assistant, Engineering, P. O. Box 4748, Clearwater, Florida 33758-4748, for work performed. Invoices will be prepared monthly according to. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: ENGINEER CERTIFICATION: HDR Engineering, Inc. will certify as a licensed Professional Engineer, registered in accordance with Florida Statute 471 (481), that the above project's construction plans meet or exceed applicable design criteria specified by City municipal ordinance, State, and Federal established standards. We understand that it is our responsibility as the project's Professional Engineer to perform a quality assurance review of these submitted plans to ensure that such plans are free from errors and/or omissions. This certification shall apply equally to further revision and/or submittal of plans, computations, or other project documents, which we may subsequently tender. PREPARED BY: Paul Bowdoin, P.E. Senior Vice President HDR Engineering, Inc. Date APPROVED BY: Michael D. Quillen, PE City Engineer City of Clearwater Date HDR Engineering, Inc. 1` ��E131 �1� 3 Attachment number 2 Page 12 of 15 CITY OF CLEARWATER PUBLIC WORKS ADMINISTRATION WORK ORDER INITIATION FORM Attachment "A" Fee Estimate Need to include table showing fee estimate by task. HDR Engineering, Inc. F" ���1�1 �2� 3 Attachment number 2 Page 13 of 15 CITY OF CLEARWATER PUBLIC WORKS ADMINISTRATION WORK ORDER INITIATION FORM Attachment "B" CITY DELIVERABLES '�" The reports shall be delivered using the latest version of Microsoft Word. Electronic files will be delivered upon completion of project to City of Clearwater. HDR Engineering, Inc. F" ���1�1 �3� 3 Attachment number 2 Page 14 of 15 APPROVAL CHECKLIST Name Title "Initials" Date Reviewed HDR Engineering, Inc. F" ���1�1 �4) 3 U ^ �� A y L � N .� � V � �V N w R W � � � � W R � ¢ � A U � � � � ❑ �4 � � - � - - � J � E E; y ,,., �... . ���. ���. ���. . ���. ���. ���. &-_ � •Lj ,, �.. ��... ��� ��� ��� ��� ���. & -: w a° �, �, .. .. �,v� �� t-;- .. � ��o ,� ��-�xo `� o �o ��. � e � "' ,�, .� .� -` N .� �o .� ��. x x x �o o ��. _ o ^ � � F., c - "'I :r, � _ ,c - ,c �, _ r,.: r, � c�..: ' ,� .:v r, v.: �n v �_ � �n �n.: .:� ^ ,o.:r, ¢:'`_ � � ,, '. '. '. '. '. '. '. t - ' ' ' ' ' ' ' ' i�� G,,,, ��.. ��.. ��.. ��.. ��.. ��.. ��.. ��.. � � -° - G x O � � . . �. �. �. �. �. �. & � � e � � ,,,., .. ��.. ��.. .. ��.. ��.. ��.. ��.. & � .� Q,,, '�. '�. . '�. '�. '�. . '�. '�. . '. t � :¢ Q ,,, ', '.. '.. '.. '.. '.. '.. '.. t � : � � � � ,,,, �.. ��.. ��.. ��.. ��.. ��.. ��.. ��.. 8 � : - � � - - � - Iv _ , sI : '� �' J ' ' ' ' ' ' ' ' �I:: � , , �t: � ' ' ' ' ' ' ' ' � — ' I ' ' ' ' ' ' �;v ' , �. s, a � � � �� _ � � — — — ' ' � " — � � ` ° � � J+ c ,, I. ', '�, ��, '�, '�, '�, '�, � ; � c �] ,,. , ��. . ��. ��. ��. ��. . ��. �. ��. ��. . . �. t - �: �] . . . . . . . . . . . . . . . tcE e ,, I '�. '�. '�. '�. '�. '�. '�. t : <t � � � � t- 3 o v� '� v'�.�n ^ ^ _ v v v v s; 3 c�' e�� M , _ ,o,v�v _,. ___,. _ .. _,. .. __ _,._ s ; e�6n c. ��. ��. ��. �. ��. ��. . ��. c .c m ',, '�. . '�. . '�. '�. . '�. '�. '�. . '�. f-ii 'c m � ',, ,, ��. ,, ��. ��. ���. ���. ,, ���. ���. ���. ���. ���. ���. �--�. � ', ���. . ���. �. ���. ���. , ���. ��. ���. ���. ��. ���. &;'. ,, .... .... .... ... �.... .... .... .... g '; ' v nG ,,,, , ���. , �.. �.. ��.. �.. , �. . ���. ���. . ���. &..7 n G W �'O � � .. � � � 'r �'O � e�� _ _ M V N V V x V V� x V __ _ V�o � &' p 6'.' 'G , ���. ���. ���. �.. ��.. ��.. ��.. ��.. & i G a` ��. ��. ��. , ��. �, �, �, ( � a` � ,,,, , ��. , ���. . �. ���. ��. . , ���. . ���. ���. . ���. �:E:t � . . . . . . . . . . . . . . &s:: ,,., . ,,, ��� ���� .. ���. ���. &� _ � e y '. ' . ' - �, �, �, t ( ; a° 2 J ,, ', ,, _ � - �.. '�. '�. '�. s I i: c i C' ,' ', ,' _ _ - - '' _ ' '�. '�. '�. t � r'= i a _ _ _ � _ ��= G � m ' = - _ ' ' sI:'� �, � b > b �, o � _ - � _ - _ �I; c = ,,, . ', - - - - '� '� '� s I �= c v, I - .� � ''' °p g _ ' ' ' (,.� ��� - c � - '� '� '� ' ce , '. � c � - _ _ _ _ = �., ��, ��, s I : c K' ',,. . '. ' - . '�, '�, . '�. t�;; S � - v _ �, � � � ' s I : a' ,,,. . ', = c . a = - � '�, '��. '��. f I„ ` a � _ - � - - ` �.. � ' ' ' s I ;: w w e v - � � � ° ' � - - E - .x ' - - sI: a = - - ° - - ' = c � � � - ' sI; � °z = y Q "y'- '- 5 �- � _ � � ' ' o ', sI: c` � _ c '�. � = � .... `' � � - = 6'0 - - a �., ��., _ ., � I : o _ ° - - � o o - - � �' - - _ � _ �, �I ; _ � "' v, 5 ,o a cu�, m u � _ �_ = 3�- >.x ' ' p _ _va, _ sI: °d� v- s � - = = s = _ � � �. $. 5 �. �I; ° � = c � - a� � � �. _ _ _ � u t'�.c z sI : ^ �, � u. '_" � . � - = - L � _ a ;� z _ s( 9 c-`' r�mS. a�--m" z o�� A�: �� - - o m aou - s, �`C.. - s 's- E'�.- -_ tl`� = `- -' s-� LoY........ y'�,�u'�¢ ,,.m¢� o�'.zu' s �'��.¢¢u' =_w e3u�'�., �'�.,00�'o'�.,o: � a ' c=i , � m ,,,.. a' - U . . �, . . . � . , ..---. --..-- ,. . ' t� : � 7 Q - ,,,. tl-. r� v�n J -. r� v��.�n C��.- ��.v v] - .. t+..... r� v....�' 8. :3 M V z y � u � � "t+. J = � L � � �` Q � `ee�.� � � (71�1� Y � �� z � o �' x c � F F a` t,: z c n Q Attachment number 3 Page 1 of 3 AGREEMENT TO PROVIDE PROFESSIONAL CONSULTING SERVICES TO CLEARWATER, FLORIDA HDR Engineering Inc THIS AGREEMENT, entered into this Day of January, 2011 and effective upon said date between HDR Engineering, Inc (hereinafter called the "CONSULTANT" and the City of Clearwater, Florida (hereinafter called "CITY"), WITNESSETH THAT, WHEREAS, CITY desires to engage the CONSULTANT to Conduct an Efficiency Study of the Public Utilities Department; . NOW, THEREFORE, the parties hereto mutually agree as follows: (1) Emplovment of Consultant. CITY agrees to engage the CONSULTANT and the CONSULTANT hereby agrees to perform the services described in the CITY's Scope of Work dated November 15, 2010 and incorporated into this Agreement as Attachment A and CONSULTANT'S revised proposal dated December 27, 2010 and incorporated into this Agreement as Attachment B. (2) Term. The services to be performed hereunder by the CONSULTANT shall be commence on February 3, 2011 and shall terminate on June 3, 2011, unless this Agreement is earlier terminated as provided for herein. (3) Compensation. The CITY agrees to pay the CONSULTANT a sum not to exceed two hundred and two thousand, eight hundred and forty-two thousand dollars ($202,842) in CONSULTANT'S Price Proposal. CONSULTANT agrees to complete the project and all services provided herein for said sum. (4) Method of Pavment. The CONSULTANT shall bill monthly for hours completed to date as described in CONSULTANT'S Price Proposal. Total payments shall not exceed the amount shown in (3), above. CITY shall pay invoices within thirty (30) days of receipt. (5) Chanqes. CITY may, from time to time require changes in the scope of services of the CONSULTANT to be performed hereunder. Such changes, which are mutually agreed upon by and between CITY and the CONSULTANT, shall be incorporated in written amendment to this Agreement. (6) Services and Materials to be Furnished bv CITY. CITY shall furnish the CONSULTANT with all available necessary information, data, and material pertinent to the execution of this Agreement. CITY shall cooperate with the CONSULTANT in carrying out the work herein and shall provide adequate staff for liaison with the CONSULTANT. Professional Services Agreement Page tem # 13 Attachment number 3 Page 2 of 3 (7) Termination of Aqreement. If, for any cause, the CONSULTANT shall fail to fulfill in timely and proper manner his obligation under this agreement, CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. (8) Information of Reports. The CONSULTANT shall, at such time and in form as CITY may require, furnish such periodic reports concerning the status of the project, such statements, and copies of proposed and executed plans and other information relative to project as may be requested by CITY. The CONSULTANT shall furnish CITY, upon request, with copies of all documents and other material prepared or developed in relation with or as part of project. (9) Records and Inspections. CONSULTANT shall maintain full and accurate records with respect to all matters covered under this Agreement for a period of one year after the completion of the project. CITY shall have free access at all proper times to such records, and the right to examine and audit the same and to make transcripts there from, and to inspect all program data, documents, proceedings, and activities. (10) Completeness of Contract. This contract and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. (11) CITY Not Obliqated to Third Parties. CITY shall not be obligated or liable hereunder to any party other than the CONSULTANT. (12) When Riqhts and Remedies Not Waived. In no event shall the making by CITY of any payment to the CONSULTANT constitute or be construed as a waiver by CITY of any breach of covenant, or any default which may exist on the part of the CONSULTANT and the making of any such payment by CITY while any such breach or default shall exist in no way impairs or prejudices any right or remedy available to CITY in respect to such breach or default. (13) Hold Harmless. Each party shall be responsible for its own acts and will be responsible for all damages, costs, fees and expenses which arise out of the performance of this Agreement and which are due to that party's own negligence, tortious acts and other unlawful conduct and the negligence, tortious action and other unlawful conduct of its respective agents, officers and employees. (14) Insurance. Consultant agrees to maintain insurance during the term of this Agreement: for comprehensive general liability in the amount of $2,000,000 per occurrence and $4,000,000 in aggregate; automobile liability insurance in the amount of $1,000,000; workers' compensation insurance in the amount of Professional Services Agreement Page tem # 13 Attachment number 3 Page 3 of 3 $1,000,000 and professional liability in the amount of $1,000,000. CONSULTANT shall provide CITY with an insurance certificate which names the CITY as an additionally insured. (15) Personnel. The CONSULTANT has all personnel required in performing the services under this Agreement. All of the services required hereunder will be performed by the CONSULTANT or under CONSULTANT'S supervision, and all personnel engaged in the work shall be qualified to perform such services. (16) Assiqnability. The parties hereby agree that Consultant may not assign, convey or transfer its interest, rights and duties in this Agreement without the prior written consent of CITY. (17) Notices. Any notices, bills, invoices, or reports required by this Agreement shall be sufficient if sent by the parties in the United States mail, postage paid, to the addresses noted below: TO CONSULTANT: Name. Title Agency Address City, State Zip TO CITY Name. Title Agency Address City, State Zip Paul Bowdoin, P.E. Senior Vice President HDR Engineering Inc 5426 Bay Center Drive Tam pa F L 33609-3444 Robin I. Gomez City Auditor & Hispanic-Latino Liaison City of Clearwater PO Box 4748 Clearwater FL 33758 IN WITNESS WHEREOF, CITY and the CONSULTANT have executed this agreement as of the date first written above. CITY OF CLEARWATER, FLORIDA : Date: HDR ENGINEERING, INC : Paul Bowdoin, Senior Vice President Date: Professional Services Agreement Page tem # 13 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Award a contract to TLC Diversified of Palmetto, FL, for the East Plant Anoxic Tank Rehabilitation Project (09-0007-UT) in the amount of $1,210,727.10 for the base bid and bid alternate of $50,820.00 for a total contract value in the amount of $1,261,547.10, which is the lowest responsive bid received in accordance with plans and specifications; approve an Owner Direct Purchase (ODP) from Philadelphia Mixing Solutions, Ltd. in the amount of $331,000.00; approve Engineer of Record (EOR) work order to Jones Edmunds and Associates, Inc. in the amount of $154,300.00 for CEI, and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater has identified rehabilitation requirements and the design of structural and mechanical improvements have been designed by Jones Edmunds for fermentation, first anoxic and second anoxic tanks at the East Advanced Pollution Control Facility. The work consists of restoring the structural integrity of the tanks (including walkways, stairs, channels and walls) providing temporary flow diversion, providing temporary chemical feed system, removing the vortex baffle structures within each tank, coating the tank walls for corrosion protection, removing the deteriorated mixers in each tank, installing new mixers, removing the settled grit and rags in each tank, removing submersible aerators from the reaeration tank, installing new reaeration positive displacement blowers and removable medium bubble diffusers and all related works. This work is necessary to maintain the structural and mechanical integrity of the East Advanced Pollution Control Facility per permit requirements. Philadelphia Mixing Solutions, Ltd. is the manufacturer and sole source provider of non-ragging mixer which has successfully been pilot tested at the East APCF. In addition, the City of Clearwater will experience sales tax savings in the amount of $19,910 purchasing the equipment directly. Jones Edmunds and Associates, Inc. is a City of Clearwater EOR (engineer of record) and will provide CEI (construction engineering inspection) services to include conducting a pre-construction meeting with the contractor, conduct a site visit with the contractor prior to mobilization, review and approve shop drawings and submittals, respond to RFI's, provide personal to observe construction activities during construction, conduct monthly progress meetings and prepare final Record Drawings. Work will commence upon award and execution of the contract and will be completed within 270 days. Construction is expected to have a start date in February 2011 and be complete by November 2011. The Public Utilities Department is the owner and operator of the East Water Reclamation Facility and will be responsible for current and future maintenance of all improvements associated with this project. First quarter amendments will transfer 2009 Water and Sewer Bond Proceeds in the amounts of $154,300.00 from 0376-96622, WWTP Aeration Improvements to 0376-96666, WWTP East Bypass and NE Pump to fund the CEI services and $1,261,547.10 from 0376-96619, WWTP Generator Replacements to 0376-96666, WWTP East Bypass and NE Pump and $1,261,547.10 from 0315-96666, WWTP East Bypass and NE Pump to 0315-96619, WWTP Generator Replacements to fund the construction contract.. Sufficient 2009 Water and Sewer Bond Proceeds are available in 0376-96666, WWTP East to fund the ODP. Cover Memo Item # 14 Type: Capital expenditure Current Year Budget?: No Budget Adjustment Comments: See summary section Current Year Cost: $1,746,847.10 Not to Exceed: $1,746,847.10 For Fiscal Year: 2010 to 2011 Appropriation Code 0376-96666-563800-535- 000-0000 0376-96666-561300-535- 000-0000 0376-96666-563800-535- 000-0000 Bid Required?: Other Bid / Contract: Review Approval: Amount $1,261,547.10 $154,300.00 $331,000.00 Yes Budget Adjustment: Annual Operating Cost: Total Cost: Appropriation Comment See summary See summary See summary Bid Number: Bid Exceptions: Yes $1,746,847.10 09-0007-UT None Cover Memo Item # 14 Attachment number 1 Page 1 of 1 . ��w�����,���� �� ; � � �''� � � ,, _' :rw.t.ht�`Sf�l. $��� �' ,,: , „ � �� ��� i ��T�d�J;''s�" lI4�� ' �s����� �,Fd '; ����h9,� 8'ES�r"a ,_ .. . _... ..... �le'a�,'su�'r���ry,��wk�, . . .�, . - ...... .:... ,;..�- d't .... ... Jd � ,:_:: . . . .. , � ,. ,, ., , � ..-t . ....... � .. .. , .. ,... ��, �� � �:::i _ �., . �d � : , � � ,� I ! ` � ` po', ' `� _. _ �, ; � �b�b � �R 1 4.a 5�1� Y �r °E- �3 � � _ � �`. ', ` � � i� �h'k� �a 1 �E �� .'� � �' �� � . � a , . r ' , �, � w� _ . _ � � . � _ � , ! , } � � e,s s � .... , � _ _ . _ t^ly,#�i""rL,1hJ,+�� �!;�#� � �.. � E �_ ;P '` . _ - - -- „'� � L�'- 3"t:� � k;.F� 5` �*"�W"E� "� ,e ' � � , � - � �t�,7 ii ";` �� �' `a � �A C� I� �� E'�, L �, i. � 1't' "9�' .. ��V..P -�.{5,°k�Ad,Y �4.�i', . 'i ''; _ __ � , , � ' ' '� � ti I ? , � � ,. � �r ��Cw���..si �v5d�,��Tli:.�r'� � g � I w ,.�._ �`�i"t�a�k��'�7 � � ; ��� � � � � �'�'� ' . , � � r � � � `��I � ��i �' y -� � � ' �� � �I I���, �` , l��l�i�{i � �; ��. _ � � i � � �� �, � �"" �5 ��, ��i ��t ��y ..... �: ,��� ., � r�� i��.4�1;;� � � 1���� ��, �i� � !i: � ' 3 �"� , �,, : ,. � � ; �� ���, _ ,. � . .. � �,`: '� _ � I µ � ������������� �,� y, � .�- �. -, ''-��~~`�.�• .. �.�� �"`".. 4"r�z�� , �sai :, y�.�.. p r. � i�9.��e�;�fit �k y Et.�� I. .ir��ki7'.�i6,or: s�i�l .. My� r ro t+1xn t �, rn,!.rr,r.7 I..s 7d€� i"€�� t 1 �omk"6.1 .,. �EUnb WN"ri'iu,.e.vsw-ad.�rli�,r���,�i , ,� d 41 1 I� `4'6 � � � �,.� � ', ",i '3i ' . �' �t � �'� � �.��.� ��— _a��^��� , .. ■ � � � v"v - l €- Item # 1 I�()�`I) �UIVISEI2: co:v�,x�c:T r�o�� s raz,E a� r��LO�zInA COUN'I�Y Ola PIN ELI,AS Attachment number 2 Page 1 of 16 KN()W AI,I_, �VIEN BY THESE PRFSI;N'I�S: �I�l�at wc TI�C DIVERSIi�1EI) i�C. C'�:�I�tract��a- �ind WESTF[ELD INSUI2A1\TCE COMPAI�TY {Sur-ety) wlzc�se lza�ne z�c�ciress is 0��; Pr�I2h CIRCLE WESTFIEI�I) CENTER OHIO 44251 HEREINAF'I"�I2 CAI�I..EI� THE "Su�ret_y", are held arid fizilily bounci intc� tile City ��f �"1��1-watcr�, F�loric�a (hereinafter called t1�e °'Owi1e1-") ii� t11e _penal sum of; t�. BASE BII) QF �1,210,727.1t) �i'VD THF.� BID ALTERNATF OF' �50,820.00 FOR A 7,0T'AL CON'TRACT SU�VI t)F' C)��E '�'IILLION "I"WO ��UNI)REU SI�TY-(JNE THOUSAND FIVE ��UN�RED TORTY-SE��.,� DOLLARS ANI) TE� CE\TS, (�1,2(i1,547.10) for thc pa}nnent of whicl� wi bind our-5clvL�, c�zrr- 1�eirs, executors, ac�ministrators, s�iccessors, and assig7ls for thc faithful perfon�zance of � cel-tail� written coi�tract, datec� t17e � day of� ��_ , 20 , en�ered i�1io �Lt�ween the Contractor and the t�ity of Clea��-water for: FAS'T PLANT ANOXIC TANh REI-IABILITr�.TION Q9-OQQ7-U`T a copy of wliicl� said contz-act is il�corporated l�ereiri by reference and is ii�ade a pa1-t herec�f as if fi�11y copiec117Lrein. NOW TIIEREFORE, THE CONDITIONS OF THIS OSLICATION �RE SCICH, tlrat if' thc: C'ontract�r sha11 in al� res�ects comply with t11e terms aild conditians of sai�� cc�ntra�.t, includi��g tl�e one-ycar guarantec� of material and labc�r, and his obli�,ations tllereunde�, znclL��iing t1�e c�i1t�°�ci doctiznents (which include the Advertisement fc�r Bids, Forn� of Proposal, Fo�-m uf Contract, �t�rnz of� Surety Bond, Il�structioi�s to Bidders, Geize�-a1 Conditiozls aiici T'�cl�nical Specif cafi�ns) and fl�le Plans and Spe;cifications therein refei7ed to and n��de � part thereof, �nd sucl� altesatic�ns 1s ia�ay be m�de ii� said Plans and Specifications as thereill provided for, and shall indeinnify �nd save ha�z�ll�ss the said Owi7er a�;ainst ai�d fz-om all costs, expenses, da�lnages, inj�iry oz- conduct, w�uit of ca�� or skill, ncgli�enc� or c�efault, including patent infrii�gelllenis on the part of tlae said i'�i�stract�r ��ei�t5 or elnplayees, in the executioi� or pel�for7l�ance of said cc�ntract, i�3cluding �rr�rs in tl�e plans furnished by t17e C�ntsactor, and further, if such "C'ontractoz-" ar- "�'ontractai`s" sl�all promptly n1ak� payanents ta all pe�scros sup}?lying him, them or it, labor, �nateri��l, ancl supplie� used ciireLtly or- indirectly l�y said Cor�tractor, Contractors, Sul�-C'ontractol-, or Sub-Cont�ractors, in ��l�e prosec.uti��1 c��� the work p�rovidc;d 1c�r in said Contract, tl�is obligation sha11 bc v�ici, o�hc�-wisc, tl�e Cc���iracto�r a��d Surety joi��tly ar�ci severaily �l�ree to pay to tlle C)wlle:r �iny differc:r�ce l�ctwcel� th�; sum to ��1-�ic;1� tl�� said Co��ti-aetol- would be entitled on t17e c�r�lpletiorl of the Contract, atzd i.hat which the Owz�er may be �bli�ed to pay fc�r the c.omple�ion of saici work by coi�tract or €�th�i-wise, � a��y �ialna�;es, di��-e�t r�Y inciirect�, or col�sequcntial, w�hicll said Owner ln�y sustain on acc�unt of� suc� d��1-1�, or �n ac�our�t r�f the f-�ilin-e: �f'the said �"ontractar to }�roperly E�nd ir� all tl�ings, k�;ep ��nc� �;xect�te tz11 tl�e a�rc�vis�oris c}f� saic3 co��tract. r�`'b`�' Item # 14 Attachment number 2 Page 2 of 16 co�r�rx�c�r Ro�� (?) /�nt� t17c sai� C;ontr��ctor al�d Surciy hei-eby firrtllc�- birld the�»sclves, tl��ir �ucL�s�c31�s, �;x��utca�-s, adniinistrators, a��d assi�rls., lointly anci sevcrally, that they ��i11 ai�lply �nt� firll�� �rrc�t:ect 111e said Owner a�;ailzst, anci wi11 pay a1�y and a11 amounts, dalnages, costs and ;jud�7rne��ats wl�icl� rn��y bc; recoverc:c� agaii�st c�r wlzich ti1� C)wraer may b� call�� upo3� to pay to ai�y persc��� �>7� co�poratic�rl �y rc;��sca�3 c�f arly cialna�;cs �l�ising fi-c�m th�: perf-ai-mance c�f said w�o1�k, or �7f` tl�e �-c���iz �7� ��l�ii7�tc;17ai�ce thereof; or t�e 1nan��r af doin� tl��e salne or the l�e�lect o�` tile said Cc�ntra�tor c�r ��is agents or servants al- th� impraper perfor��lar�ce of`il�c said woz°k by ihe C"c>ntr��c;tor ��i- 1�i5 a�;�r�ts or- sez-var�t5, ���- 1he irlfi-i�gem�n�s of ar�y p�tcnt rigl7is by reas��n of the �isc �� any in�terial fu��i-�isl�ed or �vorl� clo��acq ��s afores�ic�, or e�ihel��ise, Anci tl-�e said C_"«ntractor anci Str�-ety 11ere;by furtl�c;r bind tl�croselves, th�ir su�cess��1-s, 1�eirs, executors, �dr��i�3istrators, and assi�nls, jointly ai�d severally, to repay thc c���%r�ex- any ��im �w1��c1� tl�e Owner nzay be compell�.d to pay because of any lien fo� Iahor inaterial furnisl�ec� fo1- tl�e wc�rk, canbr�ced by saic� Contrac�. Aiid the said Surety, tc�r the va]uc� received, herel�y stipul�ites and a�rees that nc> c�h��n�;e, e�tc�7sioi� of� tilne, alterati�n or �ddition to �l�e tenns of the c�ntract �ar to the work to lae perfon�ned therettrlder or the spccificatioi�s accam��anyi��� the; s3me shall in ai�y way affect its obli�atio�s oz� tl�is l�orad, ai�d it does hereby waive �nc�tice �f aaly sueh ehal�g�, eXteizsion of tiil�e� alter�t�io�1 �r adciiti�i�� t� the te.x-gi�s of the contract or to the w�rk or tv t�1�L specifications. IN T'ESTIM()NY'WHEI2�,OI�, witness tl�c ha11�s anci se;a�s ofth� parties l�c�reta this day of _ .�_ , . ��— _ � A"T'I"EST: WI'i'��I:SS: C�O[1NTFRSiGNEI)e 'I"LC' DIVERSII"I:ED INC, C.ONTI2AC:Ti7R. By: SURE I'Y �y: ArT'I'OI2NEY-I�i�F�C'1" >><,�� .� Item # 14 Attachment number 2 Page 3 of 16 CONTRAC'I� i'I�is C()�VT�ACri` anacie �r�d enter�.ci into thi� <:i��y af - .. ,?f) by ____ _ �nci bettiWeen the City o�f C"learwater, Florida, a muilici�al cc�rporati<��1, Il�,reir�aftc�� c�esignatec� as tl�e "Cify".. ar�d TLC DIVEI2�SIFIED INC. of tl7e City of PAIIMETTO, C:o��nty of IVIA�'ATE�; ant� State c>f FI10RIllA I��l�ei�la�ter clesi�nated as tl�� "C'c�ntractc�r„ WITNI;SSE"I'H: 7�1�at thc par°tie;s tc� t1�is cc>ntr��ct �;acl� in co��sicieratic�n at� tlle unc�cz�takia��s, }�rc7���ises L�nd La�rec�l�e��ts ��i� the part of the othea- I�e�-ein c;c�ntained, t:ic> hereby �i1�c�er-tf�ke, prc>l�iise ai7ti agr•e�; as fc�lZc�rv�e "I'1�€; Ctnatracto7-, aa�ci his c}r its successol;s, assigrzs, exe�utc�rs or ad���inistrat<>�-s, ii� cozlsidLr�atic�l� c�f thc su�z�s of� money as hereil� aftei- set forth to be paid by t11e C:itiy anc� to thc Cont�-ac�or, s17a1� �nd wiil �t their o��i� cost and expense p�rfoi7�n a11 labor, furnish a11 matez-ials, tools anc� e��ziprnel�i for- the Ft�11c���in�: EAST PLANT AN�XIC 'I"ANK REHABILITATION 09-OOOi-U�T F4R T'I�E SIJ�'� OF ON�'. MILLION, TWO HUNDRED SIXTY-ONE THOL1SANll FIVE HtiNnRED I+l7KTY- SE�'EN llOLI,ARS ANI) TEN CE�VTS ($1,261,547.10) �r� accord�z�c� witl� sueh proposal and teehnical su}�plell�ental specifications dr��l sucl� ath�r s��ci�1 prc�visians ar�c� clrativin�sy if a11y, wlucl� will l�e stibmitted by the City, �c��etl�e7� ��ith al�v adv�rtisement, inshti�cti�ns to bidders, gene��al cc�nc�iti�ns, proposal �ncl bond, whi�1�1 I�nay� �e 1�er�io ��tacl�led, and any �3rawin�s i�f` ai�y, which 1�1ay be hez-ein refe�-�ed to, are }�lereby rnade a��art c�f tl�is contract, �nd aIl of said worlc tc� be perioni�ed auci coz�7plctcd by t1�e c�ntractor an� its ���ccessc�r� anc� assigns sha11 be fiilly campleted in a�ouci az�c� workn�a.a�like nzanner 4o t11e s�tisfa�,tic�n o�i� t13e City. It` tne Contract�r slzould fail to c�n��ply wit1� any of the tei-�ns, conclitic�ns, provisioazs oz- s�ipula�tlol�� �s cor�tained Ilerein within the tiil�e specified for com�letiorl of the work to be }�erfo�-rned by the Cant�ractor, thei� the City, may ��t its opt�on, avail itsclf �f any or all reinedies ��rovidcd oa� its bellalf� and �hall have; thc ribht to proceed to cc�mplefe suc1� work as C'ontract�r is obligated to ��e��fc�1-i� �i7�� accorc�ar�ce with thc �rc�visic�i7s as contained herein. T1IF CC?NTRACTOR ANn HIS OR I'I°S SLrCCESSORS ANll ASSIGNS I)()FS HERI±:BY AGRE;E I'O ASSUti!I�", 7"E(E, DEFF.NS�: OF A'�Y LEGAI, ACTIOIi' 1�'HIt:�I l�'IAY I��:, BROLGHT ACaAINST THF CTTY AS A RESULT OF THE C()N"I'RACrI'�R"S AC'TIVI I'II:S ARISIiV'G OUT OF TIIIS CO�TRAC1' AND FtiRTHERMORE, IN C'O�VSIDF,IZ�Ari'ItJN O�+ TH�; TF,RMS, STIPi1I.ATIONS ANll COtiDI"TIQ1�S AS CONi'AINFD I-1ERF.I?�T, AGRF,FS T�� F�()LD THF CITY FRE�: ANI) 1.IARNILESS FRO'�7 ANY A!�ll ALI� CI�AIMS IiC)� DAi�1AGES, COST'S OI� SliITS, JUDGMF,?\'TS OR llFCItEES R�:SUI.'TI;�C� �R()M �:VY C.L!'�llrl� 1��r4L�., i%i�l�)�!,R 1'��1� i�Ui�TZ9kr�t,1 f��7t��1�7�r�� i��li �y�rvl i ���2 r�����J co��r�zt�c�ro�z UR rr�irl cc�:v�rli�cTOU°s stJ�-c;o�T�,u�crro�zs, f�c��+������, s�:x`�������,s OR I�N1PI�()YF,�",5 RI�.SUI_�"I�iNG FROiti1 AC'T'IVITII�:,S �3Y TIiE r�t�'ORI��,1'[�:�r"['IO�'��{;� c.(),�' ���Zt���� ia�z, s�l�'f_�{�:�7rr��1�c roH, ��tT�'a�Tr�, s�:x�''��v�rs tarz ��;���>l,c�����.5m �T``''`� 4 Item # 14 Attachment number 2 Page 4 of 16 co��ruacrr (2.) Irl acfclitic�i� tc� ih�; faz���;oirz� prt>visic»�s, th�; Ct>i�ti�acta�- agrces tc� �c�ntt�r�1� t�> tlie fo11«wi11�; z-cyuir�i���;lrt5: Il� cc�mzection �,�ritl� thc per�fo7-�1�ance of wc�rk under this cont�-act, th� C'o»ti•actot° abr�ees noz �t� cii5criminate a�ainst {zzly �;mployee or applieani for cl��plo�m�ca�t bccausc c>f race, �e.�q reli�ic»�, cc�1�n-, c>r ilatic7i�a1 ori�in. "I'h� a:f�7resaic� provisi<�i7 shall irlcludc;, b�it not bc; 1i1��it�d tc7, tlie fc>11c�wrl��;. emp�ioy�nezzt, upgr•acli��lg, demotion, or transfer; recruitn�ent c�r recruitm�n� advertising;; Iay-�tf c��� tern�iiiatic�l�; r�tes c,f p�y or other fo�-ms of coinpensatio��; and selec�e�1� f�i� t��-aini�l�, inel�.acfz���� appl-�:1�ticesl�i�a, rI"he C'ontractor agrc;es to post l.�ercaf'tc;r in cc�nspic��c�us piac;es9 av��i1a171e for L�n��laye�;s ar applicar�ts for cr1��l�yment, notices tc� be pr�vided �y thc co��t�-actin�; offzc;e�r settint� f�rtl� i11� �ro��isia�as oftl7e no�z-discr-i7��ination claus�. rI'he C'c�nti-actar titrther a�rc;es io insc�-t the foregail�g provisior�.s il� all col�atracts l�cre�rnc�ez-, il��luc�in�; contracts c7r a��reeanei�ts witla labc�r unions and/c>r �vc>rkc��'s representatives, excc;pt sut7-cc�ntrac;tors �c�iµ sl�nc�arcl cc>m���erc;ial su�pliES c�r raw materi�ls. It is nlutually a�rcc;d between tl�e ��arties Izereto tl�at ti�ne is of th� �ssence of� tl�is cc�l�iract, ancl in tl�e ev�nt tl�at the work to be perforn�led by the Contractor is not co�nplcte� witl�in the tii11� sti�ulated hcrcin, it Is the7� furthez- a�reecl th�t t13c C'ity may deduct froin such sulns or �;c�r�i��ensatioi7 as madv �e clue t� t1�e C�ntractt�r� t�re st�i�ri of $1,0U(�.00 per dav for each day that t11e w�rk t� b� perfarrned �by ihe C'ontractnr remains incc�mplete l�eyaizd the tin��e lin�it s��ecified l�ereii�, wllich su1� �7f` �1,OOtl.OU per da�� sha11 t�i�1y ar�ci solely ze�r�sei�t dan�ages which the City has sizstai7��ed bv reasor� ���` the f��ilure c�f the C�oiztractor to caill�l�ie thc work witl�iil t11� tirl�e stipulated, it �eitig ful-t:her a�re�d that t��is s�l-n is i�at to b� construecl ns a penalty b�it is oi�ly to ve c��r�stli�e� as lic�uidateci d�images fo�- f��il���-e o�i` t�11� C��nh-actor tc� coinpleie and perfoi7��l al1 work wiflu�i t�le tin�e pei�-ioc� as specifiecl in t1�is contra�t. It is further nrut�ually ��n�e�°d between the City and tlle Gontractt�r that if; ��ny tin�e ait�r the ex�cuti�l� of this cc�l�t��act a1�1d the s�iret�y �ond which is attached hel�eto for the faithful perf�onnanc�; of� the tenzas arld c�nditions as contained iierein �y the Coi3tractor, that tI�e City �l�all at any tin�� deenl t11e su1-�iy or s�lreti�;s upon suclz p�rfo�-���ance boi�d to be unsatisfactory or if, t�r a��y re.asoi�, the s��it� bonci �;e;as�;s to he adequate in aino�r7t to cover tl�e perfoz7nance of tl�c work tt7e C��ntlactc,�r s�7all, �t his or its c�v�n expense, within tLi� (1O} days aft��- recei�t of written notice froi��� t1�e City to do soo fi�r-nish at� adcii��ol�a1 bond or bc�l�ds ir� su�1� tcnn and anlounts a1�d witn such surcty or suret7es as s�1�ll be s�tisf-ac;ie�ry t� 1:he Ciry. If� sucl� an evt;�7t accurs, no furtl7er pa}nncnt shall l�e i�zade t� the Cantractor ur�der the iern�ls ari<� provisioi3s �f tl�is coi�tr�ct until suc�i ncw o�- additional security bond �,�uara�r�t�eing tl�e faithfi�i per��oi-�nance of'tlle wvork Ltnder the tern�s �13ereof sha11 be coz�pleteci a7�c� furnished �c� t�h�; Cit�� i��� � foz-�n satisfactc�ry tc� it. �?""`� `� Item # 14 Attachment number 2 Page 5 of 16 i:o�rrx���r (�) IN WITNESS W1�EREOF', the parties to t11e �gr�emei�t i�ave i�ei-eci��to set the�1� 1���3�cfs anci �c;als ���ci havc �;xccutecl t:1�is A�reenlent, in duplicate, tl��; c�ay anc3 year tirst abt�ve wl-itt�n. CI I'Y OF" CL�AR�'4'�"ATI�1I2 I� PINFI.I,AS CC)L�N'I'Y, FLORIDA �3y; _ _ __ . �I�liai7� �3o I��r�z�, II C'ity :Viazaa�ea� Countersi��l�ec�: � Frank �iibb��t�d, 1Vlayora�ouncili7�el��ber (C'antractor rnust indicate whet%er Coiporation, �'artFiership9 Cc�lnp�a�y or I��dividual,) ("I'h� pe�-sc�n si�nin� s11a1I, il� his c��,�is handwr�itii��, si�n t�he �'rii7cipal's 1�ame, his owr� name, �i��c3 his title; wher� tl�L ��ersc�rl is si�;nin� for Ui Co�-por�ati�n, �e mL�st, i�y Affic����it, shc�w� his autht��-ity ic� �bi��d the C�ozporati�n). � � �;a:�I) l�ttest: Rc�seinari� Cal� City C,lerk ���araved as tc� f��rm C��nil� Sc�to Assi�tailt �,Tty Atta��ney (C'c�IZtracto�-) �Y�, _. �e..�S�;AL ��`'��`' Item # 14 ca'_� ru�LZ�c)it's A�<�1�)AVIZ rau ��1tiA1� i��Y1�'7��ivrr (CORPORA°TION FORM� S'TATE O�' COLINTY t�� Attachment number 2 Page 6 of 16 C7ai tllis c�ay ��el-so��ally �ppearecl l�efo�� i�1e, t1�e Lilzdei•si�,n3ed a�.�iiloz-ity, dL�1y a�itl��rizec� t€� admllzister c�at1�� �i�c� t��<c ack»owlcd�incnts, �.., r�ho ��fter 3�ein� siuly srv��r��9 depc>se� a�tc1 say5e �hat he is �th� _����____ _ _a.e (T'ITI,F) �f� TL� DIVEItSIFIED, I�Ca a F`loricia Cc�r�oratic�n, with its priilci�dl place of business locatcd 2719 l71 ��treet E Palinett� Florida 34221 (I�ereii�, the "Ce�nt�-actor")e 'I'h�� the i"oi�tractc�r was the �eneral contr�ctor ui�cler a c<mtract exc�cuteci �r� tl��c; ��_ cl�y c�� , 20 , with the CITY O�+ CLEAR«'ATER, FI.OFtIDA, a�nuni�ip�� corpora�h��n, as Ciwi�ez, and that fl�e Contractor was to perfo�rm the constructi�zz c>f: EA�T PLA�T A�OXIC T�NK I2EHASILITATIO��i 09-!)007mCI'T' "�I�h�t said work has now been coznpleted �nc� t11e C:;ontractor 1�7as paid �r�d d�isch��ec� �11 su�7-contr�ctt�rs, laborers and �naterial �lnen in connectic�r� witl� s�id wor�k and tl�er� ar� r�o 1�ierls e�L�tstandirt� af any ilaiur�; ��or any debts or ��b1l�atiolls fllat tni�;ht becoine a lien or eilcumbl°zulc;e i13 cc�r���.ec�ic�n witl� s�id wo�rk a�aiplst t1�e ciescz�ibed p1-c�perty. I'hat l�� is 7z�akin� ihis affidavit pursua��t tc� thc; rec�uire,n�c�lts t>�� C�h����ter 7I �, I�Ioa-id�� Stat��ies, and upc��� �c�nsic�eratic�ll af the payment of e(Final Fiill Amount af Cantractj in fE.�Il satisfactiol� and clischar�e of�said col�ltract, 'I"hat tl�e Owner is h�r�by released froin any claim a��hich n�i;1�t arise out of�saici �ontract. T1�e wc�rc� "Iiens" as use�i ii� this affidavit sha17 n3ean any �r�d all �ir-isi�1� r�r�c�e�r t��e operation ��� the I�Iorida Mccl���nic`5 I�icn Law� �is set �ort11 ii� C'haptel° 713, �=1<�rida Statut�;s. Swc7�-�� anci �Labscril��;d tc� %et�are �z1f; "I'hi� dav Qf NO'I,ARY PU�I3I_,IC VIy C"o�z�7l�issic�n �xpir�;s: �Q 'TI.C�' I�I'�'ERSIF'IEi) INC, A� F'IAN'I' F�Y: �3`'`'` `' Item # 14 Attachment number 2 Page 7 of 16 Pi20.P�JSr�I: TiC3Nli { 1\0 �� C� ��1Gii �til 1f c2 (�ili{t� C G�?�:CK ;:�Lli71r.�1�u) �rN()��`� Ai.,1: �VIi?.Ik �3i' 'i'7Tf+5t? P�1t�S�'��VrTS: T;�ai e,�e, +,�ie ���dersi4,ned, ",;�C D;vc. ,��-��<l, �^�:. �>A';incipal,�z7d in�E:s� t�,c �.c �r �t� a_re__._— __ _.._ >.:- -- --- ___ _ __ _ _ • n� � � � � ?i�l�c)Z-'V 3� �� ��lo ah0'S � t ��SS � �)rLP � c i _ . ... — — - �,�c ��eld a�d a�An t�ol.�a�� u:��c� �� _t � ; �_ i � � �'e: t , _ � �� c�,_ � a . �_�1 _, � ik�e (;ty of _:� �ar�>�at: i, l°irAid a��, 1:e t3��: uf [ E 1__. � �'''t _�f` �n �.r, r 73_..��i C , - --____ __. �)0�� 1 S���, �i fi (,�')�U� r'd I":I:1�iT1Ui1"i )A i(���o ��f �..,OTIiS"dCi.UI S �(.). �} ��i`3 cLiT7.OLL'li) jC7A 'L,'lt', �sc�,rll"if�.',.'li _ .rr Oi '�'t�ilG�,� W21: �kIIC't i.�,�l;.V i0 C)� iTli?i�L'� 1'r'�� �ii'r-��rr ]Oi11i�i' �.i.l� .;��i�i8.11`�% �>L.`1_(� ()'wSC'dir�.S� OLi; }1wil'S, �",iCC�.'.t0a�, £3�171�I3iSf,T1°t01'i, SllCCGS>0!'S c.^�!j 3:;Sl�rl$. �� Y �-!1B r,Gt1C�:11.^11i Ui j�[_3�. c.'Jvt' Jt".�TS���il`JD. _> S�1C�: i�1(ii 1�T�1C ��,�a"1C t-`>iC?�;?Si�'�Y '%��� :i ;� E'Y S,l 1.� �� � � � a° �'.�nCtx3t�� �u� {J__..;��.���i__.L.1.1;:���r �7.t � ( ICt�-z�-y��-a� �'1 , .........__... 7 �tr' _ — _._ e�y, f;�� �ra,lc ,pec.f.c�i u.,: I T;�Z�iT;�"i'AT'J()l�i, I�7l�S x' ANO:?�Jf(; ;'�'�D 5�;�:{J]Vi) l�itiC3�TC' �'��r�x. ��:��t���zt.:��,��i����;�, �:�sr .�I�v,��vts��,r> �?ta�lx,� �`z��c�;� t�o��z�zzat: ����c,�z,t �`� «�-tft?���-�;,.�. f3i.� F'.� St;�llt'�ti;� iR Sfl3:i ?'ii)�0 d> �>} Ci )Jc <j '��.i \�'0?'�C 7?iC1�jC'14ir'ulCiC2t�, 171 dC C"?ii! LiCC'�n itll t11� k)�;!.i,S �3C1E� s��ecif�caiiorr5 x�r��� :��d h�,��;�or, all v,�i±hin Pin ,11�s Ct�u�`��, �s acce.�ted asld 1he contr«rt ��xardetl t� the i1�G1� �ta'l"('.'; iJ1QGn1`, �lil'{ fil:; , d.�� "?1Cj�C;i SI1£11.� 'w3i�;lI1 tC;l G£tvS dfl':J i7O11Ct. C�� �RIf1 £]\ti'�,i�j �'.a IGi )Z]?i� i3. COi?j: d�_j; ,<< < �illit2.�; �;tfiC� rt�!i317.5j1 i��C rL'C�ti:Cei� }�E',i:i�O;i`C�,2�:�� '1�3011C3 }n.i,'. �1:iCi}� Or .�J"t',ii<:S :U h.". :3p�C0\'C�i �V L'rA� ��7�,V 'V1 l'1�1�CL, t ll 0�� „dt�U�l � 1d.1 �7C3 t lT1U, 0`'��iGl"�xi15C L:]� S�iU�e .,a1c11 �JE: 7].i_tai. l: sit �. '�l_,C� l_3��UC 1?v �3tiv d;7C� ?!1(; 1��:'t clitlt)Iii1: 0� i_hiS l�r'T7,`';ii) f3�1?C� �Y'1)� .7� �)1:�,i Yf) �1JG ( 1?1' 85 �?i1�U�c?lCi� G'i ilC�i11.(��il:;(; Cl �I? � �i2?;f 5. S;t7��:=c.'.. th:< � 7 c":�v of Nav�mb�r �1,i) 1 0 (1'A;ncit�ai z��us� iiz �icate w;;�t�zez cv�nratir�n, i;axt�lcs:s;��.�;, C�;TZpany c � ;ndi�, �c�u<:iil �Ci:e �erson szpr s�t;. sx�ail, ir� hz_ �>�h�r� �nc��zzt�z�t;. � �z 'neF'rTxcX���1 s na�r�c, t_;s ��xn 1?.�,nc �,J ���s Lti?r, i}")E, i�:,xSv[] Sli�i:t1D`i�? i.OI c Ci)I'(',OI:�t?�1Qi1 '���il�i �>j' eLlj:!f�d�':f, SlSC�W �:1� �YJT.�lnJ;itV �o Lir.�� ti�e c�*Po.�:��on. ;r�r;ottV.JOc Cor�a��tior� TLC I�iver5.if ��c�� i:nc. i'r�n �^,ij?� i , il. 'Yy I`hur��tar� L�mber��a, �� , � � �� � 13y _ _- ----- --- � , ��.>>.l; Pr��ic�c�nt c. 1',�ge 7 or 15 West�f ield Tnsur�nc� �am��r�y _:__. _..__. .___. S,��c� �ttnrn€�y Tn F��� �7;-,�rzc; o Item # 14 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING 7HIS SAME Attachment number 2 P9WER # AND ISSUED PRIOF2 70 04115I10, FOFt ANY PER50N OR PERSONS NAMED BELOW. Page 8 of 16 PC�V�fEK NC�. iT992202 04 �ener�l �a��r Westfield Insurance Co, �� �tt�r�,�y Westfield National Insurance Ca. CER�i�FIE� CC�PY Ohio Farmers Insurance Co. Wcstfield Cer�a�er, t�l�a�o Know Alr` Men by ihese Presents, �hat WFSTFiFi_!� iiJSURANC� COMI�ANY, W€STFIELC� N�TIC7NAL INSU!�ANf,_ CC�M�'1�iJY anci C�FI10 FA12M�R� IN.SUkANCE CC�MPANY, cQrparations, her�inafter ref�rred to i�dividualiy as a"Company" anU coil�;etiv�;iy as "CU�ri�ar� es," di�ly orr��niz�d �nd exi�ting under the iaws c�f the Stat� of Ot��in, ar�� t7av(ng its ��nncipal office (n Wes±field C�nter, Me;dina Co«niy, Ohla, do P�y �hes�; �r��s�;nt3 make, constitutt:, an�� appoint TNEODORE J. JEDLiCK of UAViE and State of F� its true and I�awfui Attomey(sj-ln-Fact, with fuil �c�wer and �uthorlty hereby conFurred in its narr��., {�lac�; and ste:aci, to executP, ackn�wlPUge and dc:liver any and all bonds, recognizances, undertakings, or other instrurnents or �a�ntracts of suretyship- � _ _ _ _ _ m _ _ _ _ _ _ e _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ e _ _ _ _ _ _ _ _ _ _ _ � .. _ _ _ _ _ m a _ _ _ LIMITA710N: THIS POWER O� AiTORN�Y CANNOi BE USED TO EXECUTE NOTE GUARANTEE, MO(2TGAG� [�EFICIENCY, MOftTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bir� any of the Companles thereby as fully and to the same �xtenC as (f ,uch bonds wer� slgr�ed by the PresidenC; se;aled witt'i tr�e corporate seal �fi the applicabie Company and r�uly att�sted �y its �e<.retary, hereby ratifying and conflrming all that the saiG Attorr�ey(sj�-in-f�-7ct n�ay do (n the pren7ises. Said appointm�r7t is ma�1� under and t�y authority of th�; foll�v�ring resalutic�n adopteC by the c§o��rd of 17irectors �f eact� of tY�e WESTFIFLQ INSURANCE CdMPANY, WES?FIEL.D NATIONAL INSUf�ANCF CCMPANY anci C�i°il0 FARMr.RS INSU(�RhlCG G�MPF\NY: "Be It F?esvlved, tYiat Yl�E, Pr�esldent, �ny Seni<�r Executive, any Secretary or any Fldel(ty & SureTy Cperatlons Execi�tive or ot��r Ex�Ct,itivF sha�: �e and is hereby vested with iull C>ower and authc�riry to a�p;>int any or7e or more suiYat�le persons as Attorney(s)ar2-f=act to r��rese���t anc; act fior and ;arl behalf of thP Cornpany sut�ject to fhe iollowinq r>rovisic�ris: ihe Attor'rjey in-FacT. rnay hc c�lven full y��ower and authorlty for and in the name c�f and or� behal# ofthe Company, to �.x�eute, acl<r�owledc�e �nd deliv��r, any and �II uond�, rec�ygr7izances, contracts; agr�;�;ments of indemnity anci other ronditional or oblsgatory undertal<inys anc+ �ny anci all r�i�tires ar7d clacuments caneellr�r or terminatle�g the Compariy's Ilak��llity thareunc7er, and any such InstrumenCS ao executeU by any such Attamey-in-!-act shall be as l�iriding upc�n the Campar�y as if signec� by the President and seal�d and attf>sted t�y the Larpc�rate Secr'etary.'" "Be it f=urther Resolved, thai: the signa?ur� of any 5uch designated persan ane� the seal ofi the Corr�pany haretofr�re or hPreafter affixecS to any p�we,r af att�rriey �r any certificate relatiny thereto by facsimile, ancl any pawer of attarney or certiflcat�; beariny fac.simile sic�natures or `acsimile seal stiall be valid anci bir�ding upon the �:orr7��any witti respect to any barid ar iandertaking to which it is attachF�d." (Each adopteri ai a r'r7aeting r7eid on Fetaruary 8; 20�(�}. In Witness Whereof, WE`�TFI[=t�d INSURANCE CC�MPANY, WESTFIEt._D NATIONAI_ INSURANCE COMPANY and C7H10 �AfdMERS IhiSUR�1NC:E CUMPANY hav� caused thPSe pre��r�ts ta E�e sigr2ed by thefr Senior Executive and tf���ir carporate sea(s Co bc; h�r°to affixed this 1�tta day of APRIL A.D., 2070 . corp�rate �., - � -•,,, Spals ./�\tlSY� +�C,�q,,•i t Affixed ��v;• .Ca. � .4p� w � ��:�'�',�`�'�� �; °°-ti, ,.+ rr : , ....-� i State of Ohir� �°'4i�""'� Cc���raty of Medina .�3.. ; ��'����ra�u�.� ' • , �;`'\;�f .'�}�`'•: �`,y;:' :�: : «: SF�T �" � m r;f) ^v 1 J : (� > "'� ���� ..*. � M IiI/Ili1� � 1tISUlP,�°-,, : ;�.`�'-" 4 :��:� r � 11ARTER Jj :� � w� ci�ae :'i = *' � ° p!: ft�6fs���m�� WESTFIELD INSURANC:E COMPANY WESTFIELD NATIONA� INSURANCE �C>MPANY OHIC7 FARMERS INSIlRANCE CC)MPANY ti �"-� /�`� � . �y: Richard Le Kinnaird, Jr., S�nior �xecc�t�vr.5 C�n this 15kh day af APRiL A.D., 2U10 . before m� personally came Richard L. tCinr�aird, Jr. to me knows�, whc7, he�ing uy me du!y sworn; did depc�se anc� say, that h� resides in Medina, Ohio; that he is Senior EXecutiVe of WES'TFIELD INSURAtd�E C:C�MF�ANY, W�STr IELC) NATIONAi._ INSURRNCt CC�MPANY �rEd C�I-110 �=ARMERS INStJRANCE COMPl�NY, the campanies described i� ar�ci bvhlch executed tt�e at�ove iristrumYrrt; that he knows the s�als of said C�mpanies; that the seals affixed to said instrum�nt are such cc�r�orate seais; that #hey were sc� affixec� by order of the f3oards of Directc>rs of saicl C.ompanies; and that he signed hi� name thereto by like c�rder. N�fal"1�3I '�aNarlNa�aeyo, � f �m � E.?� I '��'��� 1, p+ �,.,,, �� °�e, ! ,�ff�XE� �P� ��1l11iji � ��`• o;�-� � �•.v = z: = `�'► < =° r •' . • William J. ICahelin, A rn�y at �aw, tV�ivey Pciblic� State af C�hio : ep ���o My Cammissic�n Does Not �=x�ire �Sec. '147.03 C)hio R�;vi.�ed Cc�de) C�unty of E�edina ss.: °p y •w 1`; ..�E�OFQ> I, Frank A. Carrino, Secr�;tary of WESTF!�I_,) ;N 7URANCE COMf�ANY, WESTF IELD NA7IUNAL INSURANCE Cni�PAF4Y and 01-IIC� FF�RMC=RS INSUf�ANCE C�MPRNY, c10 hereby c�rtify th:at the above and fc�regoing is a truP ar�d correct r,apy of � Power of Attorney, executc�d by �'Said Comparries, whichi is sfill in full force arid e`f°r,t; anU fiurtherr�nr„e, �t�� re�alutic�n� af the Boards of D(rectora, set out in th3c; Power of Attorney �re in full force and effect. Jn Witness U/herecf, � P'iavP hereur7to set rriy hand and af*ir,�d the seals of salri Companies at WestPic;ld Center, Ohir�, this : ���y of (a.D., , . J . ,���� �M,..�.w�.q .. . ,,,� �,�„ ,r � _...u�:.... yS'��ji�fl�(��' , ; `� �1C?N.1( �nf'-,, ��''� ����F'�� ��4 S;�A': �v� � Z ��' ' ui, e+� �: ��, ��'�,�.. �� � �'�r :, SE�1I, ; � � ��i°,.e� rars f,,, �, �,� "' ' •• r7 ��»�n..�.� � ,�*e,t, �Pner., r,-�,n,nanP�t� rns_o�► ..� �t 1848 e: +� �, `�a �i�� 6 Frank A. Carrino, ecr�t �¢�a� Item # 14 Attachment number 2 Page 9 of 16 kii�� S{�lif.�l� I�R� ;'; a�>E'. fillc;il in �az��� >�;t;trtr,cl if �i�� I�icic�c,r� is .� i�u,r�iar��iic>t�) �il':�'1 �+; (_}I+' �<�:�f�6t����4 ) (`f�I;��'1"5` 6��{ Mr�n�� !- �� l �.1<�c�li.li.P l.drll�"J".'r .�C>1�1 ----- j)f;7i1�� a:�il��' S\i`t)l`1?, C�C�1(7,�t:;S tP;t� S�iti .��ii't [1C,�;ii:': I'�; -- `� f;C ZC,�£it�f O' j J�, C L) � V E? C .:�u �.t_�_�',_t� , ! S1 C , _�__ _ _ _ . . _ __.__. _W._ _._ �� cca��7�srt�tit,tz c�},r<� :i�c:�i ;:�t�cf exi�:l.i��s; us�rle:a a,�c� ��y vi�tue �>� t}ze ]aw,; E>� tl�c� `�t.�EE ;�!`i�loric,�s, <aa�t� ��f.�ir�u7, ats �?�-;��c,iX.>al c�:ii�c,� <�t: � . �, , - �'; � y � 7 L Cl �-� , � ° - -- �'�� �t}41.;. %c� 1�1� �s�it>,',�� �'� __ . __ _ __ ---___ `�trcc.� c�, i`��zsr���;y�- C;ity (.;c>r�r�t�. �;l��ti; ' � � � �� �„� ,- r ° , � , �. � ii#a�r�+��t ,f����k���,� w��,-� t��a1 l�e �.3 f�z�7�rtli��- ���It�� i9��a .c v=r�,>y rn�rl,�t�. lt�c�i�;; a��z.1 [�� ]a�� �f' ' f_ �._>> <�.. � � � _�'I C, �J. � �r�..l..:>,�- _` < ? x.__._. _ _ __ _........___�.— - _. _ . . _._ __ . , (1�+'��.i?l:`, t);��_;{iX'j7()Y<��1t�Y"21 �';��l.�ii7f;�ti1�}'C_I'S<i�-���1��1. `1�711i �:�LQi1. ��c1i711�E_'���C�17 1`+ �Y:"��'`�l.�.E��i� . -- _.__._ • - � -- - � _ (C)�f�s;�r� �� ��aze.) ��E_.i�Ie� • ,� � r of �1,� ���;t;:>��x�tion� i ; �:�t��3,v �i� �nuz°a��.�ti tt� sr�;n t�lr� l'r�<.,i7t3s �� i���r _�+�� � - � 0 v `J_�_�1 �' _._ _._ -- 1Y)r ,:���i t;t>tj7(�,'"£at.i(�rt ��4' t 1C'tiC' Of �1 � C)`�?_?, �] r�J.�.:� C)� _�� �__�z r h> _._ _ t5i,tt� �w��h f���.t �:� � zt>� isi��t� c>:� o� J����� crr Ea J�c �c�#t�t�rrtz t�i`tilc �3c��,�� t71� - - . , , ,. .__ __ . ]�.> .c,t,�ts. ti�}��'�I�� ,��Ilx�; �, r,���e�,t���tc� �,f ���t��>����a�z�. ,�' . - a E, q t� ,� � � � ��,..��. � - �,< , _.__ _ ----- — ,�3�i�€�t �lo�zz5.t��:� :f.,�rnb� i sar; _ ';s�7�%«7A1 �c) tx.1t}re tl� tIl1s _�i�c?, C� i� Ui` J��:��t tbE>:r..' _-___ �`�(a I�. Se;:l; �t;1%.;'.a; P,3 �_c 3 of' i � �, `; � � .�„� , - , �� �- � � ,��, � �� r� �,C� a1"Y �'t1i?�7t: r' ��E ���:��,._. ,, ��,��.� . _.. �.._ . �_...W..�.....1 �. w ,,�,,. : i'{f�� �, %,��}��;{`*��€�;d��i � - hi iy,irt+�z ` ',.iklD._ i � � : �, ,,, � ti r v �� U � l��s��k�7 t�<t�'i�� '"�`�� �.�f��fxtr'v `i;t2 ``, �„� ; �, r� tn. .�, �, -,iir r1�t„ 3�,ra � -, _..... .._... ....._. .___.. .__,. ..... . __ �A il�r Q'" ,'`� l�ti_, 1r?d� �'itti7�l� \i) . al"lE' `� -�...�.iti!tl Item # 14 Attachment number 2 Page 10 of 16 �4�rd°�:`f�%�a� ���(�?°� ;��^'l;I��rA.�'��,�, :�`�',�`�'�{; ���� ��'�,�������� �.. c�����.����� ���s ��� ��_���_._– _ ` < ' � i � o � � " �?i;',it1 ", �.1I'>1 C�il�}� S�k'{)IIl} (�C �l7>C',�� �il)�� 5 l�;�i 1}1�3i ili' iS 1_�ZC.a_x a�_� or� ;I;���1�:��. � �t�.�� — _ �. . I _ , e ,_ L��� ����x�z�.t �eI `r:'I�C" Z)iv�°r�� _ �_c�cz ���c� , ____ __ __._ _ __ r - ?�"l�: �lti7'!L` ?1lcL�CAJ)�'. i�IC', �t�T`i:r?C}lJl�?, ��Ct��)�?S�if. Ui° �31f�; i}l(l� Sll(;li �_�JU 14 �?�I1t1LC?C rii:1C1 Y70� {;C���lIShc'� OI' :3�l�i.iii: ti���t .�air:i 1>rc�c§k,r- i�; 7�{>t tir�ar�ciailv is�iLre;t;teci irz E>t ;�il�er't��.,c; �iff�!i,��e�i ir� �A 1,��.��r1�°s�s ��ay Utrit�� ��i�y c�t}�;,r 't;ict��cs° orp ti��. ��;n°�c c�c��7i.r��,t:, i�Lft �•�:� }�id��er h��<; rx�f ctall�;�i��, c�L�.�as�>zrc;c�, �nnr���c�.���, c�� i��r:�.cl, �i��u.c�iy or r����zrt;c,f��,, ���ith ���}�r� l�icici�yrs r71 ��er�.c�3�, tia pttt it� �� <;1iar�� 1�id z>r' i:?�<�t s«r;t� c�1:}�er� ���.�:s�,�3 �l���Il r°c;��-air� , . ,. . �i��,tu r�,���i,��,, an� l�as �;<,t zn ��� �xx���*��r; �i�.rcc�[i�' �>�° �zzi�4rc�.tl�,r, �,c��.��;�.� ��y a�;r��:�x���r�€ �,r- ,:,��1�as�oa�, r.},r cc�,r���zuTi;c<�1�c�n ��� �;c�ra1� r'�;nc:�; s,�%if�z any ��ez�sc>,�; t<� 1ax t���c: l,iii r�r1c,�° c��° ;f:ls<.�.izt: c}�� af�y <}�lzc.z• E7zc���sz, c�r tc3 :l:i <i['.wt' �)'Vl„ ��'�iC�q �}i"t1f[i O� Cp`>% �,���'II?t'il1 (t� ��31.C� 1)li� �7,1t;4„ Ol' f�1f�1 t?.� sii.}' C)1)lfi'r �J6.t1CiGI', (:tT''€�) ,� L%73.`r° tii,`,' . � . . «C��ci71�U�j��, '4;�3.lI.lS€ ��IC d_,S14' Oi �.�z.fit`�h'i:i1t;T'� �"�Oi'IC�sl, f)I" `e��V j)t',I"',{7i'➢ 03' �7 t::>4?.1�; :I3dC7"�SiC%C� II'1 (ilC, �7I't��)(}<,L,(�. c,rirt,a�;,; �};�c� 1a�<�t �lll �i��l:c�3�7�3:t�s cc>n��tit�Utl in sai;f ��rn,;c�<>r�1 c}J h�ci ��r�c, tr-c��;, <�rZCi ;��r1g�c�r, t?���t €�i7c,l� i��tic3��.r. 1?�:E;s t�oi cxir�,.r,ti�� c�z ir�cizrec#ly �3z�7i�r;ti�;d �E�zs i�ir.�, ca, t.ez�; ;.<,��te�rxls t��,�,.t:<.>f`, «5 cfiv���c �ci irif��rnztaiaoz� c7r c3<tE<, I`�'.�£ii .� l; gA2<.i°C'1,<.7 ��) iJi�' r14St3C.i�3li€)t'i {)S' �0 ?iY1G tl"Ic;Y';"}"�;�P' ��r tlt;`�'il� 1:�lUt'4:t)��. � , �� a. ,. . �u�.��,�, �_ ._� � !i �1f;C1��. ��'�i��z���t c;r; la�zrr�k:;�,c�>��t�, �?r �,� ic.��r��. 4'i\'Y�>'.°sl f4� <314t� ;;ti�?St,77'?i'.C'1 ���� ?a'i," ITIt,° �t1iS 2" i::<iV �1{ ` c� � (). - ' ��Ci � �� ���,rt ��� � _ _> z;� '—__. �>i,G%7 )( �ti :i0i; e � c�f� i `.S �c, �r �.. t;t����riaC���Ar� �.,,�r r t,4.�°a�l 7,I�°� 9� ,ii.) 7�r';3(?:i � Xt'i��i::` : !���F. ;" 2;� i'J'2 u,. ^, �(°r�, Nv i �-i:c L't;�'crai,,�`� t�?`1r% )it; Item # 14 Attachment number 2 Page 11 of 16 �°��� }1�����R �. �___ _..m_� � _._...,_.n t ���� ������?�' �,� ���` �}�` �, �_��t.f����'�,ha � �',��« �'��:�������t�.g 1i)a k'.&f R4�'47�,���4~1�_���d.19199 ���y���..9r14 .f��.iti*.��^4.S.C' r1:."i�� `5f14.,��1�4A! ��`�iRE��.� I.0.f;`�:`�74 8.L.9i,�,A,�9�t�i�%A..r���'t9.�&��C.�,I�v �;h,:�"l' .�5,�p<'.�4�('�t;�� �'E��.I,l.�'�'�C�'ti E�;��`I't�C}�, 1+':!i(`.��,�'�"4' ii��-�i���} 1�-�_�`I" ��SiC� c�i71C1`�' SiiC�J t}i�i�I' 4'�'C77'�t ItIC'1C�i'ili�1� E�lf'it,iCi, �;�� iii �iC.Cf?iC3fsI1.C;f' Ve7d�}'t.�1E,' C(321i.t'��C-`t. t�CY�iI :�:Ilf�. i32.l2'�;<;C� k.{�R'.Si.l9'.&.��1.t`Ir��'d.�,����;.i, A.rA.YS.a'Y� /x���J��Y,{.::4i'SF� "YP.'5�..4,P1YEA t"4.IV\.AJ1i.�.. �7.!�"iJ.V34 A°<@..�-�..�'1lA�i9.a�.�A/''Af&.�.E.J':�4y ,Y{i1��.5A :�!I�A,P6��l�t,�X.`1i� A��kd.�f�t.��AR�.Bi'v �,�J:�I ����.C/he ���'-k'E_��k1A�k B� L9>°�t{���1,,.�.���� 1-;�„ry i�i���i;a �r����,t t<�lc� z.i�t�c:e ;�1`tI t, {ac.t trl<�t �>:�,�t� il�cnat;'; 1�?s �5�oi,i�sszl f7z; �scce t:�le:cl anri il:r.�� cic�c�zz�>>r;r3i.s si�;r7;;c3. 1>v llzc, t�ir�c3cr to °4�x7c�r:� ��r, �<��,�L���(� ic »fat�� ar�t� }rv tllas�; s>#fzc�a9:, �tztti�f'i��ri tc> ���E; .so a�� }}cl.t��f t�J' t17r� �:ity �:>t �.l.rzz�c���,Ler, l.�J�a�?rI«. �(3t:i r;�� ,,�a�l� :�w�rarc� o:° �+�i�;r�< s1���I1 1�c ci;slszc�cs�cc3 �� �?ir�tlir�fx: cor�lt-��c� 4. ,� �F ti'�1��1(t�i1 �i. C1,7`�1�IC%��� �3'C)i"tl L['.�; i'k31:11iC4; ��JTC;i;�f}I i�]`<;:i ��Lir1C�� �3t"t' �4� :ilie�i:7�{'. gi} i�C>';"�t j],C; E;O.`.i� C?� t]1�, t�t'"t)I�C li? i7¢:` C�(}I"lt;, (fi `.i't1�li}tiif i:�?u, �t� �)?`U�';9� i;'r 1�1C', f.l�}' r�tts,}i'i?i;y �i�; 1C} �11L �l}r-r1'} �iP�C� �C,f�,'tl�2i.F' CS� ��"at� C;C7T11Y"<iGt t#;;C� �;il 4-�1ti°, �ii'.S''t11XL'Jlf (�()C-tIi33i,311�; iC'1�i1117j?, '�lC'I'c',10 �a<�i'II"t`"r7. �)f,C'%1 F.il�)(�Ii)�'�:'C� �l �i<id4:.i (�3i y' !i�"tCll'ti�'.V� �3?JC� 4�1C;�1 �71t�4�t;i i� }lc�re�y c���a°Yt;e°r� � �it;� t�.'�:° r�ai�ic��. `� , ` _ - „ . L�3� `�%�17iI" �)�i:�'iC: �7JUj'C34i�1�_, c�S �>1C�(�t.'.7', ci-��t� �C:C�sil�c � Ix��.�a� 1��'�� Oiil� ��C;r,`�i,[a;. T3C,'I`St�3 >>, CC7t;�}�:�T14' t�t" �)L1i2�:�;5 iJ7i('!i:51t'{:I 3I1 1_}lit; �'lU]'(:}�d�,, �il'L. Ii�1Cllin� iIt 1�1P`-; t?i'C)T7C);'�'i, l�lilt �1G .2�t:i <<41(;`i;.il�y' C';ti��iii�� i�; ��7i: (�C�1C77i.�i;S7]Cr?t-, �fl`i�T":1{'�lt)t;� �C3 f�J(j;�f'-I',`i, �i}ii(I""cC;� ;`s�)('C'1�_kC,�3Lti131�y 13i.c`!T)� 4i%1��T��("T�s�'I1�7� ;',7)l'',it3�`f1�1:311i.. �Yi;i��_ti:i� C,alS1��3'�.7.;DI1S, �'s�)GC;IEI� ��T04 tSS.C)C1S, £all;� ����7;i1t�2C:� �:=C)YYC�� 1:ii��� i�`: ()b }1tS I'�?7iC.�t;i1�.E:�k.�rf:; �l<`1S 7;�iiC�L :�IIC;}�. li�t''t � ik�i3i.lC)I7 ckG; .iS Ilt{'c',S:iiS�4` Yt} i��,�('l"i1"17II(', ��"1"c' G}71t'd�,ik'i i�.i"lv C'-�;�1'i:i.�. t_)j �}14', 1�%OP'i; d3;i� �lt; (3i°i.7.?.�.�t'.S <iYli� �`-',��,t..> t.l���t �.f t'It; 3:7rc��s�?:_;��[ t>L ar,.�r:'�y,itrd. Irc �,"�J� c'or11,',�ct r�,;ti'� tizc �:�t�' c7i (..1�° z,-��,_�I���� .t"1 �r�.c]��. fta t�t�: ��>rr.,; C}7 C;t)lla:tt;i �� ��C`Tt'.it`k ;i1�T7t:'X(%i�, i(i j'1�tt'��(�(; j},(' I1C;i;t:�r�.i:(`r' �`��i�!£)a� ?7'i31t1 �1.�.`i, 1i1�3�.}"�i714;I°�'`� ('C�111�7)Y7�'il1 147;)�� (l." . „ , cil.;�}1T"�]�t14, C�0 <1�.� ��?� .v'O,'�; i�l�Li71"('t� i.t.S C'C)iTl�>�t'`tt' irif' t`(iI)l.Y"`ri{;� \4'3i,}llil 1G;:t:11II�i' IIICtitli)�i�:ti 1;7 �I7E �i,:'i1i;t'��� i,C7f1(�I`Li!:37.> �(ii1 <3(C;C3?'(�tTl�r i,(i if1C' I't'.(�1:1I�1'�7t-11i;'r f7�� i�1Ev i3��' (?i �i.��`cStlx:�i14;1'9 �'�.()I"1CY1, i:l,`7 }1G;7'l;ll2 �13.iCi , . , ;�:�i�1C7.L�:��t,` �:f �(�1''t.�ig c;!'7E:� i.C71�;I�i�1 i} l-IC�C.�iiL€;�C� ,Slli'C;1J i?C)]}C7,3 j:fli'�;t' �;)1�ii�,�villtY ��xt;t:;; i(? i�'1i: ,`i;9i',tiir.��-.(jiiC. �';:;� ( )�r` 1_'�. � �%;iUJi,i Item # 14 Attachment number 2 Page 12 of 16 �'1�()�'(��f� l� � _. _�e� � � �.a t�, 1� t��e. �a���z��c�lrz;�, l�r����cr�;.al .,t�ai� �7� �c;r;c;fi�t�y�1 �,>�j i�at= C`ity c}f C;1t��rG� itc:}r, ��Ic�ri�l�, ���fc� i��� ��nc��°���A�;r��,� �lsii�l ����il t�� �;�r=c�Xtc, a satr�i:ac9:c��°;r c;c�nlr��zcf �s :;i<ai�d i� t���; .�ci��c�,x�tisea_��e,3;t:11�:�r��°ix� a�t4{�i:��e.c�, tF��rn Ci��� t�it� �x:�+yl;, ai- E4�s ��plic�z7 ile-tca����i�� t��ati f.I�� tgn�e;rsi�nec� l�� al»�<i:�rle� t���, co�ztract, �i��l ����:r�������on. tk,�i=, �'r�7���s�l :,�ia1] ��� ���:)1 a���� ���ici, �.�r7c3 t§�e, <;�;�.Li1iLC1 crac;c�: c�z� I>c��3c1 u�c;con�p�rzztiix��W i1�i;a I'r�>r��1.><jl, .;larall L]r�; f��,i�°it�<; tc, ��c�a��,e t��t: �,x���>er!y of tf,c �:;zt:� E�f C;lc,���watcr. ��`l��°ic�a„ an� tz��� �Z�z_l� a.�.t�,�i�slt ai`� s��id c:h�:�wl; sh��1l ��:: r�:t�frn�cl 1_�y` i��r_} �'.i�y, o.: il tE��; 1'z't���as��i ��car�ci lac �;i�, �;r�, 1�7e.1�,11 ar�lr}t7rt[ rj�`stgci� I�ar��s s���i�� V>�: �.,�iic1 i« tl���. ��ity ��s si��>zt1.a{.�c� c�A lic�t�lc���try�� ci�i�x�a�� ,> c�i:%�� zr�;:e, tl�e ��c}r�ct t7r c�;�t�°ik,�l v�3c°c;k. z�ccc�rn�3�zn�-��i� �l�is � )'r:7�7��;;��;, ��1 iF��; t����o�;��t i:�f s�x;cl c}at;�, ;�47�-a1] 1�;� t�ybdr�a�c] tc5 t�zc°'����<l�-�sis>����c3 �zs �T�c�cifiec� �4��zG�z�. /��T<it [`Ii'(�;)C.''t'f.f? 7�> �i �7()ilC� Ui i;k,Y`tlitf'C� �'.�lt'C�� ()I1 �/V�"i ��.-� Lr.:.-�_C.� ll�l.ti;'11�.c-i_'��;C; F-` 4.�, �;'��S�,A �/ 13�r�:�c. ic�� ti��; stzrn C?I Ic:�r� 1<�L'c'E,r1i� o� �r�c� ���` �. �='� �,f� �.rr�it. i'����. _..._ . .'._._._. �'�-C�. �— _._ �e..d .. ._ __ _-__..� � _ .___ ___ — _.�.. �_ �., v c� r, a j1Y 1S1„ 4i ii131l1I°I1'tilll C1i l�)��« �1�(_�t�Y7ii:i�;�07`S �.CJ�tI� �?IC� �ii"IiC}i7l;.I:i. ) }:tR 1'��3; ,7a,z��s ��!��� ,�.ss��:�z7ces ;,f'al1 �>c:rsc}i�s ��;c� �sarti��s ���l�xc;s�cci 'rr� t(� Ic�rtx��c��z�,�; }��s�i <:irc a.�; lolic���;�:>; ��� C(?;`x�(1)"t:li.l(7Z7 %'_,it iil(; Cl. �31�,�7 „atl(.� ij�jC�TC,ta4(:,`i 0� f.�7(" F�i'(:�1C�Ct3� c`1Ili� �S�wCaC,`i.�ii�V. �, ,iT'1'?"1 C7L �7,:iT'�I1<IS�lij), ti)'a _ � P1%i.I17C;5 �y:t7C� <���<.�ic;<„,t. ;()i 3:}1C; Iili;r�1� �,� 5 f33' t"� l�l!'1(;1_5. l�it; �:�1C#Cjf",Y' 4ii<`3i� �l, 1 i1Q't. :`)Pl�k` }iiS I�i3l➢1i„ })[di <i�SO f�a�' , I1�L"�?}f'. (}{ t,ll` j�`�'.1"Si)?7 ��7��1. �r`ft)(ii"2 ��IC�CiC;I 33 S t7l}' 1.V(3(,' ti� �:4}7`l;GIT"1C,[l� 1'�i1i;74:�)t' >(:t;}l j7i',1'S()TI°;� 1ii1�)1`tr�.C;S3iCIz�4, f�e"?F'1C�1Tlit��l, C";11"i;+�C?�'il1(�Tl� C)I.' �}(?7�;1171t' �3.i}("il.'4; 4'�'�?f;(.�1t.t' Sl:i�;`°�t7s1?1'�:iC:�f}I', 71:i; �i;�`liz�lt7.�,T1., . is?C's11. �;t,i}`)£7�iC°I, Q; i'itlf)�(}�L,� 1� C;(i�liiIlz?C'Y"1� ti�:'E)1. ��1f';:1�'�'�S''i� t)� ��}i�, C��.)tl`lP"�.It;i �€.? �fl� �"�l(:+C��',i}. h`�'�i��l`:°;: l;k��l)��1.'..;�i��;`i: �:.�7171�`�"t. .S� _�ec�� l�.) r �G71`�.r ��L�'ti`1�E-�'�;�� _ `����_� ��a,_� Xa�� r � ,<� �i� € F: _r!l�._a_..... . , 1 . .. _.___ .._. �7cu.�..rrt� U l._�' x 1-'.�1 ? �.%.� G .I_ ��..r��,ll�i7��' 1 ,1:T2�EC:;C���, i'LE'.��1C�<<I_t; G��"i�`) �S:Cj %1VE-�.� ��11�,��' ��. ... _ — _ ��Ji.m�l;lC'.��;s.C.), m'� 7.r� ��' I `�i�f�a��_tr�.,�I�13x�3����,� `,�,;,. �,_„ � }�.iu � �{�`t�r- Z,� �t�� _A?_ � �>:r.,., _.. ( 1 i�it L"�t;CiGI TYIt�$t 1.d7 ,JE`<i�t� ��,�[1i�TlC�'1` t�(3��341I��(�ii7;;, �'c�iiilC;t`"�� �(°; ���Ct3Yl(7�i7j/ t;i �i;C�ii�iC�il<t��. ., ti n\ 7ui: t''t=_, l I c;: i', �1 %+;s�; Item # 14 Attachment number 2 Page 13 of 16 �'1���I�()���I1 .�.�. {.� �r_.�..� �';r� ,�c;asc7;� �i<;nir��; �;i�all; �z, °t�is c����at }1a�:�d��`�iti�3�;, ,�€�� t���1 I'7i,sc�i�7a1'�; r�.trr�,3, 13is c����:� t��,tr.t a�zc� lzz�; P;iS�f�. '��'t�.,�� .�;�:� ��c:rs<>�� �,�s7��ir�s? fit�r a r:tJr��or��1::�sr� �4 «il�er t:F.�.ri tP��. �'zc��,�r_'��a�.t i>� �,jz�,r. E'z��,sir3c°s�t, t7ca rr.�ist, 17y, a�T�t' ���i�,, =�17�>�v �is a�z�lori��y, ta ��zzd t���; c;o�°�orai�;on. �'r•tncF 7d�: �� � _ - i � L C" _1� Z v e � `� � �_� � Cl .x_ - -� n_�' _.,.._ _ ._.. .. �sl'": Z'Il1a.YSiC��;1 ��c�I'l}JC�Y`.-'�i?ri �il� d�Y;,E`,L,C,���,���------- .. �3t�s�szE�s�-s ���1<�3c.ss c�!�I3it�c'c r: 2'1 � 9 1'Tt1l � �.-. . L� , , ,, ( '.; t� u � cI �? �ts= � �' � ., rr� � t� � c�� , r I_., . _ , � , ,�`?;ttL,ti ti' !?�� t�ic'.f �.G_,... % �, `�,�cti �c 'v'.tl�::; �°i��t;��c�<= 342s?:l. _ . ���<<> .. � � c? .__ r�ay c��� L7�c:_�: r���>P:e. . .._ .__> �^�.l )., ) z�_J _ , �> P^s � ]? rf l ; '1 i;':'l; i ii Item # 14 Attachment number 2 Page 14 of 16 �"I'C'� �il'`�:�.[;�����1�'a'l�;i� _� ���:kit���1C.�.�� ��:Ifi.��,"I' d�f.��1+99'.6..,��, Lit{�1.0.1Y,t�::��bl�,Rl,.�i'.t�� I..iYl.S�i ,t'i,.l�TA�L).1.�. 1'9..�C�� ��t,-�..�J1.'Ik.J /�.�6,��.A,�.,� 5�,!'�i�5.� ���{,t�.���1T1�`['.��I`��3_�i, �'.�.`�`l` t�I7�`','1i�vC'i+;�� 1'��1_,�,�i"�`�(�1°� f`�9iti l'12t��_, I+r1C."��.,�`1"�' �)�)�i}i�(�'i-C"�. t�.C:�I10��'iC'(.Ifr171i_'I71 i. a7C,�'C:i)4 t;l�zC1i; ii� f�lf' �(7��t:5t'.'1i1�? �zCli�C'�1C;�3 i:;Cl,7�'<'C� S,'tl(,� l:':>[ialla; � 0; �}ic3T1�; <.Y1C� �p�;c;;;i�;<�ti��zr ;. �'�ii�>�, r.i.'Oc ��_�i�e.n�lr�1 I�u. ._ �.� ���z��;. �1_ � ,� -_� "�d __ . ; - ��e��ta�:�:E�i�z,�� ��. < ����>>: f�� ����e_� �.,� <�c�c.i.c;r�clur7� T�'c�. ?)��E��: t�Eliis�=z7c3u,z. �'�?. i)��t; i�ci3lc�� �llart� �4'i�. i.�<itc°: f°�ci�1���EcExr��z �`<:. �?�rt�,; _ __ _ ,ti �:1c�� rx��urn i�o. 1)ate: _ _____ _._ _ �'lcide,x�c?�.x.� �;oe I)����;: ___ _. ___ _ . __ .%c?��c��ca«��� .'�:t,. [)��ii:: ;��S.��l3i:J�����li.�i. 1.�4). �.l<7.t�,'. ......_._._.___ ..... ....... ......... ��f"'tCic;a}trlllTsl'`4yC), �.�'ct{i'-. _ . __. _.. _........_ '' � �30,`15 , e , .1'�� �,)_1 �, F'f:;` f ]�c.���, _.!.'�"' _ .. . i�T��i7]C; €�� ]�et(s�i�i`) _._. � ;xe �� } „n , �.. , _._. .e _ __.� ._�.w ,: ._a.�s � t;�9�,�t��t��x� �,�`E?f�r��:r} _ � 1'Ll tJi Y,`: i C�i �! I�, c'� 711�) � i`� C> n. , I�z E�;.:;:1��'I`'� __ __ ___ _ (`�`ttl�. t71:��)�Iat�c:r) 1)�'CPiil�>t�Y` >, l�)1.() _ _... . : ___ _ _. _ (���tt'} q;�'l:%0�(; Item # 14 � �� , l� � da �a�fi, _ ,�' 5a �i� c b Attachment number 2 Page 15 of 16 ����3131�;iZ"� �'i�(_�i�()�.r�L �g��(�P��,C;'�': i.'�+,i�'��i�;i"�"�'��'�"I��N, �{.Ilt`��' r�t''+7(��ii; .�i"�`� �S';C'��I�) �'�i����X��`'�'t����. �21{�,i�f1���l,i'I'F@`�`�g��, �+.;��`�".����'!��a�'1;,�� �pE��.��,��`I'�e)i�v C`���r'l`�t(��:15`.�iC`��,I'b`�` ����-f9���}�..,�1'1:' ��s��t���wr���,_kr1�«�>t����, �'�i�1.91?�"�'. I1 i�!�s:L�nz`��:i't�6C�1�, i`lii`s�' �,"��3.YJ£�. A10'�) ST:C:t?i"��i) ��Cik�C `I'.�N��_ �T:3s��R1�IT1�`i�`l°�C3Y�, d_%��`�' ����'r�tFt�I�:l) �"C9I,i,T''i�l"�:r« �;f➢?'�'F`��t)�, i�.� f:��.,IT�' (i�'t OOt3 �-1} �, -- _ --- -- - _ - - _ _..__ _ _ ___ _ _.._ _ . �_ _ �_ ;� �"i' � --- � --- S3;l��i 1 �; � L.��I �,�'n�C � l'$3`i1�L � rt� Y f"Z�C: � � _.r.. _..— � ....._ _ . ... ._....._._._. _.�..... ._.. _ ,. .__...__ ___._ _._. ___.._...__ . j "��S(>f31L.i%!1��,T�;rt i,h�c313'tlJ!1t�St`�'� ] � k,;� � ���,�?��t � � ��} ��,��`t� � � __ z --- , ...._ _..__ _ _ I i)1"E10T.i r'1:v Ci� ��t!,�z�F'.5 ;t:til; 5� L�'�11�,CZSTJ'� L Pi�LL/�"! JR.� 1 I,�; ��� 9�%6E��t, i�`�s ��k� �a � C% , .._.. _.. __ . _ '_____ ._ __._ .._. ._. � a ,�� ���sli �1�» ��:;,�v�.��;����.���,,�� � �t�)?�����;zs €�z��� i�� �z��c�r t��;���) _ r��.��,t �..��,z,� r�� {rvr�z�s� ����� r�� - _ _. _. _ _ _ __.....-_- 3�cr��i�.1,.�_i1O'v, al.S"litiC�/�t�i7ll��tlt7trj.'�"lY�� ,'t'I;`F�,� U I.� I..,;Z� - ._ . _ .. _ ___ _ _. __ SIlch�fS19!'_��i>;�1�I�'�;K1t4(}(r}1J`tnLO�x'IJti—U� I,`t:rvl r3� E� ;xt �:��t �.��.�.; �z nx _ _ ____ _ . _ _ _ --- t'�5} �,I,I �1'li)'��, zP.�,l!^��C ?'��)14�n,ttt;�si�i'Cs � �:i�V✓ lil i}Vti t�;Ci � __. __ . . x �li!�:ISl1 T�l\�� ��I',}.1V1�I� i i1 ,�;`J"v� = J,�131.; f l� l�SSi;I� 51 1 I;�'Yl ����. �.'c��iZ ��.71^} �,f i���-L,``7 1 A r� .. "W�).� �,.�5Y,�� ._. ..._ ........... I`v`si 11 i_ � � tti �, � � � I �'� �� /�f�tl 4�'<xi.l>..'�!"i�v �J. .J2�I�i;�1 C� �}'isi_L l)J' t r��� i� �'x"�,"1 ,�'1 - _- _ _ __ __ _---- - z l �iti�tS,�. 1)I,I,I'1='f,i. !t=7� i'�..I �1�,I, +. :�i.Nt[ �� ;1itY C ,I,\":'i'.`1I�I1.":.1;) >l ,i'I,n.11C}t� �i.�( �r4_) i�:ti _ _ _ ._,.. _ _ .. -------- .,1f11�Y,,]J('I�L>�tii°C'}TZ1�5(IIZA"t1Cr:�C}i }�,i'�=).�,.t,I�(�;t)"1' . I ...__....._._ 3......._. _ °_ ...._ . �_._.. ...._. i . ...._.. t� ,.,�, � � �j �� �1 i.__ ___. ___.... _._ __._ ___.__. t) i t,c> i� �'i i'' �� _ _.. . ___.._ _._.. . __ I _ 1 r-`7 `' ��Y a', ��'i�� `� ;� 8, C,�` �7 � . __. � �. - - l , wr `' %� �� �� C �� �.>..� � c� A _.. _ __ � '� r.,S � � � � y� i �, �� �� � ! !) i.5_. 1 `�, -° � �v L,> - i:� C�r11� P. _� �> . __ � __ _ . _ 4'�,���r ! �' � ���'a i_. � __ . . �_ I �; � �� n� �� �� , .� .� � � �� .� � _. �, �„j , j, ����` ._. _. . �». gw,= _.._... ... . � _..__.. .. _. _..___ - ' �„ � � �J � �. � � �:f � ,. .-- ��, ���' ' `�' ���, P���� `` � 7, �i �__ _ _.. _. _.___ _ _ ____ _ _- , ! k � 11�b�;ti;Zi,i,4tsil.;'i �l �1:�' �l � L� � ��°�+� f1��Ja �� ��?�"i, ���? o , _ _ .,__ _. _ _._......._ _._ _. _ -'---- - . _ , _.__..._ _...__. _ _... � . ... . _ � � 3 � v}. ( �� � r��l��a /`ti7> �i1� I71 D <rt��1 }Z; =US{�\,�7, tia� � t'�r �� 1�� �' � �� �1� �n � 1f,� � 3 � "��1'C1Tt^lZ`� ' [t) � t)I�1;1��y1C�-'v' �� - � J � � � � �' ___.. "���� ��1�?� �' � ���r ���"j ...- . ..._ .. —.__. ... ... __ _ _ � - — - - �T��S�Ic"J�L + , i��1�1 l�It) �iil ?..�i ;-!b) ( 4' `� �g ������'� �� _ _ _ __ __ _ _ _ ,. _- . _. _.. ii 70°<<Ot": ��, ?aC� � � �'._ ���! 1�(`a�a��� __ , -- _ ...._ __ t(.DI/' i�,:1�t I SIl(i`lli���.l i?) �_ ( E �����-��:� ��° __. . _ _. _._ . _ '---- _ `� � � � ,������°����� �����r�,������`�. ,. {:§.4bAp�k_0..9 Y�l�3...: 9.� K 9,�.k9;. iP §� �1.`'.54 /��.i� H',�'t,YS�l.i9�9�.3i. #.� fl'l9`�9.�4�$9'l�.9.3 l�59.�A.��1.•%.,��7 i�A"k�18..�'.3''.3.36�'4U� .._... ..._. _.._.... ._.. ._ _ . . . :... _ ._..... , ... . . . ___... __,.__'_.. ...._.. ...._ . ._.. .... . . .. � j �l i � r,Jia7J�T.3�� __ _ ��� ��L��� L�rTG?, _ zc����. _ , � � 1 � _ _ _ __ ___ ._ . . . . _ � C� 1 �51 `Ail�yi`('ia11��.�.=1.41i. 1I,�1"!1.� I�i, �.]�i�.� � 1 � I.`� � 4a�� ��`J�? ! " � �, ����, -- _ _ _.... f _.. , .. _ _..... _ � i� £r `i'E; ��}�'1 'tili�i{', iar 7,�J1.i � J � 1-`, � 4" �� ��� � i; � _ 3 � � �', ,�� �`'°.� e _ . .— __ _.. `��,I3-'I'{S"3'�'��, ��,I"i'Ii"�`I3"Ii�1{ 9"1'�."�1'� t�-! xl c ' ^ I— _ _ _, _ __ -- C�m ��t�a �; �. __ ��� c 3v�z��r '�c��� ' � �—`> I �, � �� �� ����6 __ ... . . _ --. __ _. _ .._.. __ � �, r ��,, ��[ 1(C �_� FS I%-i 1 ° I�: �p�� g; m p� �i 1,1�-�,'11��.,e..1�.�, . ')� _._. ] _..._..�G.✓� n.7�e°..°_.. i�-�i{'tlt-.�I�;�C i'2[;� };it;f�ij � `!.�fiit) Item # 14 �tri} I'�"i;t4;S r��,��_ �������uc���a� ���r «�.s� r��r� ��'r���� �����} �t�a� a����t���� Ai_i� k�ihiATE: (1�#��S 92-'1�Y) 61ti1 [ �!iVF� � I'�<➢C�3+; Attachment number 2 Page 16 of 16 �r��rn�, ��,_. � 1 � �.� � �� ,� � �e �.. �.:�81^vJ4Z;��',�£8�2: 1'��C; .L?_1.V�'���_`-a1 �_1,..�'C� k ._._.iS.;�_a_._ �...__..... __....__ __ _. a� E���i�91`��'�`I`��'➢`���.�; �a _� �_.�� w�� �._� __ f;��i.��'t�c;t:�1 4i�1)J91�;4i`�'�'C�`�';�I� � �?� � ._.�°d ^ � �......�?.n�.a.. �.t�,_�._.��,�_na e��� �. .�°�.�_� � �a.t�s �......_. ��� � ��� �a ����j��c��a� °�a.�`� �.a����° �.r.� "�°�_�� �� _ ��s?�r�8 e��ld_�0"� 4 nxs� (�Xc�t�:�'s) __ � — ��'�3�1: �.3�I��)�;�Z°�i �"(:)`I':��1 ,���C��'I:': I�; �3.1'� '�'i)'�',�I� 13I_�� �����°"�� �� ���� ��.'�''�'�' ���z�('��;� ��"��� t_,�.1.���' ��;;��� 1�I�:�C'i?;`� Ai�l) "�'�tl; l!;;�`i'1�'�t�,'�'�';�� (dC;',�i�'�`�`��ii�:�; ����;E�i�1:i2I�;��. ":�'I��� �<-���������:- �S tS��S� #:.°4.i�S.X3.'4.i�����E.L}.'Y �d!V1..�E�.'R.k'��1.�.57`,�P�A_A7f9{�4_d9{ k737fl.i���.J°€�'v.4b6��6�a d�§i�+s§,'2�E. YY�7��t.�.�i_.:@'J.2'2tfia_d�. ��.��� ,Y..'1.A�L��.�-G.�&II4�i`C i.'3��PtYff. �Ad�A9_. �i,V.B.�L". i,���.k.R.;��,r� I�;YB.I $...�I�I.FP�� �i.��t d$9E@�..��.°., �3�_.�f: �3. F &H.9;,@Q�A.r �tJ �J°V F`�,-i.34.�a�>�£.'�a 5� 9.�3a�, P��,Y�Bli._t.� I�A' A.I�_�S� ,bSA3�d/d��i�q 6.�� 4°49,:H.F�.@. fl.: 9.7.7.'� 0.9%-��,�i�:n��,-�A t�:�:5 4.�zw(�.��`k"r A. Y.d.@�1 �.i1.`1E.2. ���'O�V.. 91,...5 �.1'VA�1 �_.�4_�jVg k� y'���;YS 1gY.l..k.R B{� 4°9�.�A,'S�.�R_; �.iR�� 6.;11h�� >Cf�if �. .�(1(; j'fl .t". I .' 0(� � ) Cj '� ; � (,� 1 �) Item # 14 H � O O O 01 O � � Ei Ei I��1I I~�I �M W � I�I O � � � �i Ei � d� W � � O N M � w � � z � � � � � � 0 rl 0 N N�/ W W � W W A � L7 z � w a 0 A � �Q ��� °o °o °o 0 o°OO °o °o �1,, o 0 0 � � o 0 �P-� O O v'� M M v'� v'� � O l m �O v'� � � � � 69 69 69 69 69 69 69 O O O O O O O O O O O � O O � ��[� O 0�0 0�0 0�1 0�0 �M 0�0 � O � � � m � O a � � E� w � � O s9 s9 s9 s9 s9 s9 s9 s9 s9 s9 U E� ��W °o °o °o °o °o °o °o U o 0 0 0 � o 0 E-� �l '� o o°o o°o o°� o�o °m o°o Wp�„i p"' ° � v�-� � `Y' � ° � � � 69 69 69 69 69 69 69 O O O O O O O 0 0 0 � o � � �� o 0 0 � � ° � � O� O N �O � � m W � � � � � �� � � � � � � � � � � E� AE� � � °o °o °o °o °o °o °o ,� o 0 o v-� o v-� Ea-� � a o 0 0 � � ° � a � O N � � � m H � 69 69 69 69 69 69 69 O O O O O O O O O O v'� � O v'� � Z�� O O O l 0�0 O � O A� O N O � m �O M � � O�I -/� a Fly � H � Za 69 69 69 69 69 69 69 69 69 69 � O� W O O O O O O O � W� O O O l 0�0 O � W d' � ° v-� oM � cn �o M CQ C7 � � � � � � � � � � � a a a a a a a a a a � w � � °o °o °o °o °o °o �O N O 69 69 69 O O O O O O O O OO � N � Attach ent n mber 3 Page 1 of 2 � � � � °o °o °o 0 0 °oo � c� � M 69 69 69 O O O 0 0 0 ° o 0 M O O� � � 0 0 0 0 � M 69 O O O O O � 69 O O O O 0 � � � a ,�i ,�i oi oi ,�i ,�i ,�i ,�i ,�i oi � 0 ¢ � a w O w Q O Q ¢� x¢ � � O� w a � � z �. �. Q z � W � � w z �" � c7 x Wz o �� > z � � W W �¢ � z Q � H Z w Q A W p O Q a .. � O H x� > w w � Q A Q O � � � w � � ¢ 3 �O �w HW z Z w O 0 � ti W � W w � w � Q w � > aW w Q � Q � H O z ¢ H � w ¢ � w H � � � w a Q � z � ¢� c7 �� � W Q � �"�w Z O � O � ti � � � � °o °o 0 0 O OO � 69 69 O O O O N ONO N 69 69 69 O O O O N N � � � a � a � o � � w ¢ �" � ¢� H Q � W � W w �� � w � avv w O O ¢ x � Q � o O W � v � H � � w � � O �, H � 0 0 0 o� 0 O � Fi H � a � � � x �4 � � � Ei d �i � � W � � O N M � � � � z � � � d � � O � O N N � W � W W A V/ z � w a A � � E-� �� � °o a N o � a � � � � � � � � 0 0 0 0 0 o �o 0 0 0 � � [� o �o 0 0�0 0�0 � � N oo M UO N vN- m� � o�o � O � � � O s9 s9 s9 s9 s9 U E� � �W °o °o U oo �o E� �1 '�, � �o �aF v��-, � � � � °o °o °o 0 0 0 0 � � �� o o � o � � � � o 0 0 N N Wo� � � � �O � � � � � H H A�� o 0 � o 0 H�a M o a ° H � � N � � � 0 0 0 0 0 Z d' �" ° � o o°, o°, O A� � � � � � � U �� N N N N a w d� E� W Za � � � � � at-� O J W o 0 � ''�' W U M � � � � a N � 69 69 O �"i � � �" � ~ � '� � v '� ~ W '� W z W ~ [� F� a � ~ A 0 � a v A � o � � � o � � � � H Q O p � � w w � � � z Q � � a Z w Z � H Z W � W � � A d a� ) � -A aW aU C a �a ?O : � >O a a � p� �A a � a~ C � ¢ � ¢ a w � x 0 0 v-� v-� � � � � o � � � � 0 0 0 0 0 0 0 0 0 0 ° ° �°o � o o�'o � o�, °, o � � � � � °o °o 0 0 � � � � °o °o °o °o °o 0 0 0 0 0 0 0 0 � � N � � � o � � � � � 0 0 0 0 N � � � 0 0 0 0 0 0 0 °o �°o �°o � N o�O, °, o � � � � � 0 0 0 0 0 0 � N M U� � � N z '� '� � w � w � E� � � � z W o v � � � o � x ¢ a � � w H a � � H O H � � � � w H � � w � H A A � a H O H Attachment number 3 Page 2 of 2 Attachment number 4 Page 1 of 646 FERMENTATION, FIRST ANOXIC, AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (#09-0007-UT) CONTR.ACT DOCUMENTS & � � � � � SPECIFICATIONS Prepared for BI D DOCU M E NTS October 2010 Item # 14 Attachment number 4 Page 2 of 646 Item # 14 Attachment number 4 Page 3 of 646 SECTION I ADVERTISEMENT OF BIDS & NOTICE TO CONTRACTORS FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY 09-0007-UT 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.mvClearwater.com/cityproiects, ON November 1, 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 structural rehabilitation of the fermentation, first anoxic, and second anoxic tanks; miYer replacement; submersible aerator removal and replacement with positive displacement blowers and medium-bubble diffusers; removal of settled grit; repair concrete structure, and related works. MANDATORY Pre-Bid Conference for all prospective bidders will be held on 15 DAY, MONTH November , 2010 AT 10:00 AM IN ROOM #130, Municipal Services Building, 100 So. Myrtle Ave., Clearwater, Florida. 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 2 DAY, MONTH December , 2010, and publicly opened and read at that hour and place for FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (#09-0007-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 WASTEWATER FACILITIES with a minimum pre-qualification amount of $ 2,000,000 . 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. Secrion I.doc Page 1 of 2 7/17/2009 Item # 14 Attachment number 4 Page 4 of 646 The City of Clearwater, Florida George McKibben, Purchasing Manager (727) 562-4634 Secrion I.doc Page 2 of 2 7/17/2009 Item # 14 Attachment number 4 Page 5 of 646 SECTION II INSTRUCTIONS TO BIDDERS Table of Contents: SECTIONII ................................................................................................................................... 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 Section Il.doc i I�7��2�� 4 Attachment number 4 Page 6 of 646 Secrion Il.doc ii � ���2�9,) 4 Attachment number 4 Page 7 of 646 Secrion II — Instrucrions 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/citypro.jects. 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 preparation of the Contract Documents, bidder may rely upon the accuracy of the technical Secrion Il.doc Page 1 of 9 Revised:� ���2(�Q9,) 4 tt Attachment number 4 Page 8 of 646 Secrion II — Instrucrions to Bidders 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. Secrion Il.doc Page 2 of 9 Revised:� ���2(�Q9,) 4 tt Attachment number 4 Page 9 of 646 Secrion II — Instrucrions 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 Secrion Il.doc Page 3 of 9 Revised:� ���2�9,) 4 Attachment number 4 Page 10 of 646 Secrion II — Instrucrions 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 affiYed. 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. 103 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"xll" 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. Secrion Il.doc Page 4 of 9 Revised:� ���2�9,) 4 Attachment number 4 Page 11 of 646 Secrion II — Instrucrions 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 Secrion Il.doc Page 5 of 9 Revised:� ���2�9,) 4 Attachment number 4 Page 12 of 646 Secrion II — Instrucrions 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 BIDS/VENDOR 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 nolo 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. Secrion Il.doc Page 6 of 9 Revised:� ���2(�Q9,) 4 tt Attachment number 4 Page 13 of 646 Secrion II — Instrucrions 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 Secrion Il.doc Page 7 of 9 Revised:� ���2�9,) 4 Attachment number 4 Page 14 of 646 Secrion II — Instrucrions 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. 193 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. Secrion Il.doc Page S of 9 Revised:� ���2�9,) 4 Attachment number 4 Page 15 of 646 Secrion II — Instrucrions 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 Citv of Clearwater En�ineerin� and EPA websites to help address construction-related Best Secrion Il.doc Page 9 of 9 Revised:� ���2(109,) 4 �F Attachment number 4 Page 16 of 646 Item # 14 Attachment number 4 Page 17 of 646 SECTION IIA SUPPLEMENTAL INSTRUCTION TO BIDDERS The Owner reserves the right to award the project to the Contractor after the bid opening based on the bidders's base totals or the base bid plus additive alternatives, which depending on the Owner's final decision on what additive alternatives, if any, are to be included in the project. Item # 14 Attachment number 4 Page 18 of 646 Item # 14 Table of Contents: 1 2 3 4 5 G Attachment number 4 Page 19 of 646 SECTION III GENERAL CONDITIONS DEFINITIONS.................................................................................................................. 1 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 THEPROJECT ................................................................................................................ 5 2.4 BEFORE STARTING CONSTRUCTION ...................................................................... 5 2.5 PRECONSTRUCTION CONFERENCE ........................................................................ 6 2.6 PROGRESS MEETINGS ................................................................................................ 6 CONTRACT DOCUMENTS, INTENT ......................................................................... 7 3.1 INTENT ........................................................................................................................... 7 3.2 REPORTING AND RESOLVING DISCREPANCIES .................................................. 7 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCEPOINTS .................................................................................................... 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 BONDSAND INSURANCE ............................................................................................ 9 5.1 PERFORMANCE AND PAYMENT BOND/CONTRACT BOND.. 5.2 INSURANCE ...................................................................................... 5.21 WORKER'S COMPENSATIONINSURANCE .............................. 5.2.2 PUBLICLIABILITYAND PROPERTYDAMAGE COVERAGE. 5.2.3 COMPREHENSIVE AUTOMOBILE LIABILITY ......................... 5.3 WAIVER OF RIGHTS ....................................................................... ............................ 9 ............................ 9 .......................... 10 .......................... 10 .......................... 11 .......................... 12 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. S.1 STAGING AREAS .................................................................................................... 1 S 6. 5.2 RESTORATION TIME LIMITS ................................................................................ 1 S 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 i���2�$� 4 7 8 9 10 11 12 13 14 Attachment number 4 Page 20 of 646 6.11.1 SHOP DRAWINGS, SAMPLES, RFIs, and SUBMITTAL REVIEW ........................ 18 6.11.2 AS-BUILT DRAWINGS ............................................................................................ 19 6.11.3 CAD STANDARDS ................................................................................................... 21 6.11.4 DELIVERABLES.• .................................................................................................... 22 6.12 CONTRACTOR'S GENERAL WARR.ANTY AND GUARANTEE ........................... 22 6.13 CONTINUING THE WORK ........................................................................................ 23 6.14 INDEMNIFICATION .................................................................................................... 23 OTHERWORK .............................................................................................................. 24 7.1 RELATED WORK AT SITE ........................................................................................ 24 7.2 COORDINATION .........................................................................................................24 9.1 9.2 9.3 9.4 9.5 9.6 OWNERS RESPONSIBILITY ...................................................................................... 24 OWNER REPRESENTATIVE'S STATUS DURING CONSTRUCTION .............. 25 OWNERS REPRESENTATIVE ................................................................................... 25 CLARIFICATIONS AND INTERPRETATIONS ........................................................ 25 REJECTING OF DEFECTIVE WORK ........................................................................ 25 SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS .................................. 25 DECISIONSON DISPUTES ........................................................................................ 26 LIMITATIONS ON OWNER REPRESENTATIVE'S RESPONSIBILITIES ............. 26 CHANGESIN THE WORK .......................................................................................... 27 CHANGES IN THE CONTRACT PRICE ................................................................... 28 11.1 CHANGES IN THE CONTRACT PRICE .................................................................... 28 11.2 ALLOWANCES AND FINAL CONTRACT PRICE ADJUSTMENT ....................... 29 11.3 iTNIT PRICE WORK .................................................................................................... 29 13.1 13.2 13.3 13.4 13.5 13.6 13.7 14.1 14.2 14.3 14.4 14.5 14.6 14.7 14.8 CHANGES IN THE CONTRACT TIME .................................................................... 30 TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OFDEFECTIVE WORK .............................................................................................. 31 TESTS AND 1NSPECTION .......................................................................................... 31 UNCOVERINGTHE WORK ....................................................................................... 31 OWNER'S REPRESENTATIVE MAY STOP THE WORK ....................................... 32 CORRECTION OR REMOVAL OF DEFECTIVE WORK ......................................... 32 WARR.ANTY/CORRECTION PERIOD ...................................................................... 32 ACCEPTANCE OF DEFECTIVE WORK ................................................................... 33 OWNER MAY CORRECT DEFECTIVE WORK ....................................................... 33 PAYMENTS TO CONTRACTOR AND COMPLETION ......................................... 34 APPLICATION FOR PROGRESS PAYMENT ........................................................... 34 CONTRACTOR'S WARRANTY OF TITLE ............................................................... 34 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENTS ................................ 35 PARTIAL UTILIZATION ............................................................................................ 35 F1NALINSPECTION ................................................................................................... 36 F1NAL APPLICATION FOR PAYMENT ................................................................... 36 F1NAL PAYMENT AND ACCEPTANCE ................................................................... 37 WAIVEROF CLAIMS ................................................................................................. 37 Sectionlll.doc ii ����2�$� 4 Attachment number 4 Page 21 of 646 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 i���2�$� 4 Secrion ILI — General Condirions 1 DEFINITIONS Attachment number 4 Page 22 of 646 Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the contract documents. Ag�eement 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 fo� 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 O�de� 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. ConstNUCtion Manage� 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. SecrionlLl.doc Page 1 of 45 ����2�$� 4 Attachment number 4 Page 23 of 646 Secrion ILI — General Condirions ConstNUCtion Coo�dinato� A person who is the authorized representative of the Construction Manager and is responsible for the administration of construction documents. Cont�act 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. Cont�act P�ice The Contract price constitutes the total compensation (subject to authorized adjustments) payable by Owner to Contractor for performing the Work. Cont�act 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. C�itical Path Method ConstNUCtion 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. Enginee� 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. SecrionlLl.doc Page 2 of 45 ����2�$� 4 Attachment number 4 Page 24 of 646 Secrion ILI — General Condirions Enginee�'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). Fu�nish 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 P�oceed (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. Pa�tial 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. SecrionlLl.doc Page 3 of 45 ����2�$� 4 Attachment number 4 Page 25 of 646 Secrion ILI — General Condirions Rep�esentative of Cont�acto� 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 fo� Info�mation (RFI) An official written request for clarification of the intent of the contract documents from the Contractor to the Engineer. Shop D�awing 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 thereo� 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. Supplementa�y Conditions The part of the Contract which amends or supplements these General Conditions. Supplie� 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. Unde�g�ound 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, SecrionlLl.doc Page 4 of 45 ����2�$� 4 Attachment number 4 Page 26 of 646 Secrion ILI — General Condirions 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 P�ice Wo�k 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. Wo�k Change Di�ective 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 SecrionlLl.doc Page 5 of 45 ����2�� 4 Attachment number 4 Page 27 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 6 of 45 ����2�$� 4 Attachment number 4 Page 28 of 646 Secrion ILI — General Condirions 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 thereo� 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 party, 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. SecrionlLl.doc Page 7 of 45 ����2�$� 4 Attachment number 4 Page 29 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page S of 45 ����2�$� 4 Attachment number 4 Page 30 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 9 of 45 ����2�$� 4 Attachment number 4 Page 31 of 646 Secrion ILI — General Condirions 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 Contract Award Amount Under $1,000,000. $1,000,000. and Over (1) Workers' Compensation Statutory Statutory (2) Employer's Liability $500,000. $1,000,000. 5.2.2 PUBLIC LIABILITY AND PROPERTY DAMAGE COVERAGE Comprehensive General Liability including Premise/Operations; Explosion, Collapse and Underground Property Damage; Products/Completed Operations, Broad Form Contractual, Independent Contractors; Broad Form Property Damage; and Personal Injury liabilities: SecrionlLl.doc Page 10 of 45 ����2�$� 4 Attachment number 4 Page 32 of 646 Secrion ILI — General Condirions 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 Contract Award Amount Under $1,000,000. $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 $1,000,000. Each Occurrence Occurrence Receipt and acceptance by Owner of the Contractor's Certificate of Insurance, or other similar document does not constitute acceptance or approval of amounts or types of coverages, which may be less than required by these Contract Documents. The Owner shall not be responsible for purchasing and maintaining any property insurance to protect the interests of Contractor, Subcontractors or others in the Work. Owner may at its option require a copy of the Contractor's Insurance Policy(s). All insurance policies required within this Contract Document shall provide full coverage from the first dollar of exposure unless otherwise stipulated. No deductibles will be accepted without prior approval from Owner. Lon�shore and Harbor Worker's Compensation Act: Section 32 of the Act, 33 U.S.C. 932, requires an employer, with employees in maritime employment, to secure the payment of benefits under the Act either by insuring with an insurance carrier authorized by the U.S. Department of Labor, or to be authorized by the U.S. Department of Labor as a self-insurer. For General Contractors: Section 4(a) of the Act provides that every employer shall be liable for and shall secure the payment to his employees of the compensation payable under Sections 7, 8, and 9 of the Act. In the case of an employer who is a subcontractor, only if such subcontractor fails to secure the payment of compensation shall the contractor be liable for and be required to secure the payment of compensation. SecrionlLl.doc Page 11 of 45 ����2�$� 4 Attachment number 4 Page 33 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 12 of 45 ����2�$� 4 Attachment number 4 Page 34 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 13 of 45 ����2�$� 4 Attachment number 4 Page 35 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 14 of 45 ����2�$� 4 Attachment number 4 Page 36 of 646 Secrion ILI — General Condirions 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 obj ection. 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. SecrionlLl.doc Page 15 of 45 ����2�� 4 Attachment number 4 Page 37 of 646 Secrion ILI — General Condirions • 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. SecrionlLl.doc Page 16 of 45 ����2�$� 4 Attachment number 4 Page 38 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 17 of 45 ����2�$� 4 Secrion ILI — General Condirions 6.10 EMERGENCIES Attachment number 4 Page 39 of 646 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 SecrionlLl.doc Page 18 of 45 ����2�$� 4 Attachment number 4 Page 40 of 646 Secrion ILI — General Condirions 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-BiJILT 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. SecrionlLl.doc Page 19 of 45 ����2�$� 4 Attachment number 4 Page 41 of 646 Secrion ILI — General Condirions 61 G17-6.002 Definition: (10)(a) As-Built Su�vey: a sur-vey pe�fo�med to obtain ho�izontal and/o� ve�tical dimensional data so that constNUCted imp�ovements may be located and delineated.• also know as Reco�d Su�vey. 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, 1-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 ineasurement 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. SecrionlLl.doc Page 20 of 45 ����2�$� 4 Attachment number 4 Page 42 of 646 Secrion ILI — General Condirions 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 11.3.1.2 La er Namin 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 SecrionlLl.doc Page 21 of 45 ����2�$� 4 Attachment number 4 Page 43 of 646 Secrion ILI — General Condirions TRAFFIC signal poles, control boxes TOPBANK top of bank TOESLOPE toe of slope TOPBERM top of berm TOEBERM toe of berm SEAWALL seawall CONCSLAB concrete slabs WALL walls, except seawall SHORE shoreline, water elevation CL centerline of road CLD centerline of ditch CLS centerline of swale CORNER property corners, monumentation BENCH benchmark, temporary benchmarks Other layers may be created as required, using above format. 6.11.3.2 Layer Properties All layers will use standard AutoCAD linetypes, bylayer. All layers will use standard AutoCAD colors, bylayer. All text will use standard AutoCAD fonts. 6.11.3.3 Text Styles Text style for EX layers will use the simplex font, oblique angle of 0°, and a text height of .008 times the plot scale. Text style for PR and FU layers will use the simplex font, oblique angle of 22.5°, and a text height of .010 times the plot scale. 6.11.4 DELIVERABLES: The as-built survey shall be produced on vellum or bond material, 24" x 36" at a scale of 1"=20' unless approved otherwise. The consultant shall deliver all drawing files in digital format. Acceptable file formats include: DWG, DXF of a shape file. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562-4762 or e-mail address Thomas.Mahonv(cr�mvclearwater.com. 6.12 CONTRACTOR'S GENERAL WARRANTY AND GUARANTEE Contractor warrants and guarantees to Owner, Engineer and Engineer's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. Contractor's warranty and guarantee hereunder includes defects or damage caused by abuse, vandalism, SecrionlLl.doc Page 22 of 45 ����2�$� 4 Attachment number 4 Page 44 of 646 Secrion ILI — General Condirions 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 itsel�j, 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 SecrionlLl.doc Page 23 of 45 ����2�$� 4 Attachment number 4 Page 45 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 24 of 45 ����2�$� 4 Attachment number 4 Page 46 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 25 of 45 ����2�� 4 Attachment number 4 Page 47 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 26 of 45 ����2�$� 4 Attachment number 4 Page 48 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 27 of 45 ����2�$� 4 Attachment number 4 Page 49 of 646 Secrion ILI — General Condirions 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: 1. Labor, including foremen, for those hours associated with the direct work (actual payroll cost, including wages, fringe benefits, labor insurance and labor taxes SecrionlLl.doc Page 28 of 45 ����2�$� 4 Attachment number 4 Page 50 of 646 Secrion ILI — General Condirions 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 1 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 SecrionlLl.doc Page 29 of 45 ����2�$� 4 Attachment number 4 Page 51 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 30 of 45 ����2�$� 4 Attachment number 4 Page 52 of 646 Secrion ILI — General Condirions 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 thereo� 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. SecrionlLl.doc Page 31 of 45 ����2�$� 4 Attachment number 4 Page 53 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 32 of 45 ����2�$� 4 Attachment number 4 Page 54 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 33 of 45 ����2�$� 4 Attachment number 4 Page 55 of 646 Secrion ILI — General Condirions 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 Owenr's request, furnish satisfactory evidence that all obligations of the SecrionlLl.doc Page 34 of 45 ����2�$� 4 Attachment number 4 Page 56 of 646 Secrion ILI — General Condirions 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: SecrionlLl.doc Page 35 of 45 ����2�$� 4 Attachment number 4 Page 57 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 36 of 45 ����2�$� 4 Attachment number 4 Page 58 of 646 Secrion ILI — General Condirions 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 SecrionlLl.doc Page 37 of 45 ����2�$� 4 Attachment number 4 Page 59 of 646 Secrion ILI — General Condirions 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): SecrionlLl.doc Page 38 of 45 ����2�$� 4 Attachment number 4 Page 60 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 39 of 45 ����2�$� 4 Attachment number 4 Page 61 of 646 Secrion ILI — General Condirions 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. SecrionlLl.doc Page 40 of 45 ����2�$� 4 Secrion ILI — General Condirions 19 MATERIAL USED Attachment number 4 Page 62 of 646 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-�/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. SecrionlLl.doc Page 41 of 45 ����2�$� 4 Attachment number 4 Page 63 of 646 Secrion ILI — General Condirions 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 cont�act) 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. (B�ief desc�iption of the const�uction p�ocess to be expected by the p�ope�ty owne�s) 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. SecrionlLl.doc Page 42 of 45 ����2�$� 4 Attachment number 4 Page 64 of 646 Secrion ILI — General Condirions 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"x30") 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 itsel£ 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. SecrionlLl.doc Page 43 of 45 ����2�$� 4 Attachment number 4 Page 65 of 646 Secrion ILI — General Condirions 23.8 TYPICAL PROJECT SIGN 6 �- PROJECT NAME (C�ONTRACT NUMBER) �DEPARTMENT NAME) PROJECT N CONTRACTOR: � COMPLETION DATE: � � � � � � � � - � N FLTNDING: OWNER'S REPRESENTATIVE: � ° Cle arwater U 2'-3' 4"x4" P.T. Post (Typ.) !: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 davs 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 SecrionlLl.doc Page 44 of 45 ����2�$� 4 Attachment number 4 Page 66 of 646 Item # 14 Attachment number 4 Page 67 of 646 Secrion ILI — General Condirions 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 ($480.00) per each eight-hour (8) day for each Inspector given such assignment. The Contractor shall remedy any defects in the work at his own expense and pay for any damage to other work resulting therefrom which appear within a period of one (1) year from the date of final acceptance. SecrionlLl.doc Page 45 of 45 ����2�$� 4 Attachment number 4 Page 68 of 646 Item # 14 Attachment number 4 Page 69 of 646 SECTION IV TECHNICAL SPECIFICATIONS Table of Contents: 1 SCOPE OF WORK ........................................................................................................... 1 1.1 SCOPE DESCRIPTION ................................................................................................. 1 L2 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 .........................................................................................................8 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 ..................................................................................................... 14 13.4 FRAMES AND COVERS ............................................................................................ 14 Secrion IV.doc i q���2�9,) 4 Attachment number 4 Page 70 of 646 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 ............................................................................................. 18 203 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. S. 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 23.1 ASPHALTIC CONCRETE ........................................................................................... 22 Secrion IV.doc ii q���2(109,) 4 �F Attachment number 4 Page 71 of 646 23.1.1 AGGREGATE ........................................................................................................22 23.1.2 BITUMINOUS MATERIALS ................................................................................. 22 23.2 HOT BITUMINOUS MIXTURES - PLANT, METHODS, EQUIPMENT & QUALITYAS SURANCE ............................................................................................ 22 233 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/1NSTALLER ACCEPTABILITY ........................ 51 26.3 MATERIALS ................................................................................................................ 51 26.4 CLEANING/SURFACE PREPARATION .................................................................... 52 26.5 TELEVISION INSPECTION ....................................................................................... 52 26.6 L1NER 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 30 CONCRETE SIDEWALKS AND DRIVEWAYS ......................................................... 54 Secrion IV.doc iii ����2(�Q9,) 4 tt 31 32 33 34 35 36 37 38 39 40 Attachment number 4 Page 72 of 646 30.1 CONCRETE SIDEWALKS .......................................................................................... 54 30.2 CONCRETE DRIVEWAYS ......................................................................................... 55 30.3 BASIS OF MEASUREMENT ...................................................................................... 55 30.4 BASIS OF PAYMENT ................................................................................................. 55 SODDING........................................................................................................................ 55 SEEDING......................................................................................................................... 56 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 MATERIALUSED ......................................................................................................... 57 CONFLICT BETWEEN PLANS AND SPECIFICATIONS ...................................... 57 STREETSIGNS .............................................................................................................. 57 AUDIO/VIDEO RECORDING OF WORK AREAS .................................................. 57 37.1 3 7.2 37.3 37.4 37.5 37.6 37.7 37.8 37.9 37.10 37.11 37.12 CONTRACTOR TO PREPARE AUDIO/VIDEO RECORDING ................................ 57 SCHEDULING OF AUDIO/VIDEO RECORDING ................................................... 57 PROFESSIONAL VIDEOGRAPHERS ....................................................................... 58 EQUIPMENT............................................................................................................... 58 RECORDED INFORMATION, AUDIO ...................................................................... 58 RECORDED INFORMATION VIDEO ....................................................................... 58 VIEWERORIENTATION ............................................................................................ 58 LIGHTING................................................................................................................... 59 SPEEDOF TRAVEL .................................................................................................... 59 VIDEOLOG/1NDEX ................................................................................................... 59 AREAOF COVERAGE ............................................................................................... 59 COSTSOF VIDEO SERVICES ................................................................................... 59 EROSION AND SILTATION CONTROL ................................................................... 59 38.1 38.2 38.3 38.4 38.5 38.6 38.7 38.8 38.9 38.10 STABILIZATION OF DENUDED AREAS ................................................................. 59 PROTECTION AND STABILIZATION OF SOIL STOCKPILES ............................. 60 PROTECTION OF EXISTING STORM SEWER SYSTEMS .................................... 60 SEDIMENT TRAPPING MEASURES ........................................................................ 60 SEDIMENTATION BASINS ....................................................................................... 60 WORKING 1N OR CROSSING WATERWAYS OR WATERBODIES ...................... 60 SWALES, DITCHES AND CHANNELS .................................................................... 61 UNDERGROUND UTILITY CONSTRUCTION ....................................................... 61 MAINTENANCE......................................................................................................... 61 COMPLIANCE............................................................................................................. 61 UTILITY TIE IN LOCATION MARKING ................................................................. 64 AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE .................... 64 41 POTABLE WATERMAINS, RECLAIMED WATERMAINS AND APPURTENANCES....................................................................................................... 64 Section IV.doc iv q���2�9,) 4 Attachment number 4 Page 73 of 646 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. S ITYDRANTS .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . 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, HYDRANTSAND 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. S.1 STERILIZING A GENT .......................................................................................... 73 41. S. 2 FL USHING SYSTEM .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 73 41. S. 3 STERILIZATION PROCED URE .......................................................................... 73 41. S. 4 RESID UAL CHL ORINE TESTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 74 41. S. S BACTERIAL TESTS . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 74 41.6 MEASUREMENT 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 FURNISHAND INSTALL GATE VALVES COMPLETE WITHBOXESAND COVERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 75 41. 6. S 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. S SURFACE COURSE ............................................................................................. 76 43.1. 6 COLOR COAT ...................................................................................................... 77 43.2 CLAY TENNIS COURTS ............................................................................................ 78 43. 2.1 GENERAL .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . 78 43.2.2 SITE PREPARATION ............................................................................................ 79 43.2.3 SLOPE ...................................................................................................................79 43. 2. 4 BASE CONSTR UCTION ....................................................................................... 80 Secrion IV.doc v q���2(109,) 4 �F Attachment number 4 Page 74 of 646 43. 2. S 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 43.212 WATER SOURCE (Potable) .................................................................................. 83 43. 2.13 CONCRETE .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 83 43.2.14 EXISTING SPORT TENNIS COURT LIGHTING ................................................ 83 43. 2.1 S 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 ......................................................................................... 85 443 ROADWAY CLOSURE GUIDELINES ....................................................................... 86 44.3.1 ALL ROADWAYS ................................................................................................... 86 44.3.2 MAJOR ARTERIALS, NIINOR 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/1NSTALLER ACCEPTABILITY ........................ 88 45.3 MATERIALS ................................................................................................................ 88 45.4 CLEANING/SURFACE PREPARATION .................................................................... 88 45.5 TELEVISION INSPECTION ....................................................................................... 89 45.6 L1NER 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 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 Section IV.doc vi q���2�9,) 4 Attachment number 4 Page 75 of 646 46. 3.3 PIPE JOINING ..................................................................................................... 91 46. 3.4 HANDLING OF FUSED PIPE ............................................................................. 91 46.4 SLIPLINING 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. S 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. 49 CLEAN UP OPERATIONS ................................................................................... 93 47 SPECIFICATIONS FOR POLYVINYL CHLORIDE RIBBED PIPE ...................... 93 48 49 47.1 SCOPE .......................................................................................................................... 93 47.2 MATERIALS ................................................................................................................ 93 47.3 PIPE .............................................................................................................................. 93 47.4 JOINING SYSTEM ...................................................................................................... 94 47.5 FITTINGS ..................................................................................................................... 94 GUNITE SPECIFICATIONS ........................................................................................ 94 .� .• . .� .;. .� �:. .� �:: .• . �• 1 . .� .• . .� .; . .� �: • .� ,. . . PRESSURE 1NJECTED GROUT ................................................................................ 94 REHABILITATION OF CORRUGATED METAL PIPE WITH GUI�IITE ................. 94 COMPOSITION........................................................................................................... 94 STRENGTH REQUIREMENTS .................................................................................. 95 MATERIALS................................................................................................................ 95 WATER......................................................................................................................... 95 REINFORCEMENT..................................................................................................... 95 STORAGE OF MATERIALS ....................................................................................... 95 SURFACE PREPARATION ......................................................................................... 96 PROPORTIONING....................................................................................................... 96 MIXING........................................................................................................................ 96 APPLICATI ON . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 96 CONSTRUCTIONJOINTS ......................................................................................... 97 SURFACEFINISH ....................................................................................................... 97 CURING....................................................................................................................... 97 ADJACENT SURFACE PROTECTION ..................................................................... 97 INSPECTION............................................................................................................... 98 EQUIPMENT............................................................................................................... 98 SANITARY AND STORM MANHOLE LINER RESTORATION ........................... 99 49.1 SCOPE AND INTENT ................................................................................................. 99 49.2 PAYMENT .................................................................................................................... 99 493 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 Secrion IV.doc vii ����2(�Q9,) 4 tt Attachment number 4 Page 76 of 646 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. S CURING .............................................................................................................. 103 49.11. 6 MANHOLE TESTING AND ACCEPTANCE ...................................................... 104 49.12 INNERLINE ENVIRONMENTAL SERVICES L1NER PRODUCT SYSTEM ....... 104 49.12.1 SCOPE ................................................................................................................104 49.12.2 MATERIALS ........................................................................................................104 4912.3 INSTALLATIONAND EXECUTION .................................................................. 106 50 PROJECT INFORMATION SIGNS ..........................................................................108 51 IN-LINE SKATING SURFACING SYSTEM ............................................................ 108 51.1 SCOPE ........................................................................................................................ 108 5 L2 SURFACE PREPARATIONS ..................................................................................... 109 51.2.1 ASPHALT ............................................................................................................109 51. 2. 2 CONCRETE .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. 109 51.2.3 COURT PATCH BINDER MIX ........................................................................... 109 513 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 GABIONSAND 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 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 SCHED ULING .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .116 54.3.2 DUTIES PER SERVICE VISIT ............................................................................116 54.4 LITTER .......................................................................................................................116 54.5 VISUAL CHECK ....................................................................................................... 116 Secrion IV.doc viii ����2(�Q9,) 4 tt Attachment number 4 Page 77 of 646 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 SALUAGEABLE 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 CLEARINGAND 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 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 Section IV.doc ix q���2�9,) 4 Attachment number 4 Page 78 of 646 62 TREE PROTECTION .................................................................................................. 124 62.1 TREE BARRICADES ................................................................................................ 124 62.2 ROOT PRUNING ....................................................................................................... 124 623 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 Secrion IV.doc x q���2(109,) 4 �F Attachment number 4 Page 79 of 646 Secrion IV — Technical Specificarions 1 SCOPE OF WORK 1.1 SCOPE DESCRIPTION Project Name: Fermentation, First Anoxic, and Second Anoxic Tank Rehabilitation, East Advanced Pollution Control Facility Project Number: 09-0007-UT Scope of Work: The work at East APCF (see Section 01000 and Section 01100) consists of restoring the structural integrity of the fermentation, first anoxic, and second anoxic tanks, including walkways, stairs, channels and walls; removing the vortex baffle structures within each tank; coating the tank wall from top of tank to 1-foot below low water level in the tanks for corrosion protection; removing the deteriorated miYers in each tank; installing new miYers (miYers have been purchased by the City); removing the settled grit and rags in each tank; provide temporary flow diversion, providing temporary chemical feed system, to feed Micro-CG to support the biological treatment processes and meeting effluent total nitrogen discharge limit; removing submersible aerators from the reaeration tank; removing the settled grit and rags in the reaeration tank; installing new reaeration positive displacement blowers and removable medium bubble diffusers; and all related works. The Contractor shall provide 1 fiYed project sign as described in SECTION III, ARTICLE 23 of the Contract Documents. The Owner reserves the right to purchase certain equipment under the Owner Direct Purchase (ODP) option (see Section �. These ODP items include, • Mixers (Already Purchased by the City) • Blowers CONTRACT PERIOD: 270 CONSECUTIVE CALENDAR DAYS Secrion IV.doc Page 1 of 128 q���2�9,) 4 Attachment number 4 Page 80 of 646 Secrion IV — Technical Specificarions 1.2 SCOPE OF WORK CHECKLIST Project Name: Fermentation, First Anoxic, and Second Anoxic Tank Rehabilitation, East Advanced Pollution Control Facility Project Number: #09-0007-UT The following Articles of the Technical Specifications will apply to this contract if marked "X" as shown below: 1 � Sco e Of Work 2.1 � Line and Grade Shall Be Performed B The Contractor 2.2 ❑ Line and Grade Shall Be Performed B The Cit 3 � Definition Of Terms 4 � Order And Location Of The Work 5 � Excavation For Under round Work 6 � Concrete 7 � Excavation And Forms For Concrete Work 8 � Reinforcement 9 � Obstructions 10 � Restoration Or Re lacement Of Drivewa s, Curbs, Sidewalks And Street Pavement 11 ❑ Work In Easements Or Parkwa s 12 � Dewaterin 13 ❑ Sanita Manholes 14 ❑ Backfill 15 ❑ Street Crossin s, etc. 16 ❑ Raisin Or Lowerin Of Sanita Sewer, Storm Draina e Structures 17 � Unsuitable Material Removal 18 ❑ Underdrains 19 ❑ Storm Sewers 20 ❑ Sanita Sewers And Force Mains 21 ❑ Draina e 22 � Roadwa Base And Sub rade 23 � As haltic Concrete Materials 24 ❑ Ad�ustment To The Unit Bid Price For As halt 25 ❑ General Plantin S ecifications 26 ❑ HDPE Deformed — Reformed Pi e Linin 27 ❑ Plant Mix Drivewa s 28 ❑ Re ortin Of Tonna e Of Rec cled Materials 29 ❑ Concrete Curbs 30 � Concrete Sidewalks And Drivewa s 31 � Soddin 32 ❑ Seedin 33 ❑ Storm Manholes, Inlets, Catch Basins Or Other Storm Structures 34 � Material Used 35 � Conflict Between Plans And S ecifications 36 ❑ Street Signs Secrion IV.doc Page 2 of 128 q���2�9,) 4 Attachment number 4 Page 81 of 646 Secrion IV — Technical Specificarions 37 � Audio/Video Recordin Of Work Areas 38 ❑ ErosionAnd Siltation Control 39 ❑ Utilit Tie In Location Markin 40 � Award Of Contract, Work Schedule And Guarantee 41 ❑ Potable Water Mains, Reclaimed Water Mains and A urtenances 42 ❑ Gas S stem S ecifications 43 ❑ Tennis Courts 44 � Work Zone Traffic Control 45 ❑ Cured-In-Place Pi e Linin 46 ❑ Specifications for Polyethylene Sliplining 47 ❑ S ecifications for Pol vin 1 Chloride Ribbed Pi e 48 ❑ Gunite Specifications 49 ❑ Sanita and Storm Manhole Liner Restoration 50 � Pro�ect Information Si ns 51 ❑ In-Line Skatin Surfacin S stem 52 ❑ Resident Notification of Start of Construction 53 ❑ Gabions and Mattresses 54 ❑ Lawn Maintenance S ecifications 55 ❑ Millin O erations 56 ❑ Clearin and Grubbin 57 ❑ Ri ra 58 � Treatment Plant Safet 59 ❑ Traff'ic Si nal E ui ment and Materials 60 ❑ Si nin And Markin 61 ❑ Roadwa Li htin 62 ❑ Tree Protection 63 ❑ Pro'ect Web Pa es 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 Secrion IV.doc Page 3 of 128 q���2�9,) 4 Attachment number 4 Page 82 of 646 Secrion IV — Technical Specificarions 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 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 1- 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 Secrion IV.doc Page 4 of 128 q���2�9,) 4 Attachment number 4 Page 83 of 646 Secrion IV — Technical Specificarions AMCA Air Moving and Conditioning Association, Inc. ANSI American National Standards Institute APA American Plywood Association ASAE American Society ofAgricultural 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 Secrion IV.doc Page 5 of 128 q���2�9,) 4 Attachment number 4 Page 84 of 646 Secrion IV — Technical Specificarions SMACCNA Sheet Metal and Air Conditioning Contractors' National Association SMC Standard Mechanical Code (SBCCI) SPC Standard Plumbing Code (SBCCI) SPIB Southern Pine Inspection Bureau SSPC Steel Structures Painting Council TCA Title Council ofAmerica 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 Secrion IV.doc Page 6 of 128 q���2�9,) 4 Attachment number 4 Page 85 of 646 Secrion IV — Technical Specificarions 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 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 d�,�� 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 suff'icient strength when staked to resist the pressure of concrete without moving or springing. Secrion IV.doc Page 7 of 128 q���2�9,) 4 Attachment number 4 Page 86 of 646 Secrion IV — Technical Specificarions 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 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. Secrion IV.doc Page S of 128 q���2�9,) 4 Attachment number 4 Page 87 of 646 Secrion IV — Technical Specificarions 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. 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 eff'icient 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. Secrion IV.doc Page 9 of 128 q���2�9,) 4 Attachment number 4 Page 88 of 646 Secrion IV — Technical Specificarions 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. 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 Citv 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. Secrion IV.doc Page 10 of 128 q���2�9,) 4 Attachment number 4 Page 89 of 646 Secrion IV — Technical Specificarions 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 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 Ualues for Discharges into: Parameter Fresh Waters Coastal Waters Total Organic Carbon (TOC) 10.0 mg/1 10.0 mg/1 PH, standard units 6.0-8.5 6.5-8.5 Total Recoverable Mercury — by Method 1631E 0.012 µg/1 0.025 µg/1 Total Recoverable Cadmium 9.3 µg/1 93 µg/1 Total Recoverable Copper 2.9 µg/1 2.9 µg/1 Total Recoverable Lead 0.03 mg/1 5.6 µg/1 Total Recoverable Zinc 86.0 µg/1 86.0 µg/1 Total Recoverable Chromium (Hex.) 11.0 µg/1 50.0 µg/1 Benzene 1.0 µg/1 1.0 µg/1 Naphthalene 100.0 µg/1 100.0 µg/1 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 o� bv the Citv of Clea�wate�. (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 aff'�rmatively 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; Secrion IV.doc Page 11 of 128 q���2�9,) 4 Attachment number 4 Page 90 of 646 Secrion IV — Technical Specificarions 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); 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 Secrion IV.doc Page 12 of 128 q���2�9,) 4 Attachment number 4 Page 91 of 646 Secrion IV — Technical Specificarions 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 tile in concrete, or lay full section of sewer pipe through manhole and break out top half of pipe. 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 1 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. Secrion IV.doc Page 13 of 128 q���2�9,) 4 Attachment number 4 Page 92 of 646 Secrion IV — Technical Specificarions 13.3 DROP MANHOLES Standard drop inlets to manholes shall be constructed of commercial pipe, fittings and specials as detailed on the drawings. 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. Secrion IV.doc Page 14 of 128 q���2�9,) 4 Attachment number 4 Page 93 of 646 Secrion IV — Technical Specificarions The cost of all such work must be included in the cost of the trench excavation. 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 ineasurement 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. Secrion IV.doc Page 15 of 128 q���2�9,) 4 Attachment number 4 Page 94 of 646 Secrion IV — Technical Specificarions 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 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 diff'iculty 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 Secrion IV.doc Page 16 of 128 q���2�9,) 4 Attachment number 4 Page 95 of 646 Secrion IV — Technical Specificarions 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 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. Secrion IV.doc Page 17 of 128 q���2�9,) 4 Attachment number 4 Page 96 of 646 Secrion IV — Technical Specificarions 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 iJNI 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, backf'ill 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 suff'icient backfill is placed above the pipe to prevent flotation or misalignment. Where pipe bedding is insuff'icient 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 Secrion IV.doc Page 1 S of 128 q���2�9,) 4 Attachment number 4 Page 97 of 646 Secrion IV — Technical Specificarions 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 1"Scope of Work" of the city's Contract Specifications for additional roadway base and subgrade items. Secrion IV.doc Page 19 of 128 q���2�9,) 4 Attachment number 4 Page 98 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 20 of 128 q���2�9,) 4 Attachment number 4 Page 99 of 646 Secrion IV — Technical Specificarions 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 ineasurement 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 Secrion IV.doc Page 21 of 128 q���2�9,) 4 Attachment number 4 Page 100 of 646 Secrion IV — Technical Specificarions 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 ineasurement 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 Secrion IV.doc Page 22 of 128 q���2�9,) 4 Attachment number 4 Page 101 of 646 Secrion IV — Technical Specificarions 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 �/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 �/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 notifv the Proiect Inspector a minimum of 24 hours in advance of the placement of all as�halt. 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 FC-3 Type S—III Type S—I Type S—III with FC-3 with FC-3 Top Layer Top Layer Top Layer 1 st 2nd 1 st 2nd 1 st 2nd 1 st 2nd 1 st 2nd 1 st 2nd 1 1 1 1 �/2 1 �/2 Secrion IV.doc Page 23 of 128 q���2�9,) 4 Attachment number 4 Page 102 of 646 Secrion IV — Technical Specificarions 2 11�4 3�4 � 1 1 2i/2 1 i/a 1 i/a 1 i/2 1 1 i/2 1 3 1 i/2 1 i/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 traff'ic (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. Secrion IV.doc Page 24 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 23.6.2 POTHOLES Attachment number 4 Page 103 of 646 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. Secrion IV.doc Page 25 of 128 q���2�9,) 4 Attachment number 4 Page 104 of 646 Secrion IV — Technical Specificarions 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 �/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 ineasurement 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. Secrion IV.doc Page 26 of 128 q���2�9,) 4 Attachment number 4 Page 105 of 646 Secrion IV — Technical Specificarions 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 "I�TIC", "existing", or "by others" is not included in this pay item. B. The irrigation plans are schematic in nature. Ualves and pipes shall be located in the turf/landscape areas except at road/paving crossings. All piping under paving shall be Secrion IV.doc Page 27 of 128 q���2�9,) 4 Attachment number 4 Page 106 of 646 Secrion IV — Technical Specificarions sleeved. Changes in the irrigation system layout shall be modified with the approval of the Engineer. 25.1.1.1 QUALITYASSURANCE 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: 1. 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 traff'ic control plan (per FDOT specifications) to the Engineer prior to initiating construction on the site. The Contractor shall be Secrion IV.doc Page 28 of 128 q���2�9,) 4 Attachment number 4 Page 107 of 646 Secrion IV — Technical Specificarions 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: Secrion IV.doc Page 29 of 128 q���2�9,) 4 Attachment number 4 Page 108 of 646 Secrion IV — Technical Specificarions 1. 200-250 psi Ball Ualve 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-G509 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 1" 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. Secrion IV.doc Page 30 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 25.1.2.9 VALVE BOXES Attachment number 4 Page 109 of 646 A. For remote control drip valve assembly and iTNIK control timer use a Brooks #36 concrete value box with #36-T cast iron traff'ic 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/Uacuum Relief Valve at its high point(s). The air and vacuum relief valve shall seal effectively from 2 to 110 psi. Secrion IV.doc Page 31 of 128 q���2�9,) 4 Attachment number 4 Page 110 of 646 Secrion IV — Technical Specificarions 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 Secrion IV.doc Page 32 of 128 q���2�9,) 4 Attachment number 4 Page 111 of 646 Secrion IV — Technical Specificarions 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 iTNIK 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. Secrion IV.doc Page 33 of 128 q���2�9,) 4 Attachment number 4 Page 112 of 646 Secrion IV — Technical Specificarions 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. I. 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 �/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 inechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than siY (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. Secrion IV.doc Page 34 of 128 q���2�9,) 4 Attachment number 4 Page 113 of 646 Secrion IV — Technical Specificarions 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 I N STAL LATI O N 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: Secrion IV.doc Page 35 of 128 q���2�9,) 4 Attachment number 4 Page 114 of 646 Secrion IV — Technical Specificarions 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 may be 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 suff'icient 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 Secrion IV.doc Page 36 of 128 q���2�9,) 4 Attachment number 4 Page 115 of 646 Secrion IV — Technical Specificarions 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 QUALITYASSURANCE 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. Secrion IV.doc Page 37 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 25.2.1.5 SUBMITTALS Attachment number 4 Page 116 of 646 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. C. T.: 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., 1 gallon, 3 gallon, 7 gallon, etc. O. C.: On center, distance between plant centers. Secrion IV.doc Page 38 of 128 i��i�i��914 Secrion IV — Technical Specificarions Dlfl.: Diameter. LVS.: Leaves. Attachment number 4 Page 117 of 646 D.B.K: 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.: Owner • 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. To be known as that entity which holds title or control to the premises on which the work is performed. Owne�'s Rep�esentative: Owner's on-site representative shall be responsible for approval of quantity and quality of mate�ials specified and execution of installation. Contractor • Shall refer to that person or enterprise commonly known as the Landscape Contractor. Landscape A�chitect.• 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. Secrion IV.doc Page 39 of 128 q���2�9,) 4 Attachment number 4 Page 118 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 40 of 128 q���2�9,) 4 Attachment number 4 Page 119 of 646 Secrion IV — Technical Specificarions 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: QUALITYASSURANCE 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 ofAgriculture and Consumer Services (latest edition). Secrion IV.doc Page 41 of 128 q���2�9,) 4 Attachment number 4 Page 120 of 646 Secrion IV — Technical Specificarions 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. I. 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. Secrion IV.doc Page 42 of 128 q���2�9,) 4 Attachment number 4 Page 121 of 646 Secrion IV — Technical Specificarions 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 �/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 1". 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 Secrion IV.doc Page 43 of 128 q���2�9,) 4 Attachment number 4 Page 122 of 646 Secrion IV — Technical Specificarions 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 1 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 Secrion IV.doc Page 44 of 128 q���2�9,) 4 Attachment number 4 Page 123 of 646 Secrion IV — Technical Specificarions adjacent to water bodies shall be treated with "Roded' 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 "Roded', 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- �/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 "Roded' 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. Secrion IV.doc Page 45 of 128 q���2�9,) 4 Attachment number 4 Page 124 of 646 Secrion IV — Technical Specificarions 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 I N STAL LATI O N 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 1 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: Secrion IV.doc Page 46 of 128 q���2�9,) 4 Attachment number 4 Page 125 of 646 Secrion IV — Technical Specificarions 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 �/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. I. 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. Suff'icient 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. Secrion IV.doc Page 47 of 128 q���2�9,) 4 Attachment number 4 Page 126 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 48 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 25.2.3.2.8 PRUNING Attachment number 4 Page 127 of 646 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 HealthAdministration (O.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 Secrion IV.doc Page 49 of 128 q���2�9,) 4 Attachment number 4 Page 128 of 646 Secrion IV — Technical Specificarions 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 suff'icient 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 Secrion IV.doc Page 50 of 128 q���2�9,) 4 Attachment number 4 Page 129 of 646 Secrion IV — Technical Specificarions 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 Pro�erty ASTM Method Ualue HDPE Tensile Strength D 638 3,300 psi Elasticity Modulus E=113,000 psi Secrion IV.doc Page 51 of 128 q���2�9,) 4 Attachment number 4 Page 130 of 646 Secrion IV — Technical Specificarions 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 traff'ic, 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. Secrion IV.doc Page 52 of 128 q���2�9,) 4 Attachment number 4 Page 131 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 53 of 128 q���2�9,) 4 Attachment number 4 Page 132 of 646 Secrion IV — Technical Specificarions When finished surface of existing drive is gravel, replace ment 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 ineasurement 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 Secrion IV.doc Page 54 of 128 q���2�9,) 4 Attachment number 4 Page 133 of 646 Secrion IV — Technical Specificarions 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 ineasurement 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 Secrion IV.doc Page 55 of 128 q���2�9,) 4 Attachment number 4 Page 134 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 56 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 33.2 PRECAST TYPE Attachment number 4 Page 135 of 646 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 PROffiBITED. All street signs shall be removed, covered or relocated by the City's Traff'ic 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 AUD10/VIDEO 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. Secrion IV.doc Page 57 of 128 q���2�9,) 4 Attachment number 4 Page 136 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 58 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 37.8 LIGHTING Attachment number 4 Page 137 of 646 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. Secrion IV.doc Page 59 of 128 q���2�9,) 4 Attachment number 4 Page 138 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 60 of 128 q���2�9,) 4 Attachment number 4 Page 139 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 61 of 128 q���2�9,) 4 Attachment number 4 Page 140 of 646 Secrion IV — Technical Specificarions 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: 1 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. Secrion IV.doc Page 62 of 128 q���2�9,) 4 0 .� U � U N � � � � � H I � U � � � W � �/—yI I� � W � � � � � � � �I O W � � O � � O � � O � � O V` 0�/ W w 00 w� � � Fil � � � O WN,,./.� U w � w� H � U W � W � H� w� � W �) W H � Z�O � � U O � O 0 ��w � � �1-� � � I,—I � � ��w OQ� O�x �w� Www �W� � O�� ��OO QHO o � � � � a Z H ~ � O�Q U � Z � � � W Z � Q � Z � � OU � .� � � � w � 0 � � � � � � 0 0 ri M 69 � � w � 0 � � � � � � 0 0 0 � 69 �, � �a O � � � 0 � W � I� w U � H � U !"I � � � i N � � � N � � U � � V1 I�--I � O W W A � Z � Z � W �3 � N �--I � � N � � � N � � �-I U I� � O U � U � � � � � � a Q W H � � W �^ H � � � � .� � � � � � � Z �, O c> � � � I� � � 4-i � O � O U �' �r � �" � � O ��' y U � U � O '� .� o � w U � O � � � � � .� O '� � o `'" � � � .°� � � �� � o � b b a� . � � � � �°>'� ��� o U ��o � � �." bA � �� �, O c> � � � I� W � E� � � � H � � � O � � O y � � � H � � 0 0 N M O � � N � � � 0 M � bA � �4 0 b � .o U N � Attachment number 4 Page 142 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 64 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 41.2 MATERIALS 41.2.1 GENERAL Attachment number 4 Page 143 of 646 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 Rated Water Working Pressure (In.) (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: Secrion IV.doc Page 65 of 128 q���2�9,) 4 Attachment number 4 Page 144 of 646 Secrion IV — Technical Specificarions Size Dimension Ratio Rated Water Working Pressure Laying Length (OD/Thick.) (PSI) (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. Secrion IV.doc Page 66 of 128 q���2�9,) 4 Attachment number 4 Page 145 of 646 Secrion IV — Technical Specificarions 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. Ualves 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 Ualves, 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 Ualve 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 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 boxes and pad detail. Secrion IV.doc Page 67 of 128 q���2�9,) 4 Attachment number 4 Page 146 of 646 Secrion IV — Technical Specificarions 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 G502 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 O- 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. Secrion IV.doc Page 68 of 128 q���2�9,) 4 Attachment number 4 Page 147 of 646 Secrion IV — Technical Specificarions 18. Hydrant body shall have a factory finish of yellow paint. All paints shall comply with AWWA standard G502-85 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 (JCM 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: Secrion IV.doc Page 69 of 128 q���2�9,) 4 Attachment number 4 Page 148 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 70 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 41.3.2.2 INSTALLATION Attachment number 4 Page 149 of 646 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 rej ection. 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. Secrion IV.doc Page 71 of 128 q���2�9,) 4 Attachment number 4 Page 150 of 646 Secrion IV — Technical Specificarions 41.3.3 SETTING OF VALVES, HYDRANTS AND FITTINGS 41.3.3.1 GENERAL Ualves, 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 Ualves 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. Secrion IV.doc Page 72 of 128 q���2�9,) 4 Attachment number 4 Page 151 of 646 Secrion IV — Technical Specificarions 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 STERI LIZATION 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. Secrion IV.doc Page 73 of 128 q���2�9,) 4 Attachment number 4 Page 152 of 646 Secrion IV — Technical Specificarions 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 inethods 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. Secrion IV.doc Page 74 of 128 q���2�9,) 4 Attachment number 4 Page 153 of 646 Secrion IV — Technical Specificarions 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 Secrion IV.doc Page 75 of 128 q���2�9,) 4 Attachment number 4 Page 154 of 646 Secrion IV — Technical Specificarions 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 �/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 Secrion IV.doc Page 76 of 128 q���2�9,) 4 Attachment number 4 Page 155 of 646 Secrion IV — Technical Specificarions be approved. If a deficiency of more than �/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. Secrion IV.doc Page 77 of 128 q���2�9,) 4 Attachment number 4 Page 156 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 78 of 128 q���2�9,) 4 Attachment number 4 Page 157 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 79 of 128 q���2�9,) 4 Attachment number 4 Page 158 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page SO of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 43.2.8 FENCING 43.2.8.1 DESIGN Attachment number 4 Page 159 of 646 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 Secrion IV.doc Page S1 of 128 q���2�9,) 4 Attachment number 4 Page 160 of 646 Secrion IV — Technical Specificarions 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 USTA. 43.2.10.4 N ET 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 USTA. 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) — siY-foot length aluminum. Secrion IV.doc Page 82 of 128 q���2�9,) 4 Attachment number 4 Page 161 of 646 Secrion IV — Technical Specificarions 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., 1-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 siYty 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: Secrion IV.doc Page 83 of 128 q���2�9,) 4 Attachment number 4 Page 162 of 646 Secrion IV — Technical Specificarions Pole T1 existing 5 fixture pole, remove one fixture and place on pole TS Pole T2 existing 12 fixture pole, remove six fixtures and place on pole TS Pole T3 existing 5 fixture pole, remove one fixture and place on pole TS Pole T4 new pole with new seven fixtures and two circuits Pole TS 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 TS Pole T8 existing 12 fixture pole, remove four fixtures and place on pole TS Pole T9 existing 5 fixture pole, remove two fixtures and place on pole TS 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. Secrion IV.doc Page 84 of 128 q���2�9,) 4 Attachment number 4 Page 163 of 646 Secrion IV — Technical Specificarions 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 traff'ic 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 traff'ic 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 Traff'ic 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 traff'ic 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 Secrion IV.doc Page SS of 128 q���2�9,) 4 Attachment number 4 Page 164 of 646 Secrion IV — Technical Specificarions 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 traff'ic 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. Traff'ic 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 Traff'ic 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 GView 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 Traff'ic 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. Secrion IV.doc Page 86 of 128 q���2�9,) 4 Attachment number 4 Page 165 of 646 Secrion IV — Technical Specificarions 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 Traff'ic Operations Division may inspect and monitor the traffic control plan and traff'ic 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 traff'ic 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 Traff'ic 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 Traff'ic 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 traff'ic control. The Worksite Traff'ic Supervisor shall have access to all equipment and materials needed to maintain traff'ic control and handle traffic related situations. The Worksite Traffic Supervisor shall ensure that routine deficiencies are corrected within a 24-hour period. The Worksite Traff'ic 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 traff'ic control or to provide alternate traff'ic arrangements. Failure of the Worksite Traff'ic 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 Secrion IV.doc Page 87 of 128 q���2�9,) 4 Attachment number 4 Page 166 of 646 Secrion IV — Technical Specificarions 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 traff'ic 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 traff'ic, 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. Secrion IV.doc Page SS of 128 q���2�9,) 4 Attachment number 4 Page 167 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 89 of 128 q���2�9,) 4 Attachment number 4 Page 168 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 90 of 128 q���2�9,) 4 Attachment number 4 Page 169 of 646 Secrion IV — Technical Specificarions 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. 21�/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. Secrion IV.doc Page 91 of 128 q���2�9,) 4 Attachment number 4 Page 170 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 92 of 128 q���2�9,) 4 Attachment number 4 Page 171 of 646 Secrion IV — Technical Specificarions 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 backfilled 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. Secrion IV.doc Page 93 of 128 q���2�9,) 4 Attachment number 4 Page 172 of 646 Secrion IV — Technical Specificarions Standard laying lengths shall be 13 ft. + 1 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 hal� cubic foot (one and one half bags) of cement to 1(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. Secrion IV.doc Page 94 of 128 q���2�9,) 4 Attachment number 4 Page 173 of 646 Secrion IV — Technical Specificarions 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 Passing No. 4 Sieve Passing No. 8 Sieve Passing No. 16 Sieve Passing No. 30 Sieve Passing No. 50 Sieve Passing No. 100 Sieve 48.6 WATER 100% 95% to 100% 80% to 100% 50% to 85% 25% to 60% 10% to 30% 2% to 10% 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. Secrion IV.doc Page 95 of 128 q���2�9,) 4 Attachment number 4 Page 174 of 646 Secrion IV — Technical Specificarions 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. MiYed 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 Secrion IV.doc Page 96 of 128 q���2�9,) 4 Attachment number 4 Page 175 of 646 Secrion IV — Technical Specificarions 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 inesh 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. Secrion IV.doc Page 97 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions 48.17 INSPECTION Attachment number 4 Page 176 of 646 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 Max. Hose Dia. Max. Size Nozzle Min. Air Press. (cfm) (In.) (In.) (psi) 365 1 5/8 1 5/8 60 600 2 2 80 750 2 1/2 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 suff'icient 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). Secrion IV.doc Page 98 of 128 q���2�9,) 4 Attachment number 4 Page 177 of 646 Secrion IV — Technical Specificarions 49 SANITARYAND 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; Traff'ic 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. Secrion IV.doc Page 99 of 128 q���2�9,) 4 Attachment number 4 Page 178 of 646 Secrion IV — Technical Specificarions 49.3.2 INSTALLATION AND EXECUTION Excavate an area around the top of the existing manhole suff'iciently 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. Secrion IV.doc Page 100 of 128 q���2�9,) 4 Attachment number 4 Page 179 of 646 Secrion IV — Technical Specificarions 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 G109) 15 min., 200 psi 6 hrs., 1,400 psi 2. Shrinkage (ASTM G596) 3. Bond (ASTM C-952) 4. Cement 5. Density, when applied 49.5 INFILTRATION CONTROL 28 days, 150 psi 28 days, 150 psi Sulfate resistant 105 +/- 5 pcf 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 G109) - 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) 2. Tensile strength (ASTM C 49� 3. Flexural strength (ASTM C 78) 4. Shrinkage (ASTM C 596) 5. Bond (ASTM C 952) 3,000 psi 300 psi 600 psi 0% at 90% R.H. 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. Secrion IV.doc Page 101 of 128 q���2�9,) 4 Attachment number 4 Page 180 of 646 Secrion IV — Technical Specificarions 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 Secrion IV.doc Page 102 of 128 q���2�9,) 4 Attachment number 4 Page 181 of 646 Secrion IV — Technical Specificarions 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 miY 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. Secrion IV.doc Page 103 of 128 q���2�9,) 4 Attachment number 4 Page 182 of 646 Secrion IV — Technical Specificarions 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 inercury 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: 1. 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 Secrion IV.doc Page 104 of 128 q���2�9,) 4 Secrion IV — Technical Specificarions Flexural Strength ASTM C 78 49.12.2.2 HYDROPHILIC GROUTING 1 day 410 psi 3 days 855 psi 28 days 1,245 psi Attachment number 4 Page 183 of 646 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 Elongation Bonding Strength 380 psi ASTM D 3574-86 400% ASTM D 3574-86 250-300 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 Tensile Strength Elongation Shrinkage Toxicity 49.12.2.3 WATERPROOFING 8.75-9.17 lbs/gal 150 psi 250% Less than 4% Non Toxic ASTM D-3574 ASTM D- 412 ASTM D-3574 ASTM D-1042 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) 8.1x10 llcm/sec to 7.6x10 cm/sec at 100% RH at 50% RH 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: Calcium Aluminate Cement 12 Hrs 24 Hrs 7 Days 28 Days Secrion IV.doc Page 105 of 128 q���2�9,) 4 Attachment number 4 Page 184 of 646 Secrion IV — Technical Specificarions Astm C 495 Compressive Strength, Psi 7000 11000 12000 13000 Astm C 293 Flexural Strength, Psi 1000 1500 1 S00 2000 Astm C 596 Shrinkage At 90% Humidiry -- <0.04 <0.06 <0.08 Astm C 666 Freeze-Thaw Aft 300 C�cle No Damage Astm C 990 Pull - Out Strength 200 - 230 Psi Tensile Astm C 457 Air Void Content (7 Days) 3% Astm C 497 Porosiry/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 EPDXY 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 tile 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 Color (other colors available on request) Pot Life, hrs Tensile Strength, psi, min Tensile Elongation, % Water Extractable Substances, mgJsq. in., max Bond Strength to Cement (ASTM 882) psi 49.12.2.6 CHEMICAL RESISTANCE 1:1 Light Gray 1 2,000 10 —20 5 1,800 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. Secrion IV.doc Page 106 of 128 q���2�9,) 4 Attachment number 4 Page 185 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 107 of 128 q���2�9,) 4 Attachment number 4 Page 186 of 646 Secrion IV — Technical Specificarions 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 EPDXY 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 inercury 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 Secrion IV.doc Page 108 of 128 q���2�9,) 4 Attachment number 4 Page 187 of 646 Secrion IV — Technical Specificarions 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 1 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 Water (C1ean and Potable) Sand (60-80 mesh) Liquid Yield 55 gallons 20-40 gallons 600-900 pounds 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 .OS -.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 Secrion IV.doc Page 109 of 128 q���2�9,) 4 Attachment number 4 Page 188 of 646 Secrion IV — Technical Specificarions 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 .OS-.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 .OS-.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-.OS gallons per square yard per coat. 3. Plexiflor is applied (in a similar manner to Plexipave) in windrows on the surface with suff'icient 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. Secrion IV.doc Page 110 of 128 q���2�9,) 4 Attachment number 4 Page 189 of 646 Secrion IV — Technical Specificarions 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. Coeff'icient 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 NIHA 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 �/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 Secrion IV.doc Page 111 of 128 q���2�9,) 4 Attachment number 4 Page 190 of 646 Secrion IV — Technical Specificarions 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 130 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 83 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 HC1 (hydrochloric acid 12 Be). 53.1.1.3 ACCELERATED AGING TESTS Uariation 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. Secrion IV.doc Page 112 of 128 q���2�9,) 4 Attachment number 4 Page 191 of 646 Secrion IV — Technical Specificarions 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 23 and be of a quality and durability suff'icient 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 1OT096), maximum loss 45% • Soundness (Sodium Sulphate), (FM 1-T104), maximum loss 12% Secrion IV.doc Page 113 of 128 q���2�9,) 4 Attachment number 4 Page 192 of 646 Secrion IV — Technical Specificarions • 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 ozsJsq. ft. for the 0.0866 inch wire used for mesh and lacing and 0.80 ozsJsq. 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 inesh 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. Secrion IV.doc Page 114 of 128 q���2�9,) 4 Attachment number 4 Page 193 of 646 Secrion IV — Technical Specificarions 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 traff'ic; 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: • Traff'ic 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. Secrion IV.doc Page 115 of 128 q���2�9,) 4 Attachment number 4 Page 194 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 116 of 128 q���2�9,) 4 Attachment number 4 Page 195 of 646 Secrion IV — Technical Specificarions 54.9 TRAFFIC CONTROL Proper and safe work zones in vehicular traff'ic 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. Secrion IV.doc Page 117 of 128 q���2�9,) 4 Attachment number 4 Page 196 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 11 S of 128 q���2�9,) 4 Attachment number 4 Page 197 of 646 Secrion IV — Technical Specificarions 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 Secrion IV.doc Page 119 of 128 q���2�9,) 4 Attachment number 4 Page 198 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 120 of 128 q���2�9,) 4 Attachment number 4 Page 199 of 646 Secrion IV — Technical Specificarions 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 ineasurement 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 (lastest edition). 57.1 BASIS OF MEASUREMENT The basis of ineasurement for riprap shall be the volume of sand used in cubic yards for sand- cement, or the dry weight in tons for rubble. Secrion IV.doc Page 121 of 128 q���2�9,) 4 Attachment number 4 Page 200 of 646 Secrion IV — Technical Specificarions 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 traff'ic 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, Secrion IV.doc Page 122 of 128 q���2�9,) 4 Attachment number 4 Page 201 of 646 Secrion IV — Technical Specificarions pedestrian detectors, traffic controller assemblies, controller cabinets and accessories, removal of existing traff'ic signal equipment, and internally illuminated signs. All traff'ic 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 Traff�ic Engineering Division. 59.1 BASIS OF MEASUREMENT AND PAYMENT The basis of ineasurement 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 ineasurement 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 ineasurement 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. Secrion IV.doc Page 123 of 128 q���2�9,) 4 Attachment number 4 Page 202 of 646 Secrion IV — Technical Specificarions 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 Secrion IV.doc Page 124 of 128 q���2�9,) 4 Attachment number 4 Page 203 of 646 Secrion IV — Technical Specificarions 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 ofArboriculture (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. I. 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 backf'ill 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. Secrion IV.doc Page 125 of 128 q���2�9,) 4 Attachment number 4 Page 204 of 646 Secrion IV — Technical Specificarions 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: htt�://www.w3.or�/TR/1999/WAI-WEBCONTENT-19990505/ http://www. section508. �ov/ 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. Secrion IV.doc Page 126 of 128 q���2�9,) 4 Attachment number 4 Page 205 of 646 Secrion IV — Technical Specificarions 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. Secrion IV.doc Page 127 of 128 q���2�9,) 4 Attachment number 4 Page 206 of 646 Item # 14 SECTION IVA SUPPLEMENTAL TECHNICAL SPECIFICATIONS Table of Contents DIVISION 1 — GENERAL REQUIREMENTS 01000 PROJECT REQUIREMENTS 01100 SUMMARY OF WORK 01200 MEASUREMENT AND PAYMENT 01290 SCHEDULE OF VALUES 01310 CONSTRUCTION COORDINATION 01320 PROGRESS SCHEDULE 01325 CONSTRUCTION PHOTOGRAPHS 01330 SUBMITTALS AND ACCEPTANCE 01350 ENVIRONMENTAL PROTECTION PROCEDURES 01355 SPECIAL PROVISIONS 01400 QUALITY REQUIREMENTS 01450 TESTING AND TESTING LABORATORY SERVICES 01500 TEMPORARY FACILITIES AND CONTROLS 01600 MATERIALS AND EQUIPMENT 01650 DELIVERY, STORAGE, AND HANDLING 01730 CUTTING, CORING, AND PATCHING 01740 F1NAL CLEANING 01755 EQUIPMENT TESTING AND STARTUP 01770 PROJECT CLOSEOUT 01780 WARRANTIES AND BONDS 01785 RECORD DOCUMENTS 01815 MAINTENANCE OF PLANT OPERATION AND SEQUENCE OF CONSTRUCTION 01820 TRAINING 01830 OPERATIONS AND MAINTENANCE MANUALS 02220 02240 03100 03150 03200 FINAL SUBMITTAL 03720-035-01 DIVISION 2 — SITE CONSTRUCTION DEMOLITION AND MODIFICATIONS DEWATERING DIVISION 3 — CONCRETE CONCRETE FORMWORK MODIFICATIONS AND REPAIR TO CONCRETE CONCRETE REINFORCEMENT Attachment number 4 Page 207 of 646 TABLE OF ��l�I S) 4 03250 03300 03350 03600 05500 1••11 1••:1 11000 11228 11260 11378 11550 16401 Attachment number 4 Page 208 of 646 CONCRETE JOINT AND JOINT ACCESSORIES CAST-IN-PLACE CONCRETE CONCRETE FINISHES GROUT DIVISION 5 - METALS MISCELLANEOUS METAL DIVISION 9 - FINISHES PAINTING AND COATING CHEMICAL-RESISTANT COATINGS FOR CONCRETE DIVISION 11-EQUIPMENT GENERAL EQUIPMENT REQUIREMENTS MIXERS TEMPORARY CHEMICAL FEED SYSTEM POSITIVE DISPLACEMENT BLOWERS MEDIUM BUBBLE DIFFUSED AERATION SYSTEM DIVISION 16-ELECTRICAL LOW-VOLTAGE ELECTRICAL WORK-GENERAL REQUIREMENTS FINAL SUBMITTAL ii TABLE OF ��1� S`) 4 03720-035-01 SECTION 01000 PROJECT REQUIREMENTS PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 209 of 646 A. The Work to be done consists of the furnishing of all labor, materials, and equipment and the performance of all Work included in this Contract. The summary of the Work is presented in Section 01100, Summary of Work. B. Work Included: 1. The Contractor shall furnish all labor, superintendence, materials, plant power, light, heat, fuel, water, tools, appliances, equipment, supplies, and means of construction necessary for proper performance and completion of the Work. The Contractor shall obtain and pay for all necessary local building permits. The Contractor shall perform and complete the Work in the manner best calculated to promote rapid construction consistent with safety of life and property and to the satisfaction of the Engineer and in strict accordance with the Contract Documents. The Contractor shall clean up the Work and maintain it during and after construction, until accepted, and shall do all Work and pay all costs incidental thereto. The Contractor shall maintain the operation of the wastewater treatment processes during performance of the Work and shall be responsible for any permit violation as a result of his Work. He shall repair or restore all structures and property that may be damaged or disturbed during performance of the Work. 2. The cost of incidental work described in these Project Requirements for which there are no specific Contract Items shall be considered as part of the general cost of doing the Work and shall be included in the prices for the various Contract Items. No additional payment will be made therefore. 3. The Contractor shall provide and maintain such modern plant, tools, and equipment as may be necessary, in the opinion of the Engineer, to perform in a satisfactory and acceptable manner all the Work required by this Contract. Only equipment of established reputation and proven efficiency shall be used. The Contractor shall be solely responsible for the adequacy of his workmanship, materials, and equipment, prior approval of the Engineer notwithstanding. BID DocUMENTS oi000-i rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 210 of 646 C. Public Utility Installations and Structures: Public utility installations and structures shall be understood to include all poles, tracks, pipes, wires, conduits, vaults, manholes, and all other appurtenances and facilities pertaining thereto whether owned or controlled by the Owner, other governmental bodies, or privately owned by individuals, firms, or corporations used to serve the public with transportation, traffic control, gas, electricity, telephone, sewerage, drainage, water, or other public or private property which may be affected by the Work shall be deemed included hereunder. 1. The Contract Documents contain data relative to existing public utility installations and structures above and below the ground surface. These data are not guaranteed as to their completeness or accuracy and it is the responsibility of the Contractor to make his own investigations to inform himself fully of the character, condition, and extent of all such installations and structures as may be encountered and as may affect the construction operat�ons. 2. The Contractor shall protect all public utility installations and structures from damage during the Work. Access across any buried public utility installation or structure shall be made to avoid any damage to these facilities. All required protective devices and construction shall be provided by the Contractor at his expense. All existing public utilities damaged by the Contractor shall be repaired by the Contractor, at his expense. No separate payment shall be made for such protection or repairs to public utility installations or structures. 3. Public utility installations or structures owned or controlled by the Owner or other governmental body which are shown on the Drawings to be removed, relocated, replaced, or rebuilt by the Contractor shall be considered as a part of the general cost of doing the Work and shall be included in the prices bid for the various Contract Items. No separate payment shall be made therefor. 4. Where public utility installations of structures owned or controlled by the Owner or other governmental body are encountered during the Work and are not indicated on the Drawings or in the Specifications, and when, in the opinion of the Engineer, removal, relocation, replacement, or rebuilding is necessary to complete the Work under this Contract, such Work shall be accomplished by the utility having jurisdiction, or such Work may be ordered, in writing by the Engineer, for the Contractor to accomplish. If such work is accomplished by the utility having jurisdiction it will be carried out expeditiously, and the Contractor shall give full cooperation to permit the utility to complete the removal, relocation, BID DocUMENTS oiooaz rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 211 of 646 replacement, or rebuilding as required. If such work is accomplished by the Contractor, it will be paid for as extra work as provided in the Agreement. 5. At all times in performance of the Work the Contractor shall employ acceptable methods and exercise reasonable care and skill so as to avoid unnecessary delay, injury, damage, or destruction of public utility installations and structures and shall at all times in the performance of the Work avoid unnecessary interference with or interruption of public utility services and cooperate fully with the owners thereof to that end. 6. The Contractor shall give written notice to the Owner and other governmental utility departments and other owners of public utilities of the location of his proposed construction operations at least 48-hours in advance of breaking ground in any area or on any unit of the Work. 7. The maintenance, repair, removal, relocation, or rebuilding of public utility installations and structures, when accomplished by the Contractor as herein provided, shall be done by methods approved by the owners of such utilities. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.09 QUALIFICATIONS (NOT USED) 1.10 DRAWINGS AND PROJECT MANUAL A. Drawings: When obtaining data and information from the Drawings, figures shall be used in preference to scaled dimensions and large-scale drawings in preference to small-scale drawings. BID DOCUMENTS 01000-3 PROJECT REQUf�1�1� S`) 4 03720-035-01 Attachment number 4 Page 212 of 646 B. Supplementary Drawings: 1. When, in the opinion of the Engineer, it becomes necessary to explain more fully the Work to be done or to illustrate the Work further or to show any changes which may be required, the Engineer will prepare drawings known as Supplementary Drawings, with specifications pertaining to such Drawings, and the Contractor will be furnished one complete set of reproducible black line prints (24 inches by 36 inches) and one reproducible copy of the specifications. 2. The Supplementary Drawings shall be binding upon the Contractor with the same force as the Contract Drawings. Where such Supplementary Drawings require either less or more than the estimated quantities of Work, credit to the Owner or compensation therefor to the Contractor shall be subject to the terms of the Agreement. C. Contractor to Check Drawings and Data: 1. The Contractor shall verify all dimensions, quantities, and details shown on the Drawings, Supplementary Drawings, Schedules, Specifications, or other data received from the Engineer, and shall notify the Engineer of all errors, omissions, conflicts, and discrepancies found therein. Failure to discover or correct errors, conflicts, or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom, nor from rectifying such conditions at his own expense. He will not be allowed to take advantage of any errors or omissions, as full instructions will be furnished by the Engineer should such errors or omissions be discovered. 2. All schedules are given for the convenience of the Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility or the making of estimates of the size, kind, and quality of materials and equipment included in Work to be done under the Contract. D. Specifications: The Technical Specifications each consist of three parts: General, Products, and Execution. The General part of a Specification contains General Requirements which govern the Work. The Products and Execution parts modify and supplement the General Requirements by detailed requirements for the Work and shall always govern whenever there appears to be a conflict. BID DOCUMENTS 01000-4 PROJECT REQUf�1�1� S`) 4 03720-035-01 Attachment number 4 Page 213 of 646 E. Intent: 1. All Work called for in the Specifications applicable to this Contract, but not shown on the Drawings in their present form, or vice versa, shall be of like effect as if shown or mentioned in both. Work not specified in either the Drawings or in the Specifications but involved in carrying out their intent or in the complete and proper execution of the Work is required and shall be performed by the Contractor as though it were specifically delineated or described. 2. The apparent silence of the Specifications as to any detail or the apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the best quality is to be used. The interpretation of these Specifications shall be made upon that basis. 1.11 MATERIALS AND EQUIPMENT A. Manufacturer: 1. All transactions with the manufacturers or subcontractors shall be through the Contractor, including Owner Direct Purchase (ODP) items, unless the Contractor shall request and at the Engineer's option that the manufacturer or subcontractor deal directly with the Engineer. Any such transactions shall not in any way release the Contractor from his full responsibility under this Contract. 2. Any two or more pieces of material or equipment of the same kind, type, or classification, and being used for identical types of service, shall be made by the same manufacturer. B. Delivery: 1. The Contractor shall deliver materials in ample quantities to ensure the most speedy and uninterrupted progress of the Work so as to complete the Work within the allotted time. 2. The Contractor shall also coordinate deliveries in order to avoid delay in or impediment of the progress of the work of any related Contractor. BID DocUMENTS oi000-s rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 214 of 646 C. Tools and Accessories: 1. Unless otherwise stated in the Contract Documents, the Contractor shall furnish with each type, kind, or size of equipment, one complete set of suitably marked high-grade special tools and appliances which may be needed to adjust, operate, maintain, or repair the equipment. Such tools and appliances shall be furnished in approved painted steel cases, properly labeled and equipped with good-grade cylinder locks and duplicate keys. 2. Spare parts shall be furnished as specified herein and as recommended by the manufacturer necessary for the operation of the equipment, not including materials required for routine maintenance. 3. Each piece of equipment shall be provided with a substantial nameplate, securely fastened in place and clearly inscribed with the manufacturer's name, year of manufacture, serial number, weight, and principal rate data. D. Service of Manufacturer's Engineer: 1. The Contract Prices for equipment shall include the cost of furnishing a competent and experienced engineer or superintendent who shall represent the manufacturer and shall help the Contractor, when required, install, adjust, test, and place in operation the equipment in conformity with the Contract Documents. 2. After the equipment is placed in permanent operation by the Owner, the engineer or superintendent shall make all adjustments and tests required by the Engineer to prove that the equipment is in proper and satisfactory operating condition and shall instruct such personnel as may be designated by the Owner in the proper operation and maintenance of such equipment. 1.12 INSPECTION AND TESTING A. GeneraL• 1. For tests specified to be made by the Contractor, the testing personnel shall make the necessary inspections and tests, and the reports thereof shall be in such form as will facilitate checking to determine compliance with the Contract Documents. Five copies of the reports shall be submitted and authoritative certification thereof must be furnished to the Engineer as a prerequisite for the acceptance of any material or equipment. 2. If, in the making of any test of any material or equipment, the Engineer ascertains that the material or equipment does not comply with the BID DOCUMENTS 01000-6 PROJECT REQUf�1�1� S`) 4 03720-035-01 Attachment number 4 Page 215 of 646 Contract Documents, the Contractor will be notified thereof and he will be directed to refrain from delivering said material or equipment, or to remove it promptly from the site or from the Work and replace it with acceptable material without cost to the Owner. 3. Tests of electrical and mechanical equipment and appliances shall be conducted in accordance with the recognized test codes of the ANSI, ASME, or the IEEE, except as may otherwise be stated herein. 4. The Contractor shall be fully responsible for the proper operation of equipment during testing and instruction periods and shall neither have nor make any claim for damage which may occur to equipment before the time when the Owner formally takes over the operation thereof B. Costs: 1. The Contractor shall provide all inspection and testing of materials furnished under this Contract, unless otherwise expressly specified. 2. The Contractor shall bear the cost of shop and field tests of equipment and of certain other tests specifically called for in the Contract Documents, and such costs shall be deemed to be included in the Contract Price. 3. The Owner may test materials and equipment submitted by the Contractor as the equivalent to those specifically named in the Contract for compliance. The Contractor shall reimburse the Owner for the expenditures incurred in making such tests of materials and equipment which are rejected for non-compliance. C. Certificate of Manufacture: 1. The Contractor shall furnish the Engineer with authoritative evidence in the form of a certificate of manufacture that the materials to be used in the Work have been manufactured and tested in conformity with the Contract Documents. 2. These certificates shall be notarized and shall include copies of the results of physical tests and chemical analyses, where necessary, that have been made directly on the product or on similar products of the manufacturer. D. Shop Tests: 1. Each piece of equipment for which pressure, duty, capacity, rating, efficiency, performance, function, or special requirements are specified shall be tested in the shop of the maker in a manner which shall BID DocUMENTS oi000-� rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 216 of 646 conclusively prove that its characteristics comply fully with the requirements of the Contract Documents. 2. Five copies of the manufacturer's actual test data and interpreted results thereof, accompanied by a certificate of authenticity sworn to by a responsible official of the manufacturing company and/or independent laboratory, shall be submitted to the Engineer for approval. 3. The Contractor shall bear the cost of shop tests and of furnishing manufacturer's preliminary and shop test data of operating equipment. E. Start-up Tests: 1. As soon as conditions permit, the Contractor shall furnish all labor, materials, and instruments and shall make start-up tests of equipment. 2. If the start-up tests disclose any equipment furnished under this Contract which does not comply with the requirements of the Contract Documents, the Contractor shall, before demonstration tests, make all changes, adjustments, and replacements required. The furnishing contractor shall assist in the start-up tests as applicable. F. Demonstration Tests: 1. Before the Contractor's request for a Substantial Completion inspection, all equipment and piping installed under this Contract shall be subjected to demonstration tests as specified or required to prove compliance with the Contract Documents. 2. The Contractor shall furnish labor, fuel, energy, water, and all other materials, equipment, and instruments necessary for all demonstration tests at no additional cost to the Owner. The Contractor shall assist in the demonstration tests as applicable. 1.13 L1NES AND GRADES A. Grade: 1. All work under this Contract shall be constructed in accordance with the lines and grades shown on the Drawings or as given by the Engineer. The full responsibility for keeping alignment and grade shall rest upon the Contractor. BID DocUMENTS oi000-a rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 217 of 646 2. The Engineer will establish bench marks and baseline controlling points. Reference marks for lines and grades as the Work progresses will be located by the Contractor to cause as little inconvenience to the prosecution of the Work as possible. The Contractor shall place excavation and other materials so as to cause no inconvenience in the use of the reference marks provided. He shall remove any obstructions he places contrary to this provision. B. Surveys: 1. At his own expense the Contractor shall furnish and maintain stakes and other such materials. 2. The Contractor shall check such reference marks by such means as he may deem necessary and, before using them, shall call the Engineer's attention to any inaccuracies. 3. At his own expense the Contractor shall establish all working or construction lines and grades as required from the reference marks set by the Engineer and shall be solely responsible for the accuracy of these lines and grades. He shall, however, be subject to check and review by the Engineer. C. Safeguarding Marks: 1. The Contractor shall safeguard all points, stakes, grade marks, monuments, and bench marks made or established on the Work, bear the cost of re-establishing them if disturbed, and bear the entire expense of rectifying work improperly installed due to not maintaining or protecting or to removing without authorization such established points, stakes, and marks. 2. The Contractor shall safeguard all existing and known property corners, monuments, and marks adjacent to but not related to the Work and shall bear the cost of re-establishing them if they are disturbed or destroyed. PART 2 PRODUCTS A. In accordance with the provisions of paragraph 6.2 of the General Conditions, the City of Clearwater reserves the right to implement an Owner Direct Purchase/Sales Tax Savings Program. At the time the Contract Price is established, but not later than concurrently with submission of the required values, the City of Clearwater and the Engineer shall identify the specific items and the estimated costs of the potential ODP. BID DocUMENTS oi000-9 rxo.rECT �QUf���t�14 03720-035-01 Attachment number 4 Page 218 of 646 B. The Contractor shall submit a separate line item cost for each ODP item. The Contractor must clearly and separately identify any contingency or allowance amount associated with any ODP items. The Contract Price must include the total cost of the Work, including the cost of the ODP item and associated sales tax. After the City of Clearwater and the Engineer have identified ODP items, the Contractor shall follow the procedures set out in the contract documents. PART 3 EXECUTION (NOT USED) END OF SECTION BID DocUMENTS oi000-io rxo.rECT �QUf���t�14 03720-035-01 SECTION 01100 SUMMARY OF WORK PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 219 of 646 Unless otherwise expressly provided in the Contract Documents, the Work must be performed in accordance with best modern practice, with new materials and workmanship of the highest quality to the satisfaction of the Owner. A. The Project title is "Fermentation, First Anoxic, and Second Anoxic Tank Rehabilitation, East Advanced Pollution Control Facility." B. The Work of this project is defined in the agreement and generally consists of the following: i. Replace the existing mixers with new mixers. ii. Repair the deteriorated concrete in the tanks, tank walls, walkways, stairs, and bypass channels as shown in the Contract Drawings. iii. Coat the tank wall from top of tank to one foot below water level with corrosion resistant coating. iv. Remove the settled grit, rags and other trash in the tanks, load, transport, and dispose in an approved disposal facility. v. Install temporary port(s) in the bypass channels as shown in the Contract Drawings to divert the flow, and restore the channels after work is completed and/or divert the flow between tanks by pumping. vi. Temporarily divert the internal recycle (IR) flow and the oxidation ditch effluent as shown in the Contract Drawings and Specifications. vii. Provide a temporary chemical feed system to inject chemical Micro-CG to support biological treatment processes to meet effluent total nitrogen discharge requirements. The maintenance of the temporary chemical system is the responsibility of the Contractor. The City will provide the chemical Micro-CG during the WORK and operate the temporary chemical system. At the end of the project, the Contractor shall remove the temporary chemical System from the site. viii. Replace existing submersible aerators with blowers and medium bubble diffusers. ix. During the WORK, the Contractor is responsible for any permit violation as a result of his WORK. C. The Owner has reserved the right to purchase certain portions of the material for the Project directly in order to save applicable sales tax in compliance with Florida Law since the Owner is exempt from paying sales tax. BID DOCUMENTS 01100-1 SUMMARI'���C�.I� 4 03720-035-01 Attachment number 4 Page 220 of 646 D. The Owner has reserved the right to retain some or all of the equipment/material removed from the Work except that specified in Section 02220. E. The Specification divisions and Drawings are an integrated part of the Contract Documents and, as such, will not stand alone if used independently as individual sections, divisions, or drawing sheets. The Drawings and Specifications establish minimum standards of quality for this project. They do not purport to cover all details entering into the design and construction of materials and equipment. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE The following suggested sequence of construction is intended to illustrate the requirements for demolition, construction, and installation of the Fermentation, First Anoxic, and Second Anoxic Tank Rehabilitation at the East Advanced Pollution Control Facility. This is not intended to be a complete list of all required construction activities but a guideline for the sequencing of work. The installation of support systems such as electrical or site improvements are not included in this description. The exact sequence of construction shall be determined by the Contractor and subject to the subsequent requirements. The Contractor shall submit a sequence of construction plan to the Engineer for approval within four weeks after notice to proceed. The construction plan shall demonstrate that biological treatment processes affected by the WORK will meet the DEP permitted discharge requirements during the WORK. This is to ensure that all critical unit processes are kept in proper operation and interruption to the treatment process will be minimized. In order to maintain the operation of the East APCF and to meet permit discharge requirements, the proposed WORK will be implemented in phases. Phase I- Fermentation Tanks (Tanks 1 to 4) Improvements 1. Cleanout and repair bypass channels. 2. Divert influent flow and Returned Activated Sludge (RAS) flow to Tank 5. 3. Temporary close the submerge opening between Tank 1 and Tank 5. 4. Remove contents in the tanks. 5. Remove contents in the effluent box from Tank 9. 6. Repair concrete in tanks and walkways. 7. Remove vortex baffles. 8. Replace mixers. 9. Coat the tank wall (from top of tank to one foot below water level) with corrosion resistant coating. 10. Restore flow to Tanks 1 to 4. BID DOCUMENTS 01100-2 SUMMARI'���C�.I� 4 03720-035-01 Attachment number 4 Page 221 of 646 Phase II- First Anoxic Tanks (Tanks 5 to 8) Improvements 1. Divert influent flow and RAS flow to Tank 1. 2. Temporary close submerged openings between Tank 1 and Tank 5, and between Tank 8 and Tank 12. 3. Divert internal recycle (IR) flow to Tank 1. 4. Divert flow from Tank 4 to Tank 12. 5. Remove contents in the tanks. 6. Repair concrete in tanks and walkways. 7. Remove vortex baffles. 8. Replace mixers. 9. Coat the tank wall (from top of tank to one foot below water level) with corrosion resistant coating. 10. Restore flow to Tanks 5 to 9. Phase III - First Anoxic Tank (Tanks 9 to 12) Improvements 1. Divert inflow flow and RAS flow to Tank 1. 2. Divert IR flow to Tank 1. 3. Temporary close the submerged opening between Tank 8 and Tank 12. 4. Temporary close the submerged opening between Tank 9 and effluent box. 5. Divert flow from Tank 4 to Tank 8. 6. Remove contents in the tanks. 7. Repair concrete in tanks and walkways. 8. Remove vortex baffles. 9. Replace mixers. 10. Coat the tank wall (from top of tank to one foot below water level) with corrosion resistant coating. 11. Restore flow to Tanks 9 to 12. 12. Restore port(s) in bypass channel(s). Phase IV - Second Anoxic Tanks (Tanks 13 to 16) Improvements 1. Restore flow to Tank 4 from the headworks. 2. Divert effluent from oxidation ditch to Tank 20. 3. Divert IR flow to Tank 4. 4. Temporary close the submerged opening between Tank 16 and Tank 20. 5. Add chemical Micro-CG to Tank 20 at a rate of 52 gpd on average. 6. Remove contents in the tanks. 7. Repair concrete in tanks and walkways. 8. Remove vortex baffles. 9. Replace mixers. BID DOCUMENTS 01100-3 SUMMARI'���C�.I� 4 03720-035-01 � 11. Attachment number 4 Page 222 of 646 Coat the tank wall (from top of tank to one foot below water level) with corrosion resistant coating. Restore flow to Tank 13 to 16. Phase V- Second Anoxic Tanks and Reaeration Tank (Tanks 17 to 20) Improvements 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11. 1.05 1.06 1.07 1.08 1.09 1.10 Divert flow from Tank 16 to Reaeration Tank discharge box. Divert IR flow to Tank 4. Temporary close the submerged openings between Tank 16 and Tank 20. Add chemical Micro-CG to Tank 13 at a rate of 29 gpd on average. Remove contents in the tanks. Repair concrete in tanks and walkways. Remove vortex baffles. Replace mixers. Replace submersible aerators with blowers and medium bubble diffusers. Coat the tank wall (from top of tank to one foot below water level) with corrosion resistant coating. Restore flow to Tank 20. REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) GENERAL REQUIREMENTS Unless otherwise specified on the Construction Drawings or Specifications, all work and the quality of materials shall conform to the applicable referenced standards. Basis ofpayment shall conform to Section 01200 of the General Requirements. During the construction, the Contractor must maintain the operation of the treatment plant, the biological treatment processes, and maintain discharge permit compliance. The Contractor shall be responsible for any permit violation(s) as a result of his work. The Contractor is responsible for taking all appropriated safety precautions during the performance of the work. The Contractor shall be solely responsible for all safety procedures and maintaining a safe work place and comply with City of Clearwater Emergency Action Plan and all safety procedures. Compliance with the above shall not relieve the Contractor of his sole responsibility for ensuring a safe work site and work environment. BID DOCUMENTS 01100-4 SUMMARI'���C�.I� 4 03720-035-01 Attachment number 4 Page 223 of 646 1.11 WORKING HOURS Workdays shall consist of ten (10) hours maximum, between 6:00 am and 6:00 pm. Monday through Friday excluding holidays. Owner inspection services are between 7:30 am to 3:30 pm, excluding weekends and holidays. The Contractor shall pay for any inspection services required outside normal work hours. 1.12 REIMBURSEMENT FEES The following rates shall be applied as the Owner's reimbursement of the Engineer's fee to be paid by the Contractor for expenses incurred outside normal work hours. A. Senior Construction Administrator: $ B. Engineering Consultant (Senior Project Manager): $ C. Administrative Assistant: $ 1.13 ORDINANCES, REGULATIONS, STANDARDS, AND CODES 90.00/hour 175.00/hour 60.00/hour Reference in the Specifications to known standards, codes, specifications, etc., promulgated by professional or technical associations, institutions, and societies, is intended to mean the latest edition of each such standard adopted and published as of the date of the Advertisement for Bid on this project except where otherwise specifically indicated. Each such standard referred to shall be considered a part of the specifications to the same extent as if reproduced herein in full. The following is a list of applicable documents that apply to this contract. A. American Association of State Highway and Transportation Officials (AASHTO) Formerly (AASHO) B. American Concrete Institute (ACI) C. American Institute of Steel Construction (AISC) D. American Iron and Steel Institute (AISI) E. American National Standards Institute (ANSI) F. American Standards Association (ASA) G. American Society of Mechanical Engineers (ASME) H. American Society of Testing and Material (ASTM) I. American Water Works Association (AWWA) J. American Welding Society (AWS) K. Anti-Friction Bearing Manufacturer's Association (AFBMA) L. Building Officials and Code Administrators International, Inc. (BOCA) M. Construction Specifications Institute (CSI) N. Federal Specification (FS) O. Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, Latest English Edition (Standard Specifications) P. FDOT Roadway and Traffic Design Standards Latest English Edition (FDOT Index) Q. Geosynthetics Institute (GSI) BID DOCUMENTS 01100-5 SUMMARI'���C�.I� 4 03720-035-01 R. S. T. U, V, W. X. Y. Z. AA. BB. PART 2 PART 3 Attachment number 4 Page 224 of 646 National Bureau of Standards (NBS) National Electrical Manufacturer's Association (NEMA) National Fire Protection Association (NFPA) Portland Cement Association (PCA) Occupational Safety and Health Act (Public Law 91-596), U.S. Department of Labor (OSHA) Steel Structures Painting Council (SSPC) Southern Standard Building Code (SSBC) Underwriters' Laboratories, Inc. (UL) United States of America Standards Institute (USASI) Regulations of Florida Industrial Commission Regarding Safety All local, state, county, or municipal building codes requirements of the Owner's Insurance PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION BID DOCUMENTS 01100-6 SUMMARI'���C�.I� 4 03720-035-01 PART1 GENERAL 1.01 SCOPE OF WORK 1.02 1.03 1.04 1.05 1.06 1.07 1.08 1.09 1.10 Attachment number 4 Page 225 of 646 SECTION 01200 MEASUREMENT AND PAYMENT A. This section covers methods of ineasurement and payment for items of work under this Contract. B. The total Contract Price shall cover all work required by the Contract Documents. All cost in connection with the proper and successful completion of the work, including furnishing all materials, equipment, and tools and performing all necessary labor and supervision to fully complete the work, shall be included in the unit price and lump-sum Bid prices. All work not specifically set forth as a pay item in the Bid Form or Bid Schedule shall be considered a subsidiary/ancillary obligation of the Contractor and all costs in connection with these subsidiary/ancillary obligations shall be included in the Bid(s) to provide a complete and functional Project. RELATED WORK (NOT USED) SUBMITTALS (NOT USED) WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) EXCAVATION, TRENCHING, AND CLEARING (NOT USED) 1.11 LUMP SUM A. For lump-sum items, payments shall be made to the Contractor in accordance with an accepted Progress Schedule of Values on the basis of actual work completed and accepted by the Owner at the final completion of the Project. BID DOCUMENTS 01200-1 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 226 of 646 1.12 iTNIT PRICE A. For unit price items, payment shall be made based on the actual amount of work accepted by the Owner and for the actual amount of materials in place at the final completion of the Project, as confirmed by the final measurements. B. After the work is completed and before final payment is made, the Engineer will make final measurements, with all required assistance from the Contractor, to determine the quantities of various items of work accepted as the basis for the final unit price payment. 1.13 PAYMENT FOR INCREASED OR DECREASED QUANTITIES A. When alterations in the quantities of unit price work not requiring a Change Order(s), as herein provided for, are ordered and performed, the Contractor shall accept payment in full at the Contract unit price multiplied by the actual quantities of work constructed and accepted by the Owner at the completion of the project. B. The actual percentage of each lump sum bid item completed by the Contractor and accepted by the Owner at the final completion of the Project will be paid to the Contractor. 1.14 DELETED ITEMS A. Should any items contained in the Bid Schedule(s) be found unnecessary for the proper completion of the work contracted, the Engineer may eliminate such items from the Contract. This action shall in no way invalidate the Contract and no financial allowance or compensating payment for anticipated profit, overhead, etc. will be made for items so eliminated in making final payment to the Contractor. 1.15 PARTIAL PAYMENTS A. Partial payments shall be made monthly as the work progresses. Partial payment shall be made subject to the provisions of the General Conditions. 1.16 PAYMENT FOR STORED MATERIAL DELIVERED TO THE PROJECT A. When requested by the Contractor and at the discretion of the Owner, payment may be made for all or part of the value of acceptable materials and equipment to be incorporated into bid items, which have not been used, and which have been delivered to the construction site or placed in storage places acceptable to the Owner. The Contractor shall provide receipts for all stored material items requested for reimbursement which clearly identify the stored material item, where it is to be constructed, the unit cost of the item, as well as the total cost of the delivered item(s), BID DOCUMENTS 01200-2 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 227 of 646 the quantity of the item, the brand name of the item, and the supplier. Note that there are additional documentation requirements and storage requirements within the Contract Documents that must also be met before the Contractor can be reimbursed for these stored materials. B. No payment shall be made for fuels, supplies, installation or connection hardware, lumber, false work, or other similar materials or on temporary structures or other work (items) of any kind which are not a permanent part of the Contract. Items having a value of less than $2,500 shall not be compensated for as a stored material item. 1.17 F1NAL PAYMENT A. If requested by the Engineer, the Contractor shall field verify all quantities in dispute by using visual observation, taped measurements, or other methods designated by the Engineer. The field verification shall be made in the presence of the Engineer and agreed to by both the Engineer and the Contractor. The Engineer will prepare a final adjusting Change Order which will adjust the final quantities of the project Bid Schedule to reflect the actual work accepted by the Owner and for which the Contractor will be compensated. 1.18 SCHEDULE OF VALUES A. A schedule of values for the lump-sum bid items and some of the unit price bid items as required by the Engineer shall be submitted and accepted before the first pay request is approved by the Engineer. The schedule of values shall be based on the prices bid in the Bid Schedule(s). Prices bid in the Bid Schedule(s) cannot be changed in the schedule of values; they can only be broken down into more detail so that the Engineer can more accurately pay the Contractor for the completed work. 1.19 MISCELLANEOUS CONSTRUCTION ITEMS A. The Contractor shall take all precautions necessary to protect existing utilities, roads, and miscellaneous items from damage during construction. B. The Contractor shall repair, relocate, or replace existing utilities, roadways, and miscellaneous items to pre-construction conditions. C. All repairs, relocations, and replacements necessary are considered incidental to the work and will be at the Contractor's cost, with no cost to the Owner. PART 2 PAY ITEM DESCRIPTIONS BID DOCUMENTS 01200-3 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 228 of 646 2.�1 BI� The descriptions provided in the following Paragraphs are to be used by the Bidder in preparing the Bid Schedule(s). They generally indicate how the major work scope items and their respective costs are to be separated into the line items listed in the Bid Schedule(s). These descriptions are not fully representative nor all inclusive of the work required to complete the project in accordance with the Contract Documents. It is the Bidder's responsibility to include all required costs within the most appropriate line item(s). Item 1. Mobilization/Demobilization—This item shall include and cover the costs for performance of construction, preparatory, and overhead operations, including but not limited to movement of personnel and equipment to and from the site, sanitary facilities, project administration and management, insurance, bonds, Owner and Engineer indemnification, temporary utilities, permits related to construction, and all other similar activities and facilities necessary for executing this project. This item shall not exceed 8% of the bid amount. The Contractor will be paid 40% of this item upon completion of mobilization and 10% upon demobilization; the remainder will be prorated equally over the construction period. Item 2. Demolition of Mixers and Submersible Aerators—This item is to include but not be limited to all costs for the removal of existing mixers, disconnect electrical connections, removal of vortex baffles, removal of submersible aerators, loading, transporting, and disposal of demolished materials in an approved disposal facility in according to applicable Federal , State, and local regulations.. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 3a. Furnish and Deliver Nineteen Mixers. ODP item (NOT USEDI — This item has been purchased by the City. Item 3b. Mixer Sales Tax (NOT USED)— Item 3c. Installation of Mixers—The Contractor shall furnish all labor, materials, equipment, and services for the installation of the new mixers. The item includes electrical connections, and related work. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 4a. Furnish and Deliver Two PD Blowers, ODP item—This item includes all costs for furnishing and delivering two new PD blowers and associated material to site. This includes unloading and proper storage of the materials. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification.. BID DOCUMENTS 01200-4 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 229 of 646 Item 4b. Blower Sales Tax—This item is for the sales tax associated with the purchasing of the ODP items. At completion of the project, this item will be deduced from the final contract amount. Item 4c. Installation of Blowers—The Contractor shall furnish all labor, materials, equipment, and services for the installation of the new blowers. The item includes concrete platform, electrical connections, and related work. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item Sa. Furnish and Deliver Medium Bubble Diffuser Svstem—This item includes all costs for furnishing and delivering one new medium bubble diffuser system and associated material to site. This includes unloading and proper storage of the materials. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification.. Item Sb. Diffuser Svstem Sales Tax— NOT USED. Item Sc. Installation of Medium Bubble Diffuser Svstem—The Contractor shall furnish all labor, materials, equipment, and services for the installation of the medium bubble diffuser system. The item includes fabrication and installation of the removable support rack, guide rails, electrical connections, and related work. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 6. Furnish, Deliver, and Install a Tem�orarv Chemical Feed Svstem – The Contractor shall furnish all labor, materials, equipment, and services to provide, deliver, and install and maintain a temporary chemical feed system and all related work. This item includes loading, unloading, installation and removal of the temporary system, installation and removal of electrical connection, and installation and removal of temporary piping. The temporary chemical feed system shall includes temporary chemical metering pumps, control panel, and temporary storage tank suitable for outdoor installation and chemicals. Operation of the temporary chemical feed system will be provided by the Owner. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 7. Su�lv Micro-CG for the Duration of Proiect – NOT USED Item 8. Tank Rehabilitation—The Contractor shall furnish all labor, materials, equipment, and services for the rehabilitation of the tank walls, channels, walkways and stairs, cleaning of the channel(s), and coating of the tank walls from top of tank to one foot below water level, and all related work. This item includes loading, transporting, and disposal of demolished materials in an approved facility in accordance with applicable Federal, State, and Local regulations. The Contractor shall be paid based on percent completion BID DOCUMENTS 01200-5 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 230 of 646 in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 9. Tank Cleaning and Settled Grit Removal – The Contractor shall furnish all labor, materials, equipment, and services to remove the grit and rags and other debris, that have settled in the tanks and effluent box. This item includes loading, transporting, and disposal of the material removed in an approved disposal facility in accordance with applicable Federal, State, and local regulations. The Contractor shall be paid based on the quantity of material removed in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 10. Tem�orarv Flow Diversion – The Contractor shall furnish all labor, materials, equipment, and services to provide, deliver, and install and maintain temporary bypas system and all related work to divert the influent flow, returned activated sludge flow, internal recycle flow, oxidation ditch effluent flow, and flow between tanks to maintain the operation of the plant and meeting discharge permit requirements.. This item includes loading, unloading, installation, and removal of the temporary systems, installation and removal of electrical connection, control panel, and installation and removal of temporary piping, temporary closing of the submerged ports and supports, and installation and restoration of temporary ports and supports. Operation of the temporary flow diversion systems shall be provided by the Contractor. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. Item 11. Owner's 10% Contin�ency—The Contractor shall furnish all labor, materials, equipment, and services to perform unforeseen work not included in the other bid items that may be requested and approved by the Engineer. The cost of this additional work shall be agreed upon in writing and approved by the Engineer prior to commencement of the work. The Contractor shall be paid based on the percent completion of approved work. ADDITIVE ALTERNATE The following work will be done based on the sole decision of the Owner. Item 12. East-West Channel Walkwav Re�airs - The Contractor shall furnish all labor, materials, equipment and services to repair the east-west channel walkway and all related work as shown in the Contract Drawings. This item includes filling the channels with materials specified in the Contract Documents, loading, unloading, transporting and disposing all material removed. The Contractor shall be paid based on percent completion in accordance with Contractor's approved schedule of value and upon Engineer verification. BID DOCUMENTS 01200-6 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 231 of 646 Item 13. Gate Openin� Repairs - The Contractor shall furnish all labor, materials, equipment, and services to repair the gate openings as shown in the Contract Drawings and all related work. This item includes installing new handrail, filling the opening with concrete, loading, unloading, transporting, and disposing all material removed. The Contractor shall be paid based on percent completion in according with Contractor's approved schedule of value and upon Engineer verification. Item 14. Owner's 10% Contin�ency—The Contractor shall furnish all labor, materials, equipment, and services to perform unforeseen work not included in the other bid items that may be requested and approved by the Engineer. The cost of this additional work shall be agreed upon in writing and approved by the Engineer prior to commencement of the work. The Contractor shall be paid based on the percent completion of approved work. END OF SECTION BID DOCUMENTS 01200-7 MEASUREMENT AND ����t�1'� 4 03720-035-01 Attachment number 4 Page 232 of 646 Item # 14 Attachment number 4 Page 233 of 646 SECTION 01290 SCHEDULE OF VALUES PART1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. Section III, General Conditions 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals, and Acceptance: A. To the Engineer, a proposed Schedule of Values allocated to the various portions of the Work, in accordance with Section 01000, Project Requirements, and Section 01200, Measurement and Payment. B. Upon request of the Engineer, supporting data, which will substantiate the values' correctness. C. The accepted Schedule of Values shall be used only as the basis for the Contractor's Applications for Payment. D. An update and resubmittal of the Schedule of Values when Change Orders affect the listing or when the actual performance of the Work involves necessary changes of substance to values previously listed and approved. E. Schedule of Values 1. Submit typed schedule on EJCDC 1910-8-E forms provided by Engineer. The Contractor's standard form or electronic media printout will be considered. 2. Submit Schedule of Values in duplicate within 10 days after the date of Owner-Contractor Agreement. 3. Format — Use the schedule of prices in the Bid ProposaL Show cost breakdown for each lump-sum item. The lump-sum breakdown shall, at a minimum, use the Table of Contents of this manual outline. Identify each line item with number and title of the major Specification Section. Identify site BID DOCUMENTS oiz9o-i scxEDULEC��ev�.�s14 03720-035-01 0 5 � Attachment number 4 Page 234 of 646 mobilization and demobilization, bonds and insurance, record drawings, photographs, operations and maintenance manuals, etc. For unit cost allowances, identify quantities taken from the Contract Documents multiplied by the unit cost to achieve the total for the item. Include within each line item a direct proportional amount of the Contractor's overhead and profit. Revise schedule to list approved Change Orders with each Application for Payment. 1.04 WORK SEQUENCE (NOT USED) 1.05 1.06 REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 1.10 QUALIFICATIONS (NOT USED) CASH ALLOWANCES A. Costs Included in Allowances — The cost of the product to the Contractor or subcontractor, less applicable trade discounts and applicable taxes. B. Costs Not Included in the Allowance, But Included in the Contract Price — Product handling at the site, including unloading, uncrating, and storage; protection of Products from elements and from damage and labor for installation and finishing. C. Contractor Responsibilities: 1. 2. 3. Execute purchase agreement with designated supplier. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. BID DOCUMENTS 01290�� scxE�ULEC�ev�.�s14 03720-035-01 � PART 2 PART 3 Attachment number 4 Page 235 of 646 Differences between allowance amounts and actual costs will be adjusted by Change Order before final payment. PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION BID DOCUMENTS oiz9o�3 scxE�ULEC�ev�.�s14 03720-035-01 Attachment number 4 Page 236 of 646 Item # 14 SECTION 01310 CONSTRUCTION COORDINATION PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 237 of 646 A. The Contractor shall coordinate Work with that of other construction projects as needed. B. Before starting Work and from time to time as the Work progresses, the Contractor and each subcontractor shall examine the work and materials installed by others as it applies to its own work and shall notify the Engineer immediately in writing if any conditions exist which will prevent satisfactory results in the installation of the system. Should the Contractor or subcontractor start work without such notification, it shall be construed as an acceptance of all claims or questions as to the suitability of the work of others to receive its Work. The Contractor shall remove and/or replace, at its own expense, all work under this Contract which may have to be removed on account of such defects or omissions. 1.02 RELATED WORK A. Section 01000, Project Requirements. B. Section 01300, Contract Administration. C. Section 01320, Progress Schedule. D. Section 01770, Project Close-out. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: A. The Contractor shall ensure that all drawing, product data, and samples comply with Contract Documents and field dimensions and clearances. B. The Contractor shall submit requests for interpretation of Contract Documents in a timely fashion to ensure there are no disruptions with the Work as scheduled. Obtain instructions through the Engineer to resolve all queries. C. Process requests for substitutions and Change Orders through the Engineer. D. Deliver close-out submittals to the Engineer. BID DOCUMENTS 01310-1 CONSTRUCTION COOR�$�I �N) 4 03720-035-01 1.04 1.05 1.06 1.07 1.08 1.09 Attachment number 4 Page 238 of 646 WORK SEQUENCE A. The Contractor shall submit a preliminary Progress Schedule, in accordance with Section 01320, to the Engineer. After review the Contractor shall revise and resubmit the Progress Schedule to comply with requested revisions. REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, HANDLING, AND STORAGE (NOT USED) QUALIFICATIONS (NOT USED) 1.10 CONSTRUCTION MOBILIZATION The Contractor shall do the following: A. Cooperate with the Owner in allocating mobilization areas on site for field offices and sheds, access, traffic, and parking facilities. During construction, the Contractor shall coordinate the use of the site and facilities through the Engineer. B. Comply with the Engineer's procedures for intra-project communications: submittals, reports and records, schedules, coordination drawings, recommendations, and resolution of ambiguities/conflicts. C. � Comply with the Engineer's instructions for use of temporary utilities and construction facilities. Coordinate field Engineering and layout work under instructions of the Engineer. E. Coordinate scheduling, submittals, and work of the various Sections of Contract Documents to ensure the efficient and orderly sequence of installation of construction elements, with provisions for accommodating items to be installed later. F. Coordinate the sequence of Work to accommodate the Owner occupancy as specified in the Contract Documents. G. In addition to Progress Meetings specified in Section 01300, hold pre-construction conferences with personnel and Subcontractors to ensure coordination of Work. The Engineer shall be informed of such meetings and shall be allowed to attend. BID DOCUMENTS 01310-2 CONSTRUCTION COOR�$�I �N) 4 03720-035-01 H. Attachment number 4 Page 239 of 646 Coordinate the Work of various sections having interdependent responsibilities for installing equipment, connecting equipment, and placing such equipment in service. I. Coordinate the use of project space and the sequence of installing civil, architectural, mechanical, structural, instrumentation, systems, and electrical work. Follow practicable routings for pipes, ducts, and conduits, with due allowance for available physical space; make runs parallel with lines of building. Use space efficiently to maximize accessibility for other installations, maintenance, and repairs. J � Coordinate Work at existing facilities to minimize disruption of the Owner's operations. Assemble and coordinate close-out submittals specified in Section 01770, Project Closeout. 1.11 COORDINATION DRAWINGS C� : The Contractor shall provide information required by the Engineer for preparing coordination drawings. The Contractor shall review drawings before submitting them to the Engineer. 1.12 CLOSE-OUT PROCEDURES The Contractor shall do the following: � : C. C E PART 2 Notify the Owner when Work is considered ready for Substantial Completion. Comply with the Owner's instructions to correct items of Work listed in executed Certificates of Substantial Completion. Notify the Owner when Work has reached Final Completion. Comply with the Owner's instructions for completing items of Work found incomplete in the Engineer's final inspection. Comply with Section 01770, Project Closeout. PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL BID DOCUMENTS 01310-3 CONSTRUCTION COOR�$�I �N) 4 03720-035-01 Attachment number 4 Page 240 of 646 A. All vehicles on the property or easement must be operative. B. All personnel on the property or the easement are to be informed of line voltage and necessary changes. 3.02 UTILITIES A. The Contractor shall coordinate the activities of all utility companies with equipment in the construction area with the Contractor's and Subcontractor's Work. 3.03 CUTTING AND PATCHING A. No cutting and patching of new Work will be accepted. All Work must be new and continuous in its final form. END OF SECTION BID DOCUMENTS 01310-4 CONSTRUCTION COOR�$�I �N) 4 03720-035-01 SECTION 01320 PROGRESS SCHEDULE PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 241 of 646 A. All work of this Contract shall be scheduled and monitored by the Contractor using the Critical Path Method (CPM) and shall use the Precedence Diagram Method (PDM) of scheduling. The Contractor shall prepare all schedules and all monthly updates described in this Section. The Contractor will prepare revisions of the schedule to reflect changes in the Contractor's plan of performance or changes in the Work and submit these revisions to the Engineer for acceptance. The Engineer's acceptance of the scheduling documents is to ensure that all CPM Scheduling documents prepared by the Contractor are in conformance with the Contract Documents and Specifications described herein. This acceptance will not impose on the Engineer or Owner the responsibility for the schedule or for the sequencing, scheduling, or progress of the work, nor will the acceptance interfere with or relieve the Contractor of full responsibility for the schedule and the means, methods, procedures, and sequence of construction. B. The Contractor shall use the latest version of Primavera, SureTrak, Scheduling software, or an approved equal, for all CPM Scheduling applications. C. The Contractor shall prepare and maintain a detailed progress schedule throughout the construction of the Project. The schedule shall be the Contractor's working schedule and be used to plan, organize, and execute the Work, record and report actual performance and progress, and show how the Contractor plans to complete the Work. The schedule will be in the form of an activity-oriented network diagram (Critical Path Method). D. When the Contractor prepares the CPM Schedule and the schedule is accepted by the Engineer, it shall become part of the Contract Documents and will be used by Contractor and Engineer to monitor the progress of the Project. The CPM Schedule may be revised to show changes in the Contractor's method or manner of performance; delays, or authorized changes in the Work. All changes to the schedule will be made in accordance with Article 1.15 of this Section. E. The Contractor acknowledges that free float belongs to the Owner. 1.02 RELATED WORK (NOT USED) BID DOCUMENTS 03720-035-01 01320-1 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 242 of 646 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS A. To help prepare the detailed CPM Schedule, the Contractor shall engage at his own expense a Consultant who is skilled in the time-and-cost application of network techniques for construction projects. If the Contractor has qualified personnel on staff, the Contractor can perform the required scheduling within his own organization. B. The person performing the CPM scheduling shall have a minimum of 3 years of CPM scheduling experience within the past 5 years on projects of similar size and complexity. The contractor shall provide the name and resume of the scheduler at the pre construction conference C. If the Owner or Engineer has objections to the qualifications of the Contractor's nominated scheduling personnel, the Contractor shall, at no additional cost to the Owner, employ a scheduler whose qualifications comply with the requirements of this Section or employ a qualified subcontractor, subject to review of his qualifications by the Engineer and the Owner. 1.10 PRELIMINARY 90-DAY CPM SCHEDULE A. The Contractor shall develop a 90-Day CPM Schedule within 10 days after the date indicated in the Notice to Proceed. This schedule shall be a computerized CPM Schedule showing only the early start, early finish of each work activity. The 90-Day Schedule shall contain work activities over the first 90 days, and the estimated durations for each work activity shall be 15 work days or less. The balance of the job shall be shown in summary log. The 90-Day Schedule shall include but not be limited to site work, hazardous material removal, demolition, key procurement activities (i.e. submissions, approvals, fabrication, and delivery), equipment, mechanical, electrical, and plumbing coordination and any other work BID DOCUMENTS 03720-035-01 01320-2 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 243 of 646 that will occur during the first 90 days. This 90-Day Schedule shall become part of the Detailed CPM Schedule. 1.11 DEFINITIONS The following terms used in this Section shall have the following meanings: A. Activity-A fundamental unit of work in a CPM Schedule establishing the time and resources required for performing or furnishing a part of the Work or a requisite step. Each Activity has defined geographical boundaries, time duration in days, and a detailed estimate of resources required to construct the task. Each activity is assigned a unique description, activity number, activity code, and a dollar value. B. Record Schedule. The Record Schedule will have actual start dates and actual finish dates for all work Activities and Milestones necessary to complete the Work. C. Baseline Schedule. The Engineer-accepted Proposed Baseline Schedule. The Baseline Schedule is the Contractor's plan which has been approved by the Engineer for completion of the Work in compliance with the Milestones listed in the Contract Documents and within the Contract Time. The Baseline Schedule may be revised only by the Engineer's approval of a Contractor-produced adjusted Baseline Schedule. The Baseline Schedule for the Work is the sole basis for (a) the monitoring of the Contractor's progress against Milestones and the Contract Time; (b) calculating Total Float or Contract Float; and (c) the evaluation and reconciliation of extensions in Contract Time, if any. The first Baseline Schedule shall be designated by all parties as the Baseline Schedule, Rev. 0. When Baseline Schedules are adjusted by the Contractor and approved by the Engineer, they shall be designated as Baseline Schedule, Rev. 1,2,3, etc. (as appropriate) and shall replace the previously approved Baseline Schedule. D. Cont�act Float. Working days between the Contractor's anticipated date for early completion of the Work, or specified part, and the corresponding Contract Time. E. CPM Netwo�k. The structure of the computerized schedule. The CPM Network accounts for the entire Work and defines the construction logic in terms of all of the Activities with their logical dependencies. F. C�itical Path. A series of Activities linked by dependencies that determine the shortest possible time to complete the Work. G. Ea�ly Dates. The early start dates and early finish dates, i.e. the dates each Activity will start and finish if each is started at the earliest end of the range of dates that the CPM indicates the Activities can be performed. BID DOCUMENTS 03720-035-01 01320-3 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 244 of 646 H. Excusable Delay. An unforeseeable delay, beyond the control of the Contractor, experienced due to no fault or negligence by the Contractor, its subcontractors, or suppliers. I. F�ee Float. The amount of time that any activity can be delayed without adversely affecting the early start of the following activity. J. F�agnet. A predefined or individual segment of a network which represents a specified sequence of the Work. Fragnets shall be submitted which include all Activities, required resources, and costs and shall be submitted to the Engineer for approval of all Change Orders before their incorporation into the Baseline Schedule by the Contractor. A Fragnet shall be submitted before approval of any proposed logic changes. Fragnets are banded Activities representing a revised portion of the Baseline Schedule and shall be logically connected and constrained by previously existing predecessor and successor Activities, as applicable. K. Late Dates. The late start dates and the late finish dates; i.e. the dates each Activity will start and finish if each is started at the latest end of the range of dates that the CPM Network indicates the Activities can be performed and still achieve the Milestones and Contract Time. L. Milestone. A point of progress designated for the purpose of establishing start or finish times for a key aspect of the Work. M. P�edecesso� Activity. An Activity which precedes another Activity (to which it is logically tied) in the CPM Network. N. P�elimina�y Schedule-The Contractor's Baseline Schedule for the first 180 days of the Contract. O. P�oposed Baseline Schedule. The Proposed Baseline Schedule shall represent the Contractor's plan for completion of the Work in compliance with Milestones listed in the Contract Documents and within the Contract Time. It represents the Contractor's first complete planned schedule submitted for review and approval by the Engineer. The Proposed Baseline Schedule shall take into account all foreseeable activities to be accomplished by any separate contractors, utility owners, or the Owner's operations. The Proposed Baseline Schedule shall anticipate all necessary manpower and resources to accomplish activities within the durations set forth in the Proposed Baseline Schedule. The Proposed Baseline Schedule shall address and indicate all submittals required by the Contract and indicate the times allowed for review, resubmittal, and approval of submittals. Upon approval by the Engineer, the first Proposed Baseline Schedule shall become the Baseline Schedule, Rev. 0. BID DOCUMENTS 03720-035-01 01320-4 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 245 of 646 P. Resou�ce Loading. The allocation of work force and equipment necessary for the completion of an Activity as scheduled. Q. Two-Week Schedule. A detailed progress schedule taken from the Working Schedule, which discloses the plan for the next 2-week's Work and the actual schedule for the previous 2-week's Work. R. Successo� Activity. An Activity which follows another Activity (to which it is logically tied) in the CPM Network. S. Total Float. The number of working days by which a part of the Work in the Baseline Schedule or Revised Baseline Schedule may be delayed from its Early Dates without necessarily extending the Contract Time. T. Wo�king Schedule. When the Proposed Baseline Schedule (or a subsequent adjustment is made by the Contractor to the Baseline Schedule) is accepted by the Engineer and becomes the Baseline Schedule, Rev. 0,1,2,3, etc., it shall be duplicated and become the Working Schedule. The Contractor shall update the Working Schedule monthly with a Data Date designated by the Engineer. The Working Schedule shall be updated monthly to reflect actual progress only and shall be the basis for determining monthly progress payments and the Contractor's performance in relation to the most recently approved Baseline Schedule. The Final Working Schedule shall be the Record Schedule. 1.12 DETAILED CPM SCHEDULE A. The Detailed Network Diagram shall provide sufficient detail and clarity of form and technique so that the Contractor can plan, schedule, and control his work properly and the Engineer can readily monitor and follow the progress for all portions of the Work. The Detailed Network Diagram shall comply with the Contract Times of the Agreement and various limits imposed by the Contract Documents, including required sequencing of portions of the Work described in the Summary of Work section. The degree of detail shall be to the satisfaction of the Engineer, but the following factors shall have a bearing on the required depth of activity detaiL• BID DOCUMENTS 03720-035-01 1. The structural breakdown of the Project. 2. Project Phasing and/or Milestones. 3. The type of work to be performed and the labor trades involved. 4. All purchase, manufacture, and delivery activities for all major materials and equipment. 5. Maintenance of Facilities in Operation. 6. Submittal and approval of shop drawings and material samples. 01320-5 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 246 of 646 7. Plans for all subcontract work. 8. Crew flows and sizes. 9. Assignment of responsibility for performing all activities. 10. Access and availability to work areas. 11. Identification of interfaces and dependencies with preceding, concurrent, and follow-on subcontractors and contractors. 12. Testing and start-up of systems. 13. Planning for phased takeover by the Owner. B. Activities shown shall be in working days and shall have a maximum duration of 5 days, except in the case of non-construction activities such as procurement of materials and delivery of equipment. All durations shall be the result of definitive manpower and resource planning by the Contractor. C. The Detailed Network Diagram shall be prepared using a computer plotter. 1.13 COMPUTERIZATION OF THE DETAILED CPM SCHEDULE A. The mathematical analysis of the Detailed Network Diagram shall be made by computer, and a tabulation for each activity shall include the following: 1. Unique event numbers. 2. Activity descriptions. 3. Durations in work days for each activity. 4. Earliest start date (by calendar date). 5. Earliest finish date (by calendar date). 6. Latest start day (by calendar date). 7. Latest finish day (by calendar date). 8. Slack or total float in work days. 9. Percentage of activity completed. B. The following computer outputs shall be prepared as part of the initial schedule submission and each update thereafter: 1. Activity file sort. 2. Eight-week "Look Ahead" detailed bar chart. 3. Summary bar chart. 4. Additional computer sorts as required by the Owner. 5. High-density floppy disks of all computer files. 6. Items 1 through 4 above, submit seven (7) copies of each. 1.14 COMPLETION REQUIREMENT BID DOCUMENTS 03720-035-01 01320-6 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 247 of 646 A. The 90-Day Schedule shall be completed within 10 calendar days after the date indicated in the Notice to Proceed. B. The Detailed CPM Schedule shall be prepared within 30 calendar days after the date indicated in the Notice to Proceed. C. If the Contractor fails to provide the required CPM scheduling documents to the Engineer within the time prescribed and/or revisions of the scheduling documents within the required time, the Contractor shall be in default of the Contract requirements and the Engineer may withhold approval of progress payments until such time as the Contractor submits the required information. D. Notwithstanding the implementation of the Progress Schedule, it shall be the sole responsibility of the Contractor to complete the Work within the time of completion required by the Contract. 1.15 UPDATINGS A. The 90-Day CPM Schedule shall be updated monthly until the Engineer accepts the Detailed CPM Schedule. B. The first update of the Detailed CPM Schedule shall take place 60 calendar days after the Notice to Proceed with subsequent updates performed monthly at the jobsite for the duration of the contract. C. The Contractor shall update the Detailed CPM Schedule monthly, using a cutoff/data date agreeable to the Contractor and the Engineer. This cutoff/data date shall be consistent from month to month. The update information shall include but not be limited to the following: 1. Actual start dates. 2. Actual completion dates. 3. Activity percent completion. 4. Remaining duration of activities in progress. D. The Contractor shall update all the scheduling documents and submit these documents to the Engineer within 5 workdays of the cutoff/data date. E. The Contractor shall submit seven copies of the CPM schedule and one electronic copy of the CPM schedule on a CD. F. As part of the normal CPM update, the Contractor shall prepare a written narrative report highlighting the progress during the past update period. The BID DOCUMENTS 03720-035-01 01320-7 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 248 of 646 written narrative report shall include but not be limited to the following information: 1. Summary of work accomplished during the past update period. 2. Milestone Comparison Chart. 3. Analysis of Critical Path(s). 4. Analysis of Secondary Critical Path(s). Secondary Critical Path is defined as float within 10 W.D. of Critical Path. 5. Analysis of time lost/gained during the update period. 6. Identification of problem areas. 7. Identification of change orders and/or any delay that is impacting/delaying the project schedule. 8. Solutions to current problems. G. The Contractor is required to attend and participate in a CPM update review meeting with the Engineer. Attendance is mandatory. This meeting will take place 7 work days after the cutoff/data date, or during progress meetings as decided by the Owner and the Engineer. The purpose of this meeting is to review past progress, current status, problem areas, and future progress. The Contractor's narrative report will be reviewed at this meeting. H. All schedule update information outlined above will be reviewed and accepted by the Engineer prior to approving monthly payment estimates. 1.16 RECOVERY SCHEDULE A. If the Contractor fails to achieve the planned progress, as indicated in the approved/updated detailed CPM Schedule, and the Contractor's lack of progress delays the Critical path and/or an intermediate milestone by more than 10 work days (monthly or cumulatively), the Contractor shall submit to the Engineer for review and acceptance a proposed Recovery Schedule indicating how the Contractor will recover the time lost. B. If the Contractor fails to submit a Recovery Schedule and/or fails to cooperate with the Engineer in the Recovery Schedule process, the Owner can immediately order the Contractor to accelerate completion of the late activities which have been delayed by whatever means necessary without any additional costs to the Owner. The Owner can withhold future progress payments until the Contractor's progress is in compliance with the Contract Schedule or until the Owner has approved by Change Order proposed adjustments to the contract milestones, extension of contract time, or modification of the Contract Schedule. 1.17 CHANGE ORDERS, DELAYS AND EXTENSIONS OF TIME BID DOCUMENTS 03720-035-01 01320-8 rxoG�ss �4�qIDd�.�l4 Attachment number 4 Page 249 of 646 A. When proposed Change Orders, approved Change Orders, or any delays are experienced and the Contractor believes the Change Order/Delay is causing delay to an intermediate contract milestone or to the project completion, the Contractor shall submit to the Engineer a Time Impact Analysis, explaining the influence of each Change Order/Delay on the current updated Contract CPM Schedule. The Contractor shall prepare a"Fragnet" (network analysis) of each Change Order/Delay on the current updated Contract CPM Schedule. The analysis will demonstrate the time impact based on the date the change is given to the Contractor, the status of construction at that point in time, and the event time computation of all affected activities. The event times used in the analysis shall be those included in the latest updated copy of the detailed CPM Schedule closest to the time of delay or as accepted by the Engineer. B. For the Contractor to be entitled to an extension of Contract time to an intermediate contract milestone and/or to the project completion, the Time Impact Analysis must show that the Change Order/Delay impacts the intermediate contractual milestone date and/or the updated CPM Schedule's Critical Path, thereby directly impacting the project completion date. Change Orders/Delays that do not impact intermediate contractual milestones and/or the critical path and impact activities with float will not be considered as a delay to the project and no extension of time will be granted. C. The Contractor must submit a written analysis within 7 calendar days after a delay occurs or authorized change in work is given to the Contractor. If the Contractor does not submit a written analysis for specific Change Order(s) or Delay(s) within the specified period of time, then it is mutually agreed that the particular Change Order of Delay has no time impact on the Project CPM Schedule and no time extension is required. D. The Engineer will accept or reject each Time Impact Analysis within 14 calendar days after submission, unless subsequent meetings and negotiations are necessary. Upon the Engineer's acceptance, the Contractor will incorporate fragnets illustrating the influence of the Change Orders and Delays into the Detailed CPM Schedule during the first update after agreement is reached. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION BID DocUMENTS rxoG�ss �4�qIDd�.�) 4 03720-035-01 01320-9 Attachment number 4 Page 250 of 646 Item # 14 SECTION 01325 CONSTRUCTION PHOTOGRAPHS PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 251 of 646 A. The Contractor shall have digital pictures, photographs, and DVDs made of the Work from views and at such times as directed by the Engineer. These photographs shall represent a visual history of the Project, from Contract Award through Contract Completion. B. The Contractor shall employ a professional photographer, to take a preconstruction video of the entire site, including the areas of adj acent properties within 100 feet of the limit of Work. Special effort shall be made to show the existing paved roads, shoulders, signs, and other existing structures and features. C. The Contractor's photographer shall also use electronic "snap-shot" photography as necessary to record and facilitate resolution of on-site issues through the transmission of electronic photographs by e-mail from the site to the Engineer's and Owner's offices. 1.02 RELATED WORK A. Section 01000, Project Requirements. B. Section 01785, Record Documents. 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) BID DOCUMENTS 03720-035-01 01325-1 coNSTxUCT1oN rxo�d���s� 4 Attachment number 4 Page 252 of 646 PART 2 PRODUCTS 2.01 PRODUCTS A. Photographs and digital pictures shall be in color. Provide one copy of each digital picture on each of three CDs and provide one print of each photograph in two separate albums. B. Provide photographs taken of each of the major items during construction. C. View and Quantities Required: A minimum of 30 prints per month clearly showing project status and key elements of construction. D. Deliver electronic images and prints to the Engineer with every pay request. E. Each print shall be single-weight paper with glossy finish and the overall dimension shall be 7-1/2 x 10 inches. The print shall be clear, sharp, and free of distortion after the enlargement from the negative. F. Provide loose-leaf albums for each set ofphotographs to hold prints with a maximum of 50 leaves per binder. G. Each print shall be protected by a flexible transparent acetate or plastic sheet protector leaves. Two extra leaves shall be provided in each binder. PART 3 EXECUTION 3.01 VIEWS REQUIRED A. Photographs shall be from locations to illustrate the condition of construction and the state of progress adequately. B. The Contractor's photographer shall provide before and after photographs of each portion of the site. The below-ground facilities shall include all equipment, walls, floor, piping, supports, and entrance. At major location photographs shall include before, during, and after prints and all prints shall be placed in binders in ascending date order to show the Work as it progresses. 3.02 DESCRIPTIVE INFORMATION A. Each photograph shall have a permanent title block on the back and shall contain the typed information and arrangement as follows: BID DOCUMENTS 03720-035-01 01325-2 coNSTxUCT1oN rxo�d���s� 4 Attachment number 4 Page 253 of 646 COMPLETE PROJECT NAME Contract No. CONTRACTOR: (Name of Contractor) DATE: (When photo was taken) PHOTO NO.: (Consecutive Numbers) PHOTO BY: (Firm Name of Photographer) LOCATION: (Description of Location and View) B. The Contractor shall provide the Engineer with a written description of each photograph. This description shall be included in the binders and a copy shall be submitted with the CDs. The Field Engineer or inspector shall approve the description. 3.03 VIDEOTAPE REQUIREMENTS A. Major Locations: 1. The Contractor's photographer shall provide color digital video of each major facility and structures and facilities adjacent to the construction before construction starts, during construction, and when construction has been completed. Approximately every 2 weeks, 15 minutes of digital video shall be submitted to the Engineer showing Work completed, Work in progress, Work started, and problems which occurred since the last taping. The Contractor shall maintain the master video CD ROM of each portion of the facility on the Work site. The master video shall be a running chronicle of construction progress. The Contractor's photographer shall combine the bi-weekly video onto the master video. The bi-weekly video shall be submitted to the Engineer within 10 working days after recording and the bi-weekly videos may include multiple locations. 2. All videos shall be recorded with character generator operating with date, time, and location on screen. During video recording, the Contractor shall narrate the video, explaining what is being shown, the problem that has occurred, and what is being done. All videos shall be delivered to the Engineer before Final Completion is submitted. 3.04 DIGITAL PHOTO DOCUMENTATION A. Catalog and manage Electronic "snap-shots" and images of photographs in a secure digital photo management system capable of being linked to the project schedule and document management database. Add captions, descriptions, and key words. Transfer a copy of all "snap-shots" and photos with their related notes, keywords, captions, and activity IDs to the Engineer weekly. BID DOCUMENTS 03720-035-01 01325-3 coNSTxUCT1oN rxo�d���s� 4 Attachment number 4 Page 254 of 646 B. All prints shall be clear, sharp, and free of distortion after enlargement from the negative. Each photograph shall have a permanent title block in the lower right-hand corner which shall be 2�/2 inches high by 6 inches wide and shall contain the information and arrangement as described in Paragraph 3.02A above. BID DOCUMENTS 03720-035-01 END OF SECTION 01325-4 coNSTxUCT1oN rxo�d���s� 4 SECTION 01330 SUBMITTALS AND ACCEPTANCE PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 255 of 646 A. The Contractor shall submit documentation that describes the Work to be performed under the Contract as required in this Section. This documentation will be for the Engineer and Owner's review and use. The documentation furnished by the Contractor must enable the Engineer and Owner to verify the Contractor's performance and compliance with Contract requirements. The documentation shall cover all services and deliverables required and secured by the Contract Documents. 1.02 RELATED WORK A. The Contractor shall prepare documentation and submittals required by other sections of the Contract. The format of documents and submittals required by other sections shall conform to the requirements of this Section. 1. Section III, General Conditions. 2. Section 01785, Record Documents. 3. Section 01820, Training. 4. Section 01830, Operations and Maintenance Manuals. 5. All Sections and Divisions that require submittal of documents. 1.03 SUBMITTALS A. General—The Contractor shall submit the following: BID DOCUMENTS 03720-035-01 1. Project documentation: For the Engineer and Owner's internal use and shall include all information that will be essential for the facility's operations, maintenance, training, and repair of equipment and facilities supplied by the Contractor. The Contractor shall submit all documentation necessary to ascertain compliance with technicaUcontractual provisions. 2. Shop drawings: Drawings, schedules, diagrams, warrant, and other data prepared specifically for this Contract by the Contractor or through the Contractor by way of subcontractor, manufacturer, supplier, distributor, or other lower-tier contractor to illustrate a portion of the Work. 3. Product data: Preprinted materials such as illustrations, standard schedules, performance charts, instructions, brochures, diagrams, manufacturer's 01330-1 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 256 of 646 descriptive literature, catalog data, and other data to illustrate a portion of the Work, but not prepared exclusively for this Contract. 4. Samples: Physical examples ofproducts, materials, equipment, assemblies, or workmanship that are physically identical to portions of the Work, illustrating portions of work, or establishing standards for evaluating appearance of finished work or both. 5. Administrative submittals: Data presented for reviews and acceptance to ensure that administrative requirements of the project are adequately met but not to ensure directly that work is in accordance with the design concept and in compliance with Contract Documents. 6. Mockups: Before installing work requiring mockups, the Contractor shall build mockups for each form of construction and finish required using materials indicated for the completed Work, as follows: a. Build mockups in the location and of the size directed by the Engineer. b. Notify the Engineer 7 days in advance of dates and times when mockups will be constructed. c. Demonstrate the proposed range of aesthetic effects and workmanship. d. Obtain the Engineer's acceptance of mockups before starting work, fabrication, or construction. e. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. f. Demolish and remove mockups when directed by the Engineer. B. Coordination Submittals and schedules shall be checked and coordinated with the Work of all trades involved before they are submitted and shall bear the Contractor's stamp of approval as evidence of such checking and coordination. Drawings or schedules submitted without this stamp of approval shall be returned to the Contractor for resubmission. C. Start of Work Within 30 calendar days after the notice to proceed for the project, the Contractor shall submit to the Engineer a Contract Data Requirements List that defines all data to be submitted under this Contract. Included in this list shall be the names of all BID DocUMENTS sUBMITTaLS aND acd�m�r1��14 03720-035-01 01330-2 Attachment number 4 Page 257 of 646 proposed manufacturers furnishing specified items to the extent known. Review of this list by the Engineer shall in no way relieve the Contractor from providing materials, equipment, systems, and structures fully in accordance with the Specifications. D. General Requirements 1. The Contractor shall prepare, assemble, and submit all documents as described herein. The Contractor shall submit certification that the documents prepared conform to the Contract requirements and will result in a complete and operable project. The Engineer and Owner shall review the Contractor's documents for conformance to the Contract requirements and may comment on the documents. 2. The Contractor shall approve and certify all project documents. The Contractor's failure to certify the documents or failure to provide documents that demonstrate conformance to the Contract requirements are grounds for rejection. The Contractor shall be responsible for and bear all costs for proceeding with any part of the Work that fails to meet the Contract requ�rements. 3. Submittal of documents for the Engineer's review shall in no way relieve the Contractor of full responsibility for providing a complete, safe, reliable, operating, and coordinated Work (system/equipment/facilities) that is in compliance with these Contract documents. E. Requests for Substitution: All requests for substitution shall clearly and specifically indicate any and all differences or omissions between the products specified as basis of design and the product proposed for substitution. Data shall include but not be limited to differences as follows for both the specified and substituted products: 1. Principle of operation. 2. Materials of construction or finishes. 3. Thickness or gauge of materials. 4. Weight of item. 5. Deleted features or items. 6. Added features or items. 7. Changes in other work caused by the substitution. 8. If the substitution contains differences or omissions not specifically called to the attention of the Engineer, the Engineer reserves the right to require equal or similar features to be added to the substituted product at the Contractor's expense. F. Submittal Requirements and Procedures BID DOCUMENTS 03720-035-01 01330-3 sUBMITTaLS aND acd�m�r1��14 BID DOCUMENTS 03720-035-01 Attachment number 4 Page 258 of 646 1. Drawing Formats and Requirements a. Drawings—All Drawings and Shop Drawings shall be prepared on 22-x-34-inch paper and shall have a blank area of 3 x 4 inches in the lower right hand corner above the title block. Each Drawing shall indicate the following information in the title block: (1) Title and Drawing Number. (2) Date of Drawing or Revision. (3) Name of Building or Facility. (4) Name of Contractor or subcontractor. (5) Drawing contents and locations. (6) Specification Section and Subsection Numbers. b. Required Copies - All drawings submitted shall have a minimum of five copies for the engineer's and owner's use, plus the number for contractor's use. (1) . 2. Product Data a. Requirements—Product data shall include all catalog cuts, performance surveys, test reports, equipment lists, material lists, diagrams, pictures, and descriptive materiaL All product data shall be submitted on either 8.5 x 11 inches or folded 11 x 17 inches size paper of 20 lb. (9.072 kg) weight. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. The manufacturer's recommendation for special tools shall be supplied. 3. Samples—The Contractor shall furnish samples required by the Contract Documents, for review by the Engineer. Samples shall be delivered to the Engineer as specified or directed. a. All samples shall be of sufficient size and quantity to illustrate clearly the functional characteristics of the product, with integrally related parts and attachment devices. The samples shall show the full range of color, texture, and pattern. b. The Contractor shall submit a minimum of four samples of items submitted. All samples shall be marked with required submittal information, as specified above. 01330-4 sUBMITTaLS aND acd�m�r1��14 BID DOCUMENTS 03720-035-01 Attachment number 4 Page 259 of 646 4. Color, Texture, and Pattern Charts a. The Contractor shall submit color, texture, or pattern charts of all required finishes. b. A minimum of four charts of each item shall be submitted. 5. Submittal Information Requirements a. When used in the Contract Documents, the term "Submittal Information" shall be considered to mean the following information at a minimum: (1) Contract Name. (2) Contract Number. (3) Location within Facility. (4) Date Submitted. b. Drawings—The Contractor shall mark submittal information on all Drawings in the left half of the 4-x-3-inch block as described above. c. Product Data and Manufacturer's Literature The Contractor shall mark all product data and manufacturer's literature with submittal information and note which item is being furnished. The Contractor shall mark the option and supplies to be furnished with the item. At least one original manufacturer product data sheet must be submitted; the balance can be copied. Do not submit the manufacturer's general catalog: submit only items being installed or delivered. When manuals are being submitted, the Contractor shall mark submittal information on both the cover and title page. If manuals being submitted contain more than just one item, each item must be marked and only Contract name and number is to be marked on the cover and title page. 6. Training, Operation and Maintenance Manuals The Contractor shall submit to the Engineer for review and acceptance of manufacturer's installation, operations, lubrication, maintenance, and training manuals for all equipment installed or delivered under this Contract. All manuals shall have submittal information marked on the front cover, title page, and three places inside the manual. If the manual being submitted is for different components, mark the front cover and title page only. Each 01330-5 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 260 of 646 component section must be marked with the Specification Section and subsection numbers. Operations and Maintenance Manuals shall conform to requirements defined in Sections 01830, Operations and Maintenance Manual, and 01820, Training. G. Required Submittals BID DOCUMENTS 03720-035-01 1. Architectural and Structural Submittals This Section specifies general procedural requirements for contractual submittals for the following architectural and structural schedules, product data, samples, and manufacturer's certificates. a. Product Data - The Contractor shall provide product data for all architectural and structural items, options, and other data and provide supplemental manufacturer's standard data for information unique to the Work and installation. The submittals shall reflect all items delivered or installed under this Contract. b. Samples — The Contractor shall provide all samples required under this Specification including color charts and product samples. c. Material, equipment, and installation and demolition Specifications. 2. Mechanical and Electrical System Submittals This Section specifies general procedural requirements for mechanical schedules, performance data, control diagrams, and other submittal data. The Contractor shall submit the following: a. Performance Data. b. Power and Riser Diagrams - Single line riser, power diagrams, and all conduit runs shall be provided for all equipment and facilities. c. Wiring Diagrams - Elementary controls diagrams and separate wiring diagrams for mechanical and electrical unit/subsystem. Drawing for starting and shutdown of equipment including controls shall be provided, including a comprehensive description of operation. d. Finished Data - Complete surface preparation and finished data for all mechanical and electrical unit/subsystems shall be provided, including a complete list of cleaning instructions. 01330-6 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 261 of 646 e. Factory Testing - Detailed description of factory testing procedures, reporting procedures and criteria for test passing or failing shall be provided for all mechanical and electrical units/subsystems. Testing shall comply with the General Requirements and Technical Requirements Sections. f. Site (Field) Testing and Acceptance - Detailed description of site testing and acceptance tests including descriptions of procedures, testing equipment, reporting procedures, and criteria for passing or failing tests shall be provided for all mechanical and electrical units/subsystems. Testing shall comply with General Requirements and Technical Requirements. g. Factory Test Report - After fabrication and testing, the Contractor shall submit the results of tests. No shipment of any mechanical and electrical unit/subsystem shall be allowed without the written certification from the Contractor that the equipment conforms to the Contract requirements. h. Site Test and Acceptance Report - Site test and acceptance reports shall be submitted to the Owner and Engineer. Operations and Maintenance Manuals - The Contractor shall furnish manuals for all mechanical and electrical equipment specified under this Contract. Each manual shall include the following at a minimum: (1) Description of equipment. (2) Record shop drawing. (3) Operation and maintenance instructions. (4) Part lists. (5) Equipment ratings. (6) Valve list. (7) Lubrication instructions. Compliance with this Section does not relieve the Contractor from compliance with the requirements of Section 01830, Operations and Maintenance Manuals. H. Submittal Review 1. The Engineer's review of the Contractor's documents shall not relieve the Contractor of the responsibility for meeting all of the requirements of the Contract nor of the responsibility for correcting the documents furnished. The BID DocUMENTS sUBMITTaLS aND acd�m�r1��14 03720-035-01 01330-7 Attachment number 4 Page 262 of 646 Contractor shall have no claim for additional cost or extension in time because of delays due to revisions of the documents that may be necessary for ensuring compliance with the Contract. 2. The Engineer will review a submittal or re-submittal once, after which the cost of review shall be borne by the Contractor. The cost of Engineering shall be equal to the Engineer's full cost. 3. No partial submittals will be reviewed. A submittal or re-submittal not complete will be returned to the Contractor for completing and re-submittal. 4. Documents submitted by the Contractor for approval by the Engineer will be returned bearing a project-specific stamp bearing the dated signature of the reviewer and one of four boxes checked: a. NO EXCEPTIONS NOTED—This indicates that the submittal appears to be in compliance with the requirements of the performance specifications and that the Work may proceed. b. MAKE CORRECTIONS NOTED—This indicates that the reviewer has added a minor correction to the submission and that the Work (modified in accordance with the correction comment) may proceed. The Contractor shall accept the responsibility of the modified document and resulting Work with no additional compensation. c. AMEND AND RESUBMIT—This indicates that the submittal will require Contractor modifications based on the reviewer's comments that accompanied the returned submittal. The Contractor will be cautioned that work may not proceed under this review status. d. REJECTED - This indicates that the submittal is not in conformance with the requirements of the performance Specifications and cannot be modified to gain compliance. A new submittal will be required in the instance of a"reject" status and the Contractor will be cautioned that work may not proceed under this condition. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) BID DOCUMENTS 03720-035-01 01330-8 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 263 of 646 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SUBMITTAL PROCEDURES A. Before submitting documents for the Engineer's review, the Contractor shall review the documentation for conformance to the Contract requirements. Submittals shall be complete and comprise a logical division of the Contract Work. B. All documentation submitted by the Contractor to the Engineer shall be accompanied by a letter of transmittal and shall be submitted in a sequence that allows the Engineer to have all of the information necessary for checking and accepting a particular document at the time of submittal. C. Each document shall be identified by a document number, Contract number, Contract name, location, Specification Section, subsection numbers, and submittal date. Where a manuaUdrawing is revised to reflect a change in design or a change for any other reason, each such revision shall be shown by a revision number, date, and subj ect in a revision block. Indication of official approval by the Contractor's Project Manager shall also be included. To permit rapid location of the revision, additional notation shall be made in the manual opposite the line or area where the change was made and identified by the corresponding revision number. 3.02 DOCUMENTATION CONTROL AND SUBMITTAL SEQUENCING A. The Contract Data Requirements List shall be updated and resubmitted to the Engineer monthly, throughout the duration of the Contract. This list shall identify the Contractor's submittal number, proposed and actual submittal date, Contract Specification Section Number, Paragraph, Item of the Work, and type of document. B. The Contractor shall work with the Engineer to provide a regulated flow of submittals that allows the Engineer to review the submittals in the defined time frame without undue delays. Monthly the Contractor shall provide the Engineer a schedule of the approximate quantities and delivery dates for all submittals due for the next 120 days. 3.03 AS-BUILT DRAWINGS A. The Contractor shall submit the As-Built Drawing Package to the Engineer for review 30 days before Final Completion. The Contractor shall be provided with CADD files, BID DOCUMENTS 03720-035-01 01330-9 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 264 of 646 AutoCAD Version 2008. As-Built Drawings shall be printed on 22 x 34 inch sheets and on CDs, AutoCAD Version 2008. 3.04 REQUIREMENTS FOR SUBMITTAL A. Additional documents, drawings, interface data, and otherpertinentproject submittal data are listed in specific sections of this Contract. 3.05 RECORD PRINTS A. The Contractor shall submit one set of all record prints before final completion. The record print or project records shall include submittals, catalog cuts, drawings, calculations, test reports, manufacturer's data, maintenance manuals, installation instructions, and operating manuals. All "record prints" shall be delivered to the Engineer in three-ring binders with dividers and shall be placed in order by Specification Section. BID DOCUMENTS 03720-035-01 END OF SECTION 01330-10 sUBMITTaLS aND acd�m�r1��14 Attachment number 4 Page 265 of 646 SECTION 01350 ENVIRONMENTAL PROTECTION PROCEDURES PART1 GENERAL 1.01 SCOPE OF WORK A. The Work covered by this Section consists of furnishing all labor, materials, and equipment and performing all work required for the prevention of environmental pollution in conformance with applicable laws and regulations during and as the result of construction operations under this Contract. In this Section envi�onmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare, unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and/or recreational purposes. B. The control of environmental pollution requires considering air, water, and land and involves managing noise and solid waste as well as other pollutants. 1.02 RELATED WORK A. Section 01100, Summary of Work. 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE A. Before beginning the Work, the Contractor shall meet with the Engineer to establish agreed-upon compliance with these provisions and administration of the environmental pollution control program. B. The Contractor shall remove temporary environmental control features when approved by the Engineer and incorporate permanent control features into the project at the earliest practicable time. 1.05 REFERENCE STANDARDS A. Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of this Section. Where this Section differs from these documents, the requirements of this Section shall apply. BID DOCUMENTS 01350-1 ENVIRONMENTAL PROTECTION PR��q1J�S) 4 03720-035-01 Attachment number 4 Page 266 of 646 B. The Contractor shall comply with all applicable Federal, State, and local laws and regulations concerning environmental pollution control and abatement. 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 EROSION CONTROL A. The Contractor shall provide positive means of erosion control, if applicable, such as shallow ditches around construction to carry off surface water. Erosion-control measures, such as siltation basins, hay check dams, mulching, jute netting, and other equivalent techniques shall be used as appropriate. Surface water shall be prevented from flowing into excavated areas. Ditches shall be used around the construction area to carry away water resulting from dewatering excavated areas. At the completion of the Work, ditches shall be backfilled and the ground surface restored to its original condition. 3.02 PROTECTION OF STREAMS AND SURFACE WATERS A. Care shall be taken to prevent or reduce to a minimum any damage to any stream or surface water from pollution by wastewater, chemical, debris, sediment, or other material or from the manipulation of equipment and/or materials in or near such streams. Water that has been used for washing or processing or that contains oils or sediments that will reduce the quality of the water in the surface water shall not be directly returned to the surface water. Such waters shall be diverted through a settling basin or filter before being directed into streams or surface waters. B. The Contractor shall not discharge water from dewatering operations directly into any live or intermittent stream, channel, wetlands, surface water, or any storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved method to reduce the amount of sediment contained in the water to allowable levels. BID DOCUMENTS 01350-2 ENVIRONMENTAL PROTECTION PR��q1J�S) 4 03720-035-01 Attachment number 4 Page 267 of 646 C. All preventative measures shall be taken to avoid spillage of petroleum products and other pollutants. In the event of any spillage, prompt remedial action shall be taken in accordance with a contingency action plan approved by the Florida Department of Environmental Protection and the US EPA. The Contractor shall submit two copies of approved contingency plans to the Engineer. D. Water being flushed from structures or pipelines after disinfection with C1z shall be treated with a dechlorination solution approved by the Engineer before discharge. 3.03 PROTECTION OF LAND RESOURCES A. After completion of construction, the Contractor shall restore land resources within the project boundaries and outside the limits of permanent work to a condition that will appear to be natural and not detract from the appearance of the project. All construction activities shall be confined to areas shown on the Drawings. B. Outside of areas requiring earthwork for the construction of the new facilities, the Contractor shall not deface, injure, or destroy trees or shrubs nor remove or cut them without prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby trees for anchorage unless specifically authorized by the Engineer. Where such special emergency use is permitted, the Contractor shall first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope, cable, or wire is placed. The Contractor shall in any event be responsible for any damage resulting from such use. C. The Contractor shall protect trees that may possibly be defaced, bruised, injured, or otherwise damaged by the construction equipment, dumping, or other operations by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly. D. Any trees or other landscape features scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to their original condition. The Owner will decide the method of restoration to be used and whether damaged trees shall be treated and healed or removed and disposed of. 1. All scars made on trees by equipment, construction operations, or by the removal of limbs larger than linch in diameter shall be coated as soon as possible with an approved tree wound dressing. All trimming or pruning shall be performed in an approved manner by experienced workmen with saws or pruning shears. Tree trimming with axes will not be permitted. BID DOCUMENTS 01350-3 ENVIRONMENTAL PROTECTION PR��q1J�S) 4 03720-035-01 Attachment number 4 Page 268 of 646 2. Climbing ropes shall be used where necessary for safety. Trees that are to remain, either within or outside established clearing limits, that are subsequently damaged by the Contractor and, in the opinion of the Owner, are beyond saving shall be immediately removed and replaced. E. The Contractor's storage and other construction buildings required temporarily in the performance of the work shall be located in cleared portions of the job site or areas to be cleared as shown on the Drawings and approved by the Engineer and shall not be within wetlands or floodplains. Preserving the landscape shall be required in the selection of all sites and in the construction of buildings. Drawings showing storage facilities shall be submitted for the Engineer's approval. F. If the Contractor proposes to construct temporary roads or embankments and excavations for plant and/or work areas, the Contractor shall submit the following for approval at least 10 days before the scheduled start of such temporary work: 1. A layout of all temporary roads, excavations, embankments, and drainage to be constructed within the work area. 2. Details of temporary road construction. 3. Drawings and cross sections of proposed embankments and their foundations, including a description of proposed materials. 4. Landscaping drawings showing the proposed restoration of the area. The proposed removal of any trees and shrubs outside the limits of the existing clearing area must be indicated. Locations of guard posts or barriers required to control vehicular traffic and protect trees and shrubs to be maintained undamaged must also be indicated. The drawings shall provide for the obliteration of construction scars as such and shall provide for a natural appearing final condition of the area. Modification of the Contractor's approved drawings shall be made only with the written approval of the Engineer. No unauthorized road construction, excavation, or embankment construction including disposal areas will be permitted. G. The Contractor shall remove all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess waste materials, or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation, filling, and plowing of roadways will be required to restore the area to near natural conditions which will permit the growth of vegetation the roadway areas. The disturbed areas shall be prepared and seeded as approved by the Engineer or Owner. BID DOCUMENTS 01350-4 ENVIRONMENTAL PROTECTION PR��q1J�S) 4 03720-035-01 Attachment number 4 Page 269 of 646 H. All debris and excess material will be disposed of outside wetland or floodplain areas in an environmentally sound manner. 3.04 PROTECTION OF AIR QUALITY A. Burning—Burning will not be permitted at the project site for the disposal of refuse and debris. B. Dust Control—The Contractor shall maintain all excavations, embankment, stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within or outside the project boundaries free from dust which could cause the standards for air pollution to be exceeded and which would cause a hazard or nuisance to others. C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may be permitted with approval from the Engineer. D. To be approved, sprinkling must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor shall have sufficient competent equipment on the job to accomplish this. Dust control shall be performed as the Work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Owner. 3.05 NOISE CONTROL A. The Contractor shall make every effort to minimize noises caused by the construction operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with Federal and State regulations. 3.06 MAINTENANCE OF POLLUTION-CONTROL FACILITIES DURING CONSTRUCTION A. During the life of this Contract, the Contractor shall maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or until the material concerned has become stabilized to the extent that pollution is no longer being created. END OF SECTION BID DOCUMENTS 01350-5 ENVIRONMENTAL PROTECTION PR��q1J�S) 4 03720-035-01 Attachment number 4 Page 270 of 646 Item # 14 Attachment number 4 Page 271 of 646 SECTION 01355 SPECIAL PROVISIONS PART1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. This Section specifies general work requirements related to the products and execution services included elsewhere in the Contract Documents: 1. Section 01350, Environmental Protection Procedures. 2. Section 01600, Materials and Equipment. 3. Section 11000, General Equipment Requirements. 1.03 SUBMITTALS A. The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds. B. Unless specified otherwise in the Contract Documents, all equipment supplied under these Specifications shall be warranted by the Contractor and the equipment manufacturers for 1 year. The warranty period shall begin on the date of Owner acceptance. C. The equipment shall be warranted to be free from defects in workmanship, design, and materials. If any part of the equipment should fail during the warranty period, it shall be replaced in the machine(s) and the unit(s) restored to service at no expense to the Owner. BI� �ocUMENTS o13ss-1 srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 272 of 646 D. The manufacturer's warranty period shall run concurrently with the Contractor's warranty or guarantee period. No exception to this provision shall be allowed. The Contractor shall be responsible for obtaining equipment warranties in accordance with Section 01780 from each of the respective suppliers or manufacturers for all the equipment specified under Divisions 11, 15, and 16. E. If the manufacturer is unwilling to provide a 1-year warranty beginning at the time of Owner acceptance, the Contractor shall obtain from the manufacturer a 2-year warranty starting at the time of equipment delivery to the job site. This 2-year warranty shall not relieve the Contractor of the 1-year warranty starting at the time of Owner acceptance of the equipment. 1.08 DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650 for storing and protecting the items specified in this Section. 1.09 QUALIFICATIONS (NOT USED) 1.10 INSTALLATION OF EQUIPMENT A. The Contractor shall take special care to ensure proper alignment of all equipment with particular reference to the mixer shaft, and electric drives. The units shall be carefully aligned on their foundations by qualified millwrights after the units' sole plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the Engineer has approved the foundation alignments, the bedplates or wing feet of the equipment shall be securely bolted in place. The Contractor shall further check the alignment of the equipment after it is secured to the foundations and, after conformation of all alignments, the sole plates shall be finally grouted in place. The Contractor shall be responsible for the exact alignment of the equipment. B. The Contractor shall furnish all wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly align, level, and secure apparatus in place. All parts intended to be plumb or level must be proven to be exactly so. The Contractor shall perform all grinding necessary to bring parts to proper bearing after erection. 1.11 SLEEVES AND OPENINGS (NOT USED) 1.12 GREASE, OIL, AND FUEL A. The Contractor shall furnish all grease, oil, and fuel required for testing of equipment with the respective equipment. The Owner shall be furnished with a BI� �ocUMENTS o13ss-a srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 273 of 646 year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divisions 11, 15, and 16. 1.13 TOOLS A. The Contractor shall furnish any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment with the respective equipment. B. Tools shall be furnished in heavy steel tool boxes complete with lock and duplicate keys. 1.14 POWER SUPPLY A. [Unless otherwise specified, all motors 1/2 Hp and larger shall be designed for a power supply of 460 Volts, 3 Phase, 60 Hz, and all motors 1/3 Hp and smaller shall be designed for a power supply of 120 Volts, single phase, 60 Hz.] 1.15 POWER FACTOR CORRECTION CAPACITORS A. All single- and multi-speed three-phase induction motors 5 Hp and larger shall be furnished with factory-provided power factor correction capacitors. B. Capacitors shall be sized by the manufacturers so that over voltage due to self excitation will be prevented and transient torques limited to normal values. The full-load power factor shall be corrected to not less than 0.95 where such correction will not violate the provisions of NEC Article 460. C. Capacitor enclosures shall be compatible with those specified for their respective motors, i.e. dust-tight for indoor installation in non-hazardous areas and weatherproof for outdoor installations. D. Capacitors shall be dry or oil insulated with integral fuse protection and discharge resistor. The insulating medium shall be non-flammable and meet U.S. Environmental Protection Agency Standards. E. Capacitors shall be installed under Division 16. 1.16 ARCHITECTURAL COATINGS (NOT USED) BID DOCUMENTS 01355-3 SPECIAL PI��I[�I[(�; S`) 4 03720-035-01 Attachment number 4 Page 274 of 646 1.17 PIPE MARKING (NOT USED) 1.18 VALVE IDENTIFICATION (NOT USED) 1.19 NOISE LIMITATIONS A. All equipment to be furnished under this Contract, unless specified otherwise in the Technical Specifications, shall be designed to ensure that the sound pressure level does not exceed 85 decibels over a frequency range of 37.8 to 9600 cycles per second at a distance of 3 ft from any portion of the equipment, under any load condition, when tested using standard equipment and methods. Noise levels shall include the noise from the motor. Mufflers or external baffles shall not be acceptable for reducing noise. Data on noise levels shall be included with the shop drawing submittal. 1.20 SPARE PARTS A. Where spare parts are specified in the Specification Sections, the Contractor shall furnish all spare parts recommended by the manufacturer or system supplier for 1 year of service. In addition, the Contractor shall furnish all spare parts itemized in each Section. B. The Contractor shall collect and store all spare parts in an area to be designated by the Engineer and shall furnish the Engineer with an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. Copies of actual invoices for each item shall be furnished with the inventory to substantiate the delivery cost. C. Spare parts shall be packed in cartons properly labeled with indelible markings with complete descriptive information, including manufacturer, part number, part name, and equipment for which the part is to be used and shall be properly treated for 1 year of storage. 1.21 HURRICANE PREPAREDNESS PLAN A. Within 30 calendar days of the date of Notice to Proceed, the Contractor shall submit a Site Specific Hurricane Preparedness and Emergency Response Plans to the Engineer and the Owner for approval. The Plan shall shall comply with the City of Clearwater Emergency Action Plan and all Safety Procedures for Advanced Polution Control Facilities. at no additional costs to the Owner, . The Contractor shall revise the Plan as required by the Engineer and Owner. BID DOCUMENTS 01355-4 SPECIAL PI��I[�I[(�; S`) 4 03720-035-01 Attachment number 4 Page 275 of 646 1.22 WEATHER PROTECTION A. In the event of inclement weather, the Contractor shall protect the Work and materials from damage or injury from the weather. If, in the opinion of the Engineer, any portion of the Work or materials has been damaged by reason of failure on the part of the Contractor to protect the Work, such Work and materials shall be removed and replaced with new materials and Work to the satisfaction of the Engineer. 1.23 PROVISIONS FOR CONTROL OF EROSION A. The Contractor shall take sufficient precautions during construction to minimize the run-off of polluting substances such as silt, clay, fuels, oils, bitumens, calcium chloride, or other polluting materials harmful to humans, fish, or other life, into the supplies and surface waters of the State. Control measures must be adequate to ensure that turbidity in the receiving water will not be increased more than 10 nephelometric turbidity units (NTU), or as otherwise required by the State or other controlling body, in water used for public water supply or fish unless limits have been established for the particular water. In surface water used for other purposes, the turbidity must not exceed 25 NTU unless otherwise permitted. Special precautions shall be taken in the use of construction equipment to prevent operations that promote erosion. 1.24 PROVISIONS FOR THE CONTROL OF DUST AND LITTER A. The Contractor shall take sufficient precautions during construction to minimize the amount of dust created. Wetting down the Site may be required or as directed by the Engineer to prevent dust as a result of vehicular traffic. Control of blowing litter caused by any regrading by the Contractor shall be the responsibility of the Contractor. 1.25 ON SITE STORAGE A. The Contractor's attention is invited to special storage requirements and possible charges for noncompliance of on-site storage requirements for materials and equipment as specified in Section 01600. 1.26 ELECTRICAL POWER AND TESTING EQUIPMENT A. The Contractor shall furnish electric power and all equipment and tools required for testing of equipment. The cost of this electric power, equipment, and tools shall be included in the prices quoted in the Bid Form. BI� �ocUMENTS o13ss-s srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 276 of 646 1.27 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, the Contractor shall provide suitable insulation between adjoining surfaces to eliminate direct contact and any resulting electrolysis. The insulating material shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other approved materials. 1.28 DAMAGE DUE TO HIGH WATER A. The Contractor will be responsible for all damage done to his work by heavy rains or floods and he shall take all reasonable precautions to provide against damages by building such temporary dikes, channels, or shoring to carry off stormwater as the nature of the work may require. 1.29 EMERGENCY PHONE NUMBERS AND ACCIDENT REPORTS A. Emergency phone numbers (fire, medical, police) shall be posted at the Contractor's phone and the phone's location be made known to all. B. Accidents shall be reported immediately to the Engineer by messenger or phone. C. The Contractor shall document all accidents and shall submit to the Engineer a fully detailed written report about the accident after each accident. 1.30 ITEMS SPECIFIED ON DRAWINGS A. Items of material, equipment, machinery, and the like may be specified on the Drawings and not in the Specifications. The Contractor shall provide such items in accordance with the Specification on the Drawings. 1.31 DISINFECTION (NOT USED) 1.32 SALVAGE A. Any existing equipment or material, including but not limited to valves, pipes, fittings, couplings, etc., which is removed or replaced as a result of construction under this project may be designated as salvage by the Engineer or Owner and, if so, shall be excavated, if necessary, and shall be cleaned and stored on or adjacent to the Site in a protected place specified by the Engineer or loaded onto trucks provided by the Owner. Any equipment or material not worthy of salvaging, as directed by the Owner, shall be disposed of by the Contractor at a suitable location at the Contractor's expense. BI� �ocUMENTS o13ss-6 srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 277 of 646 1.33 WORKNIANSHIP, MATERIAL, AND EQUIPMENT A. When a particular product or products are specified or called for, it is intended and shall be understood that the proposal tendered by the Contractor include those products in his bid. Should the Contractor desire to substitute a product or products equal to those specified, the Contractor shall furnish information as described in the Standard General Conditions. The alternate product or products submitted by the Contractor shall meet the requirements of the Specifications and shall, in all respects, be equal to the product or products specified by name in the Specifications. B. All apparatus, mechanisms, equipment, machinery, and manufactured articles for incorporation into the Work shall be the new and unused standard products of recognized reputable manufacturers. 1.34 SERVICES OF MANUFACTURERS' FIELD SERVICE TECHTTICIAN A. Bid prices of equipment furnished under Divisions 11, 13, 15, and 16 shall include the cost of a competent field service technician of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel on operation and maintenance. The approved manufacturer's operation and maintenance data as specified in Section 01830 shall be delivered to the Engineer before instructing the Owner's personnel. This supervision may be divided into two or more periods as required by the installation program or as directed by the Engineer. B. After the equipment has been installed and the equipment is presumably ready for operation, but before it is operated by others, the manufacturer's field service technician shall inspect, operate, test, and adjust the equipment. The inspection shall include at least the following points where applicable: 1. Soundness (without cracked or otherwise damaged parts). 2. Completeness in all details, as specified and required. 3. Correctness of setting, alignment, and relative arrangement of various parts. 4. Adequacy and correctness of packing, sealing, and lubricants. 5. Calibration and adjustment of all related instrumentation and controls. 6. Energize equipment. BI� �ocUMENTS o13ss-� srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 278 of 646 7. Deficiency correction. 8. Demonstration of compliance with application performance specification. C. The operation, testing, and adjustment shall be as required to prove that the equipment has been left in proper condition for satisfactory operation under the conditions specified. D. Upon completion of this operation, testing, and adjustment, the manufacturer's field service technician shall submit to the Engineer, in triplicate, a complete, signed report of the results of the inspection, operation, adjustments, and tests. The report shall include detailed descriptions of the points inspected, tests and adjustments made, quantitative results obtained if such are specified, and suggestions for precautions to be taken to ensure proper maintenance. E. Each equipment manufacturer shall provide instruction to the Owner's operating personnel. Training shall not be performed until the requirements of Paragraphs B, C, and D above have been fully satisfied and any specified performance testing completed. Training shall be provided for the number of days specified in each Equipment Section of these Specifications. Training shall be provided on an 8- hour-per-day basis. Partial days (less than 8 full working hours) shall not be credited toward the specified durations. Training shall not be concurrent with on- going testing, debugging, or installation activities but shall be a separate activity devoted exclusively to the instruction of the Owner's personnel in the operation and maintenance of the manufacturer's equipment. Training shall be performed by qualified representatives of each equipment manufacturer specifically skilled in providing instruction to operation personnel. Training shall provide an overview of operations and maintenance requirements and shall include but not be limited to the following: 1. Description of unit and component parts. 2. Operating capabilities and performance criteria. 3. Operating procedures. 4. Maintenance procedures. 5. Servicing and lubrication schedules. 6. Troubleshooting. BI� �ocUMENTS o13ss-a srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 279 of 646 7. Electrical instrumentation and control requirements and interface as a minimum. The operating and maintenance data to be provided in accordance with Section 01830 shall be used as a basis for training. F. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested and is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted before start-up and acceptance by the Owner. The certificate shall indicate date and time the instruction was given and names of the operating personnel in attendance. This certification shall be submitted on the certification sheet included at the end of Section 11000, General Equipment Requirements. G. See the detailed Specifications for additional requirements for furnishing the services of the manufacturer's field service technician. H. For equipment furnished under Divisions other than 11, 13, 14, 15, and 16, the Contractor, unless otherwise specified, shall furnish the services of accredited field service technicians of the manufacturer only when some evident malfunction or over-heating makes such services necessary in the opinion of the Engineer 1.35 OPERATING AND MAINTENANCE DATA A. Operating and maintenance data covering all equipment furnished shall be delivered directly to the Engineer, for approval, within 60 days before the facility's start-up. No payment shall be made for equipment installed or stored on- site until the Engineer has approved the adequacy and completeness of the operating and maintenance data. Data shall be prepared and submitted in full conformance with Section 01830. Final approved copies of operating and maintenance data shall have been delivered to the Engineer on the Owner's behalf 2 weeks before scheduling the instruction period with the Owner. 1.36 RESPONSIBILITY OF CONTRACTOR A. The Contractor shall be responsible for the entire Work determined by the Drawings, Specifications, and Contract from the date of the starting of the Work until it is accepted as evidence of approval of the Completion Certificate by the Owner. The Contractor shall be responsible for removals, renewals, and replacements due to action of the elements and all other causes except as otherwise provided in the Specifications. The Contractor shall keep the Contract under his own control and it shall be his responsibility to see that the Work is properly supervised and carried on faithfully and efficiently. The Contractor shall supervise the work personally or shall have a competent English-speaking superintendent or representative, who shall be on the site of the project at all BI� �ocUMENTS o13ss-9 srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 280 of 646 working hours and who shall be empowered with full authority by the Contractor to direct the performance of the Work and make arrangement for all necessary materials, equipment, and labor without delay. B. Renewals or repairs required because of defective materials or workmanship or due to the action of the elements or other natural causes, including fire and flood, before the acceptance as determined by the Completion Certificate, shall be done in accordance with the Contract and Specifications at the expense of the Contractor. 1.37 CONSTRUCTION CONDITIONS AND SUBSURFACE INVESTIGATION A. The Contractor shall strictly adhere to the specific requirements of the governmental unit(s) or agency(ies) having jurisdiction over the work. Wherever there is a difference in the requirements of a jurisdictional body and these Specifications, the more stringent shall apply. B. The Contractor shall be responsible for having determined to his satisfaction, before submitting his bid, the nature and location of the Work, the conformation of the ground, the character and quality of the substrata, the types and quantity of materials to be encountered, the nature of the groundwater conditions, the character of equipment and facilities needed before and during the execution of the Work, the general and local conditions, and all other matters which can in any way affect the Work under this contract. The prices established for the work to be done will reflect all costs pertaining to the Work. Any claims for extras based on substrata, groundwater table, and other such conditions will not be allowed. 1.38 SUSPENSION OF WORK DUE TO WEATHER A. During inclement weather, all work which might be damaged or rendered inferior by such weather conditions shall be suspended. The orders and decisions of the Engineer as to suspensions shall be final and binding. The ability to issue such an order shall not be interpreted as a requirement to do so. During suspension of the work from any cause, the Work shall be suitably covered and protected so as to preserve it from injury by the weather or otherwise; and, if the Engineer shall so direct, the rubbish and surplus materials shall be removed. 1.39 PERMITS A. Upon notice of award, the Contractor shall immediately apply for all applicable permits not previously obtained by the Owner to do the Work from the appropriate governmental agency or agencies. No work shall begin until all applicable permits have been obtained and copies delivered to the Engineer. The Contractor shall bear all costs for obtaining all permits. BID DocUMENTS oi3ss-io srEC1aL rrd�uc#t�sl4 03720-035-01 Attachment number 4 Page 281 of 646 1.40 PUMPING A. The Contractor with his own equipment shall do all pumping necessary to prevent flotation of any part of the structures during construction operations. B. For the duration of the Contract and with his own equipment, the Contractor shall pump out water and wastewater which may seep or leak into the excavations or structures. Galleries and other operating areas shall be kept dry at all times. The Engineer will determine the extent of pumping required in the tanks, channels, and other non-operating areas. 1.41 OWNER OCCUPANCY AND OPERATION OF COMPLETED FACILITIES A. It is assumed that portions of the Work will be completed before the entire work is completed. Upon completion of construction in each individual facility, including testing, if the Owner, at its sole discretion, desires to accept the individual facility, the Contractor will be issued a dated certificate of completion and acceptance for each individual facility. The Owner will assume ownership and begin operation of the individual facility on that date and the 1-year guaranty period shall begin on that date. The Owner has the option of not accepting any individual completed facility, but accepting the entire work as a whole when it is completed and tested. 1.42 CLAIMS FOR PROPERTY DAMAGE A. Upon notification by the Owner or Engineer, the Contractor shall investigate each claim for property damage and shall file, within 10 days of such notification, a statement with the Owner or Engineer setting forth all facts and details relative to the claim. 1.43 DAILY REPORTS A. The Contractor shall submit daily reports of construction activities, including non- work days. The report shall include the following: 1. Manpower, number of workers by craft. 2. Equipment on the project. 3. Major deliveries. 4. Activities work with reference to the CPM schedule activity numbers. 5. New problems. 6. Other pertinent information. B. A similar report shall be submitted for/by each subcontractor. BID DocUMENTS oi3ss-ii srEC1aL rrd�uc#t�sl4 03720-035-01 Attachment number 4 Page 282 of 646 C. The reports shall be submitted to the Engineer's Field Office within 2 days of the respective report date. Each report shall be signed by the Contractor's Superintendent or Project Manager. 1.44 CONNECTIONS TO EXISTING SYSTEMS A. The Contractor shall perform all work necessary to locate, excavate, and prepare for connections to the terminus of the existing systems all as shown on the Drawings or where directed by the Engineer. The cost of this work and for the actual connection of the existing mains shall be included in the bid for the project and shall not result in any additional cost to the Owner. 1.45 COORDINATION OF WORK A. Because of the nature of this project, the Contractor should expect other construction to occur in the vicinity of this project during the Contract. In such instances, the Contractor will be required to cooperate fully to eliminate or minimize the creation of conflicts. Adjustments from time to time may be required in the Contractor's work location and/or schedule provided a reasonable notice is given by the Owner or Engineer. B. The Contractor shall afford other contractors and the Owner reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work and shall properly connect and coordinate the Work with such other work. The Contractor shall coordinate his Work with the Owner and other contractors to store his apparatus, materials, supplies, and equipment in such orderly fashion at the site of the Work so that it will not unduly interfere with the progress of the Work or the work of any other contractors. C. If the execution or result of any part of the Work depends upon any work of the Owner or of any separate contractor, the Contractor shall, before proceeding with the Work, inspect and promptly report to the Owner in writing any apparent discrepancies or defects in such work of the Owner or of any separate contractor that render it unsuitable for the proper execution or result of any part of the Work. D. Failure of the Contractor to inspect and report any deficiencies shall constitute an acceptance of the Owner's or separate contractor's work as fit and proper to receive the Work, except as to defects which may develop in the Owner's or separate contractor's work after completion of the Work and which the Contractor could not have discovered by his inspection before the Work was completed. E. If the Contractor damages the work or property of the Owner or of any separate contractor on the Project or other work on the Site, or delays or interferes with the Owner's work on ongoing operations or facilities or adjacent facilities or the BI� �ocUMENTS o13ss-ia srEC1aL rrd�ud#�s) 4 03720-035-01 Attachment number 4 Page 283 of 646 separate contractor's work, the Contractor shall be liable for damage caused, and, in the case of another contractor, the Contractor shall attempt to settle the claim with the other contractor before the other contractor institutes litigation or other proceedings against the Contractor. F. If a separate contractor sues the Owner on account of any damage, delay, or interference caused or alleged to have been caused by the Contractor, the Owner shall notify the Contractor, who shall defend the Owner in such proceedings at the Contractor's expense. If any judgment or award is entered against the Owner, the Contractor shall satisfy the same and shall reimburse the Owner for all damages, expenses, attorneys' fees, and other costs which the Owner incurs as a result of the judgment or award G. If a separate contractor causes damage to the Work or to the property of the Contractor or causes delay or interference with the Contractor's performance of the Work, the Contractor shall present directly to the separate contractor any claims it may have as a result of such damage, delay, or interference (with an information copy to the Owner) and shall attempt to settle its claim against the separate contractor before instituting litigation or other proceedings against the separate contractor. H. In no event shall the Contractor seek to recover from the Owner or the Engineer, and the Contractor hereby represents to the Owner and the Engineer that he will not seek to recover from them, or either of them, any costs, expenses, (including, but not limited to, attorneys' fees) or losses of profit incurred by the Contractor as a result of any damage to the Work or property of the Contractor or any delay or interference caused or allegedly caused by any separate contractor. I. The Engineer shall determine and adjust any difference or conflict which may arise between the Contractor and other contractors who may be performing work on behalf of the Owner or between the Contractor and workmen of the Owner in regard to their work. If the work of the Contractor is delayed because of any acts of omissions of any other contractor of the Owner, the Contractor shall on that account have no claim against the Owner other than for an extension of time. 1.46 F1NAL GUARANTEE A. The Contractor shall guarantee all work for 1 year from the date of acceptance of the Work by the Owner. B. If, within the guarantee period, repairs or changes are required in connection with guaranteed work, which, in the opinion of the Engineer, are rendered necessary as the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the Contract, the Contractor BID DOCUMENTS 01355-13 SPECIAL PI��I[�I[(�;S`) 4 03720-035-01 Attachment number 4 Page 284 of 646 shall, promptly upon receipt of notice from the Owner and without expense to the Owner, do the following: 1. Place in satisfactory condition in every way all such guaranteed work and correct all defects in the guaranteed work. 2. Make good all damage to the building or site, or equipment or piping, or their contents, which, in the opinion of the Engineer, is the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract. 3. Make good any work or material or the equipment and contents of the building, structure, or site disturbed in fulfilling any such guarantee. C. If the Contractor, after notice, fails to proceed to comply with the terms of this guarantee within 10 days, the Owner may have the defects corrected and the Contractor and his surety shall be liable for all expenses incurred provided, however, that in case of an emergency where, in the opinion of the Owner, delay would cause loss or damage, repairs may be started without notice being given to the Contractor and the Contractor shall pay the cost of such repairs. D. All special guarantees or warranties applicable to specific parts of the Work as may be stipulated in the Contract Specifications or other papers forming a part of this Contract shall be subject to the terms of this Paragraph during the first year of life of each such guarantee. The Contractor shall assemble all special guarantees and manufacturers' warranties, along with a summary list of the special guarantees and warranties, and deliver these to the Engineer before the Work is accepted. 1.47 AUTOMATICALLY CONTROLLED EQUIPMENT (NOT USED) 1.48 EQUIPMENT DATA FORMS A. The Contractor shall obtain, prepare, and submit a complete, detailed listing of equipment and motor data for all electrical items furnished under this Contract. This listing shall be submitted with the preliminary draft of Operations and Maintenance Data Manuals on Equipment Data sheets and the Equipment Manufacturer's Certificate of Installation, Testing, and Instruction and the Manufacturer's Certificate of Compliance forms, which are included at the end of Section 11000, General Equipment Requirements. BID DOCUMENTS 01355-14 SPECIAL PI��I[�I[(�;S`) 4 03720-035-01 Attachment number 4 Page 285 of 646 1.49 RIGHTS 1N AND USE OF MATERIALS FOUND ON THE WORK (NOT USED) 1.50 OWNER-FURNISHED MATERIAL A. The Contractor shall furnish all materials required to complete the Work. No materials will be furnished by the Owner. 1.51 MAINTENANCE AND LUBRICATION SCHEDULES A. The Contractor's attention is directed to Section 01830 for requirements relative to the submission of operating and maintenance data for the mechanical equipment. For all mechanical and electrical equipment furnished, the Contractor shall provide a list including the equipment name, address, and telephone number of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. 1.52 INSTALLATION LISTS A. All manufacturers or equipment suppliers who propose to furnish equipment or products under Division 11, 13, 14, 15, and 16 shall submit an installation list to the Engineer along with the required Shop Drawings. B. The installation list shall include all installation where identical equipment has been installed and has been in operation for at least 1 year. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION BID DocUMENTS oi3ss-is srEC1aL rrd�uc#t�sl4 03720-035-01 Attachment number 4 Page 286 of 646 Item # 14 SECTION 01400 QUALITY REQUIREMENTS PART1 GENERAL 1.01 SCOPE OF WORK A. General Attachment number 4 Page 287 of 646 1. The purpose of this Section is to define minimum requirements for the Quality Assurance (QA) program to be provided by the Contractor. The deliverable documents are defined, along with the method of execution of the QA program. 2. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 3. Specified tests, inspections, and related actions do not limit the Contractor's Quality Control procedures that facilitate compliance with the Contract Documents. B. Definitions 1. Quality Assurance services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with Contract requirements. 2. Quality Control services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction comply with requirements. C. Payment Separate payment will not be made for providing and maintaining an effective Quality Assurance and Quality Control Program, and all costs associated with such a program shall be included in the applicable unit prices, lump-sum prices, or allowances contained in the Contract Price Breakdown. BID DocUMENTS oiaoo-i QUaLITY �QU1���rs14 03720-035-01 Attachment number 4 Page 288 of 646 1.02 RELATED WORK A. Section 01000, Project Requirements. B. Section 01300, Contract Administration. C. Section 03300, Cast-In-Place Concrete. D. Respective Specification Sections. 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE A. The Contractor shall conform to reference standard by date of issue current on date for receiving bids, except where a specific date is established by code. B. For products or workmanship specified by association, trades, or other consensus standards, the Contractor shall comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable code. C. If specified reference standards conflict with Contract Documents, the Contractor shall request clarification from the Engineer before proceeding. 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE A. The Contractor shall install all materials and equipment in a neat and first-class workman-like manner. B. The Engineer reserves the right to direct the removal and replacement of any items which, in the Engineer's opinion, do not present an orderly and reasonably neat or workman-like appearance, provided such an orderly installation can be made using customary trade methods. The removal and replacement shall be done when directed in writing by the Engineer at the Contractor's own expense and without additional expense to the Owner. 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) 1.10 TOLERANCES BID DocUMENTS oiaoaz QUaLITY �QU1���rs14 03720-035-01 Attachment number 4 Page 289 of 646 A. Monitor tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. If manufacturers' tolerances conflict with Contract Documents, request clarification from the Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. The Contractor is responsible for quality control and shall establish and maintain an effective quality-control system in compliance with the Contract Documents. The quality- control system shall consist of plans, procedures, and organization necessary to produce an end product which complies with the Contract requirements. The system shall cover all Work and shall be keyed to the proposed design and construction sequence. 3.02 QUALITY CONTROL PLAN A. GeneraL• Not later than 30 calendar days after receipt of Notice to Proceed, the Contractor shall furnish for review by the Engineer the Quality Control (QC) Plan proposed to implement the requirements of the Contract. The Plan shall identify personnel, procedures, control, instructions, test, records, and forms to be used. The Engineer will consider an interim plan for the first 30 calendar days of operation. B. Content of the QC Plan: The QC Plan shall include, at a minimum, the following to cover all construction operations, both on-site and off-site, including work by subcontractors, fabricators, suppliers,: 1. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, off-site fabricators, suppliers, and purchasing agents. 2. Reporting procedures, including proposed reporting formats. BID DOCUMENTS 01400-3 QUALITY REQU��]�l�}I S'� 4 03720-035-01 Attachment number 4 Page 290 of 646 C. Acceptance of Plan: Acceptance of the Contractor's plan is required before the start of Work. Acceptance is conditional and will be predicated on satisfactory performance during the Work. The Engineer reserves the right to require the Contractor to make changes in its QC Plan and operations including removal of personnel, as necessary, to obtain the quality specified. D. Notification of Changes: After acceptance of the QC Plan, the Contractor shall notify the Engineer in writing of any proposed change. Proposed changes are subject to acceptance by the Engineer. 3.03 SUBMITTALS A. Submittals shall be made as specified in Section 01330, Submittals and Acceptance. The QC organization shall be responsible for certifying that all submittals are in compliance with the Contract requirements. 3.04 TESTS A. Testing Services: 1. All tests to determine compliance with the Contract Documents shall be performed by an independent commercial testing firm acceptable to the Owner. The testing firm's laboratory shall be staffed with experienced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards. 2. Testing services provided by the Owner are for the sole benefit of the Owner; however, test results shall be available to the Contractor. Testing necessary to satisfy the Contractor's internal Quality Control Procedures shall be the sole responsibility of the Contractor. 3. When necessary, the Contractor shall interrupt its Work for Owner sampling and testing. The Contractor shall have no Claim for increase in Contract Price or Contract Time due to such interruption. The Contractor shall cooperate in these testing activities as needed. 4. Testing, including sampling, will be performed by the testing firm's laboratory personnel in the general manner indicated in the Specifications. B. Transmittal of Test Reports: BID DOCUMENTS 01400-4 QUALITY REQU��]�l�}I S'� 4 03720-035-01 Attachment number 4 Page 291 of 646 Written reports of tests and engineering data furnished by the Contractor for the Engineer's review shall be submitted as specified for Shop Drawings. C. Manufacturer's Field Services: 1. The manufacturer's field services will be specified in the respective Equipment Sections. 2. An experienced, competent, and authorized representative of the manufacturer of each item of equipment for which field services are indicated shall visit the Site of the Work and inspect, check, adjust if necessary, and approve the equipment installation. In each case the manufacturer's representative shall be present when the equipment is placed in operation. The manufacturer's representative shall revisit the Site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of the Engineer. 3. Each manufacturer's representative shall furnish to the Owner, through the Engineer, a written report certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, has been operated under full load conditions, and has operated satisfactorily. 3.05 COMPLETION INSPECTION A. Final Completion Punch List: Near the completion of all Work the QC Officer shall inspect the Work and develop a"punch list" of items which do not conform to the approved Drawings and Specifications. Such a list of deficiencies shall be included in the QC documentation and shall include the estimated date by which the deficiencies will be corrected. The Contractor shall make a second inspection to ascertain that all deficiencies have been corrected. Once this is accomplished, the Contractor shall notify the Engineer that the Facility is ready for the Engineer's final inspection. B. Final Inspection and Acceptance: The Contractorand the Engineer will be in attendance at this inspection. Additional Engineer personnel may also be in attendance. The final acceptance inspection will be formally scheduled by the Engineer when all punch list deficiencies have been corrected. Notice will be given to the Engineer at least 14 days before the final inspection and must include the Contractor's assurance that all punch list items will be complete and acceptable by the date scheduled for the final inspection. Failure of the Contractor to have all Contract Work acceptably complete for this inspection will be cause for noncertification of final payment by the Engineer. BID DocUMENTS oiaoo-s QUaLITY �QU1���rs14 03720-035-01 Attachment number 4 Page 292 of 646 3.06 NOTIFICATION OF NONCOMPLIANCE A. The Engineer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Engineer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 3.07 REPAIR AND PROTECTION A. On completion of testing, inspection, sampling, and similar services, the Contractor shall repair damaged construction and restore substrates and finishes. B. The Contractor shall protect all construction exposed by or for Quality Control service activities. C. The repair and protection are the Contractor's responsibilities, regardless of the assignment of responsibility for Quality Control services. END OF SECTION BID DOCUMENTS 01400-6 QUALITY REQU��]�l�}I S'� 4 03720-035-01 Attachment number 4 Page 293 of 646 SECTION 01450 TESTING AND TESTING LABORATORY SERVICES PART1 GENERAL 1.01 SCOPE OF WORK A. The Owner will pay for the costs of all passing laboratory tests required to determine, where applicable, soil density, concrete compressive strength, and bacteriological clearance of water main. The cost of all testing shall be paid for from the Bid Item allowance as stated in the Bid Form. Costs will be determined from direct invoices from the testing laboratory to the Contractor. Failed tests will be back-charged to the Contractor at the time of final payment. All required soil, concrete, and bacteriological water testing shall be coordinated with and scheduled by the Contractor. 1 2 The Contractor shall cooperate with the laboratory to facilitate the execution of required services. The Owner shall approve the selection of the testing laboratory. 3. Employment of a testing laboratory shall in no way relieve the Contractor of the obligation to perform work in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK A. B. C. D. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, orders, or approvals of public authorities. Respective Sections: Certification of products. Each Section listed: Laboratory tests required and standards for testing. Testing Laboratory inspection, sampling, and testing are required for but are not limited to the following: 1. Section 03200, Concrete Reinforcement. 2. Section 03300, Cast-in-Place Concrete. 1.03 SUBMITTALS Item # 14 BID DOCUMENTS 01450-1 TESTING AND TESTING 03720-035-01 LABORATORY SERVICES � :. C. Attachment number 4 Page 294 of 646 The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance. Submit to the Engineer for review a list and schedule of all tests to be conducted. Describe test procedures along with duration of tests. D. After each inspection and test, the Laboratory shall promptly submit two copies of the laboratory report to the Engineer, one copy to the Contractor, and one copy to the Owner. E F Include the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 Date issued. Project title and number. Name of field testing technician or inspector. Date and time of sampling or inspection. Identification of product and Specifications Section. Location in the Project. Type of inspection or test. Date of test. Results of test. Conformance with Contract Documents. When requested by the Engineer, provide interpretation of test results. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of this Section. Where this Section differs from these documents, the requirements of this Section shall apply. A. American Society for Testing and Materials (ASTM) 1. ASTM E329—Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. 2. ASTM D3740—Standard Practice for Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. Item # 14 BID DOCUMENTS 01450-2 TESTING AND TESTING 03720-035-01 LABORATORY SERVICES Attachment number 4 Page 295 of 646 1.06 QUALITY ASSURANCE A. The Laboratory is not authorized to do any of the following: 1. Release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Engineer of Record or the Engineer. B. The Contractor shall be responsible for the following: 1. Cooperating with laboratory personnel, providing access to work and to manufacturer's operations. 2. Securing and delivering representational samples require testing. to the laboratory adequate quantities of of materials proposed to be used and which 3. Providing to the laboratory the preliminary design mix proposed to be used for concrete and other materials mixes which require control by the testing laboratory. 4. Furnishing incidental labor and facilities: a. To provide access to work to be tested. b. To obtain and handle samples at the project site or at the source of the product to be tested. c. To facilitate inspections and tests. d. To store and cure test samples. 5. Notifying the Engineer and laboratory sufficiently in advance of operations to allow for the laboratory to assign personnel and schedule tests. 6. Employing and paying for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling, and testing required for the Equipment Supplier or Contractor's (as applicable) convenience. C. Materials and equipment used in the performance of Work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the equipment supplier or Contractor (as applicable) to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured Item # 14 BID DOCUMENTS 01450-3 TESTING AND TESTING 03720-035-01 LABORATORY SERVICES Attachment number 4 Page 296 of 646 or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. D. If the test and any subsequent retest results indicate that the materials or equipment fail to meet the requirements of the Contract Documents, the equipment supplier or Contractor (as applicable) shall pay for the laboratory costs directly to the testing firm and these will not be reimbursable to the equipment supplier or Contractor (as applicable). 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS � : � Comply with requirements of ASTM E329 and ASTM D3740. Laboratory: Licensed to operate in Florida. Laboratory Staff: Maintain a full-time Professional Engineer registered in Florida on staff to review the services performed under this project. D. Testing Equipment: Calibrated at reasonable intervals with devices of accuracy traceable to either Nation Bureau of Standards (NBS) or accepted values of natural physical constants. E. F � H. I. Provide qualified personnel at the site. Cooperate with the Engineer and Contractor in performing services. Perform specified inspection, sampling, and testing of products in accordance with specified standards. Ascertain compliance of materials and mixes with requirements of Contract Documents. Promptly notify the Engineer and Contractor of observed irregularities or non- conformance of Work or Products. Perform additional inspections and tests required by Engineer. Item # 14 BID DOCUMENTS 01450-4 TESTING AND TESTING 03720-035-01 LABORATORY SERVICES Attachment number 4 Page 297 of 646 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01450-5 TESTING AND TESTING 03720-035-01 LABORATORY SERVICES Attachment number 4 Page 298 of 646 Item # 14 Attachment number 4 Page 299 of 646 SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. Section 01100, Summary of Work B. Section 1815, Maintenance of Plant Operation and Sequence of Construction 1.03 1.04 1.05 1.06 1.07 1.08 1.09 SUBMITTALS (NOT USED) WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) 1.10 RESPONSIBILITY A. This Section specifies the minimum requirements for temporary facilities, utilities, and controls required to provide an adequate and safe work site at every stage during construction of the Project. The Contractor is solely responsible for the requirements set forth in this Section. 1.11 ONSITE TEMPORARY A. Except as otherwise indicated, the Contractor may, at his option, furnish stand- alone utility plants to provide needed services in lieu of connected services from available public utilities, provided such stand-alone plant facilities comply with all governing regulations. Before availability of temporary utility services, the Contractor will provide trucked-in/trucked-out containerized or unitized services for start-up of construction operations at the site. BID DOCUMENTS 01500-1 TEMPORARY FACILITIES AND d�(�.S`) 4 03720-035-01 Attachment number 4 Page 300 of 646 1.12 C�SZ'S A. Except as otherwise indicated, the costs of providing and using temporary utility services are included in the contract sum. 1.13 TEMPORARY FACILITIES A. The types of utility services required for temporary use at the project site include the following (other specific services may be required for specific construction methods of operations): 1. Electrical Power Service. 2. Water Service (potable for certain uses). 3. Sanitary. 4. Storm Sewer or Open Drainage/Run-off Control. 5. Gas (fuel) Service. 6. Telephone Service. 1.14 TEMPORARY ELECTRICITY A. The Contractor shall make the necessary applications and arrangements and pay all fees and charges for electrical energy for power and light necessary for proper completion of the Work and during its entire progress up to time of final acceptance by the Owner. The Contractor shall provide and pay for all temporary switches, connections, and meters. 1.15 TEMPORARY WATER A. The Contractor shall make all necessary application and arrangements and pay all fees and charges for water necessary for the proper completion of the Project up to the time of final acceptance. The Contractor shall provide and pay for any temporary piping and connections. 1.16 TEMPORARY SANITARY FACILITIES A. The Contractor shall provide adequate sanitary facilities for the use of those employed on the work.Such facilities shall be made available when the first employees arrive on the site of the work, shall be properly secluded from public observation, and shall be constructed and maintained during the progress of the work in suitable numbers and at such points and in such manner as may be required or approved. BID DOCUMENTS 01500-2 TEMPORARY FACILITIES AND d�1'k(�.S) 4 03720-035-01 Attachment number 4 Page 301 of 646 1.17 CLEANLINESS OF FACILITIES A. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the Owner, or on adjacent property. 1.18 TERMINATION AND REMOVAL A. The Contractor shall, at the time the need for a temporary utility service has ended or has been replaced by use of permanent services, or not later than the time of final completion, promptly remove the installation unless requested by the Engineer to retain it for a longer period. Any work which may have been delayed or affected by the installation and use of the temporary utility, including repairs to construction and grades and restoration and cleaning of exposed surfaces, shall be completed at this time. The Contractor shall replace any work damaged beyond acceptable restoration. 1.19 NOISE CONTROL A. The Contractor shall provide adequate protection against objectionable noise levels caused by the operation of construction equipment. Noise levels shall not exceed the levels established by local by-laws and/or ordinances. 1.20 DUST CONTROL A. The Contractor shall provide for adequate protection against raising objectionable dust clouds caused by moving construction equipment, high winds, or any other cause. 1.21 WATER CONTROL A. The Contractor shall provide for satisfactory disposal of surplus water and shall submit a plan to the Engineer for his review before initiating and implementing the plan. Prior approval shall be obtained from the proper authorities for the use of public or private lands or facilities for such disposal. 1.22 POLLUTION CONTROL A. The Contractor shall provide for adequate protection against polluting any public or private lands, lakes, ponds, rivers, streams, creeks, and other such areas by the disposal of surplus material in the form of solids, liquids, gases, or from any other cause. BID DOCUMENTS 01500-3 TEMPORARY FACILITIES AND d�(�.S`) 4 03720-035-01 Attachment number 4 Page 302 of 646 1.23 ADVERSE IMPACT A. The Contractor shall evaluate and assess the impact of any adverse effects on the natural environment which may result from construction operations and shall operate to minimize pollution of air, ground, or surface waters vegetation, and afford the neighboring community the maximum protection during and up to completion of the construction project. 1.24 STREAMS, LAKES, AND OTHER BODIES OF WATER A. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes, and reservoirs with fuels, oils, bitumens, calcium chloride, or other harmful materials. He shall conduct and schedule his operations so as to avoid or otherwise prevent pollution of siltation of streams, lakes, and reservoirs and to avoid interference with the movements of migratory fish. 1.25 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant, or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with lnstructlons. 1.26 EROSION CONTROL A. The Contractor shall not expose by construction operations a larger area of erosive land at any one time than the minimum necessary for efficient construction operations, and the duration of exposure of the uncompleted construction to the elements shall be as short as practicable. Erosion-control features shall be constructed concurrently with other work and at the earliest practicable time. 1.27 STORAGE FACILITIES A. All products, materials, and equipment shall be stored in accordance with the manufacturer's instructions, with seals and labels intact and legible. Products subject to damage by the elements shall be stored in weathertight enclosures. Temperature and humidity shall be maintained within the ranges required by the manufacturer's instructions. Fabricated products shall be stored above the ground on blocking or skids. Products which are subject to deterioration shall be covered with impervious coatings with adequate ventilation to avoid condensation. Loose granular materials shall be stored in a well-drained area on solid surfaces to BID DOCUMENTS 01500-4 TEMPORARY FACILITIES AND d�(�.S`) 4 03720-035-01 Attachment number 4 Page 303 of 646 prevent mixing with foreign matter. Any products which will come in contact with water shall be stored off the ground to prevent contamination. 1.28 INSPECTION A. Storage shall be arranged in such a manner to provide easy access for inspection. Periodic inspections shall be made of all stored products to ensure that they are maintained under specified conditions and free from damage or deterioration. 1.29 TEMPORARY FLOW DIVERSION SYSTEM A. The Contractor shall be responsible for providing temporary flow diversion system to divert the flow during the construction period. The flow to be diverted includes influent flow, RAS, IR, oxidation ditch effluent, and flow between tanks. B. The Contractor shall thoroughly evaluate the flow and biological treatment requirements when designing the diversion system. C. The Contractor shall be responsible for the means and methods for the flow diversion and maintaining the biological treatment processes to meet effluent discharge permit requirements, and shall submit the temporary plan with detail calculations, at least 14 days prior to implementation, to the Engineer for review. D. During the construction, the Contractor shall maintain the operation of the biological treatment processes, in compliance with the effluent discharge permit requirements, and to prevent any spillage. The Contractor shall be responsible for the permit violation related to his work. 1.30 TEMPORARY PROTECTION A. After installation, the Contractor shall provide substantial coverings as necessary to installed products to protect them from damage from traffic and subsequent construction operations. Coverings shall be removed when no longer needed. 1.31 ADJACENT TO WORK A. The Contractor shall preserve from damage all property along the line of the work or which is in the vicinity of or in any wise 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. 1.32 REMEDY BY OWNER BID DOCUMENTS 01500-5 TEMPORARY FACILITIES AND d�1'k(�.S) 4 03720-035-01 Attachment number 4 Page 304 of 646 A. In case of failure on the part of the Contractor to restore such property, or make good such damage or 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 to the Contractor under this Contract. 1.33 PROTECTION FROM DAMAGE A. The Contractor shall be responsible for the protection of property in the areas in the vicinity of the Project and for the protection of his equipment, supplies, materials, and work against any damage resulting from the elements, such as flooding, by rainstorm, wind damage, or other precautions against any such damage occurrence, and shall be responsible for damage resulting from same. The Contractor shall provide adequate drainage facilities, tie-downs, or other protection throughout the contract period for the protection of his, the Owner's, and other properties from such damage. 1.34 TRAFFIC REGULATION A. Signs, marking barricades, and procedures shall conform to the requirements of the Florida Department of Transportation Manual on Traffic Controls and Safe Practices for Street and Highway Construction, Maintenance, and Utility Operations. 1.35 REMOVAL OF SIGNAGE A. On completion of the Work, the Contractor shall remove all debris, excess materials, barricades, and temporary work, leaving walkways and roads clear of obstructions. PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION BID DOCUMENTS 01500-6 TEMPORARY FACILITIES AND d�(�.S`) 4 03720-035-01 SECTION 01600 MATERIALS AND EQUIPMENT PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 305 of 646 This section includes the minimum requirements for the furnished materials and equipment for this proj ect. The more stringent requirements in the technical specification sections shall take precedence over these requirements for any conflicts. A. Materials and equipment furnished by the Contractor shall be new and shall not have been in service at any other installation unless otherwise approved. They shall conform to applicable specifications approved in writing by the Engineer. B. Manufactured and fabricated products shall be designed, fabricated, and assembled in accordance with the best engineering and shop practices. Like parts of duplicate units shall be manufactured to standard sizes and gauges so as to be interchangeable. C. � E. Quantities of items that are identical shall be by the same manufacturer, regardless of the Design Package breakdown. Equipment sizes, capacities, and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. Materials and equipment shall not be used for any purpose other than that for which they are designed or specified. F. Where materials or equipment are specifically shown or specified to be reused in the Work, special care shall be used in removal, handling, storage, and reinstallation, to ensure their proper function in the completed work. � Material and equipment incorporated into the work: 2. 3 Shall conform to applicable specifications and standards. Shall comply with size, make, type, and quality specified, or as specifically approved in writing by the Engineer. Manufactured and fabricated products: a. Rotating machinery shall be designed and fabricated to provide satisfactory operation without excessive wear and without excessive BID DOCUMENTS 01600-1 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 306 of 646 maintenance during its operating life. Rotating parts shall be statically and dynamically balanced and shall operate without excessive vibration. 1.02 RELATED WORK A. Section III, General Conditions B. Section IV, Standard Specifications. C. Section 01000, Project Requirements. D. Section 01740, Final Cleaning. E. Section 01780, Warranties and Bonds. F. Section 01830, Operations and Maintenance Manuals. 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650 for storage and protection of the items specified in this Section. B. Materials and equipment shall be loaded and unloaded by methods affording adequate protection against damage. Every precaution shall be taken to prevent injury to the material or equipment during transportation and handling. Suitable power equipment shall be used and the material or equipment shall be under control at all times. Under no condition shall the material or equipment be dropped, bumped, or dragged. When a crane is used, a suitable hook or lift sling shall be used. The crane shall be so placed that all lifting is done in a vertical plane. Materials or equipment skid loaded, palletized, or handled on skidways shall not be skidded or rolled against material or equipment already unloaded. C. Material and equipment shall be delivered to the job site by means that will adequately support it and not subject it to undue stresses. Material and equipment damaged or injured in the process of transportation unloading or handling shall be rejected and immediately removed from the site. BID DOCUMENTS 01600-2 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 307 of 646 D. The Contractor shall coordinate the delivery of all materials, including those furnished by the Owner. The Contractor shall be responsible for the proper transport, handling, and storage of all materials, and they shall be protected to ensure their expected performance. Delivery schedules shall be coordinated by the Contractor, in advance, so that the work will be done in a timely manner. E. The Contractor shall coordinate deliveries ofproducts with construction schedules to avoid conflict with work and conditions at the site. The Contractor shall also do the following: F 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to ensure compliance with requirements of Contract Documents and approved submittals and that the products are properly protected and undamaged. The Contractor shall provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. G. All materials and equipment shall be stored on-site in complete compliance with the manufacturer's recommendations. Before storing equipment on the site, the Contractor shall provide written instructions for storage from the manufacturer. H. Storage of equipment shall be in strict accordance with the "instructions for storage" of each equipment supplier and manufacturer including connection of heaters, placing of storage lubricants in equipment, etc. Corroded, damaged, or deteriorated equipment and parts shall be replaced before they are accepted for the Project. Equipment and materials not properly stored will not be included in a payment estimate. I. The Contractor shall store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. 2. Store products subject to damage by the elements in weather-tight enclosures. Maintain temperature and humidity within the ranges required by the manufacturer's instructions. 3. Store fabricated products above the ground, on blocking or skids to prevent soiling or staining. Cover products that are subject to deterioration with impervious sheet coverings, and provide adequate ventilation to avoid condensation. BID DOCUMENTS 01600-3 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 308 of 646 4. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. J. All materials and equipment to be incorporated in the work shall be handled and stored by the Contractor before, during, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft, or damage of any kind to the material or equipment. K. All materials which, in the opinion of the Engineer, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the work, and the Contractor shall receive no compensation for the damaged material or its removal. L. The Contractor shall arrange storage in a manner to provide easy access for inspection and make periodic inspections of stored products to ensure that products are maintained under specified conditions, free from damage or deterioration. M. The Contractor shall provide substantial coverings as necessary to protect installed products from traffic damage and subsequent construction operations and shall remove these coverings when they are no longer needed. N. Should the Contractor fail to take proper action on storage and handling of equipment supplied under this Contract, within seven days after written notice to do so has been given, the Owner retains the right to correct all deficiencies noted in the previously transmitted written notice and deduct the cost associated with these corrections from the Contractor's Contract. These costs may include expenditures for labor, equipment usage, administrative, clerical, engineering, and any other costs associated with making the necessary corrections. 1.09 QUALIFICATIONS (NOT USED) 1.10 ACCEPTANCE OF MATERIAL AND EQUIPMENT A. Only new materials and equipment shall be incorporated in the Work. All materials and equipment furnished by the Contractor shall be subject to the inspection and acceptance of the Engineer. No material shall be delivered to the site that does not meet the Contract specifications. B. The Contractor shall submit data and samples sufficiently early to permit consideration and acceptance before materials are necessary for incorporating in the work. Any delay of acceptance resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of claim against the Owner. BID DOCUMENTS 01600-4 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F � Attachment number 4 Page 309 of 646 The materials and equipment used in the work shall correspond to the approved samples or other data. D. If requested, the Contractor shall be required to submit to the Engineer ample evidence that each and every part of the materials, machinery, and equipment to be furnished is of a reliable make and of a type that has been in successful operation within the continental United States. No equipment will be considered unless the manufacturer has designed and manufactured equipment of a comparable type and size for at least three years. Installation of any experimental or untried type of material or machinery will not be allowed by the Engineer and Owner. E. The equipment specified herein shall be carefully designed and installed to ensure that it adequately performs all required functions within the specified degree of precision. Each unit shall operate with each of the other parts of the equipment to provide a completely integrated system that shall operate to the satisfaction of the Engineer and Owner. F. All equipment, machinery, parts, and assemblies of equipment, machinery, or parts entering into the work shall be tested as specified. Unless waived in writing by the Engineer, all field and operating tests shall be made in the presence of the Engineer or the Engineer's authorized representative. When such a waiver is issued, sworn statements in duplicate of the tests made and the results thereof shall be furnished to the Engineer by the Contractor or manufacturer. G. The Contractor shall submit copies of welding procedures for all welding. Welders and welding operators shall be selected in accordance with the qualification requirements of the AWS Code. Welders and welding operators for stainless steel shall pass qualification tests using stainless steel filler metal and procedures developed for stainless steeL Procedures, welder, and operator qualifications shall be certified by an independent testing laboratory retained and paid by the Contractor. !� The Contractor shall not start fabrication of the work until the Contractor receives written acceptance of the proof of welding procedures from the Engineer for each type of weld. I. The Contractor shall submit copies of mill certificate for each type of rolled steel and as required in the Specifications. The Contractor shall not start fabrication of the work until the Contractor receives written acceptance of all mill certificates from the Engineer. 1.11 MANUFACTURER'S INSTRUCTIONS FOR INSTALLATION � The equipment installation details shall suit the existing and furnished equipment and are subject to acceptance by the Engineer. BID DOCUMENTS 01600-5 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 310 of 646 B. Any changes or revisions made necessary by the type and dimensions of the equipment furnished shall be made at the expense of the Contractor who shall furnish detailed drawings showing such changes or revision for the acceptance of the Engineer. C. The installation of all work shall comply with the manufacturer's printed instructions. The Contractor shall obtain and distribute copies of such instructions to parties involved in the installation including six copies to the Engineer for distribution. One complete set of instructions shall be maintained at the job site during installation and until the project is complete. D. All products and equipment shall be handled, installed, connected, cleaned, conditioned, and adjusted in accordance with the manufacturer's instructions and specified requirements. Should job conditions or specified requirements conflict with the manufacturer's instructions, such conflicts shall be called to the Engineer's attention for resolution and revised instructions. E. The Contractor shall perform work according to the manufacturer's instructions and not omit any preparatory step or installation procedure unless the instructions are specifically modified or the step or procedure exempted by Contract Documents. 1.12 INSTALLATION OF EQUIPMENT A. The cost of the Work shall include the cost of competent manufacturers' representatives of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel on operation and maintenance. B. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, and that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted before Substantial Completion. The Manufacturer's Certificate of Compliance and Equipment Manufacturer's Certificate of Installation Testing and Instruction are included in Section 11000, General Equipment Requirements. C. The Contractor shall furnish the service of competent manufacturers' representatives for Contractor- or Owner-furnished equipment when evident malfunction or over- heating makes such services necessary or as determined by the Engineer. All such equipment shall be installed by skilled mechanics and in accordance with the instructions of the manufacturer. BID DOCUMENTS 01600-6 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 311 of 646 D. Special care shall be taken to ensure proper alignment of all equipment with particular reference to mechanical equipment such as blowers, pumps, mixers, and electric drives. These units shall be carefully aligned on their foundations by qualified millwrights after their sole or base plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the manufacturer has approved the foundation alignments, the bedplates or wing feet of the equipment shall be securely bolted in place. The alignment of equipment shall be further checked after securing to the foundations. After all alignments are confirmed, the sole or base plates shall be finally grouted in place. The Contractor shall be responsible for the exact alignment of equipment with associated piping, and under no circumstances, will "pipe springing" be allowed. Special installation requirements in technical specifications shall take precedence over the requirements of this section. E. The Contractor shall furnish all wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to properly align, level, and secure an apparatus in place. All parts intended to be plumb or level must be proven exactly so. Any grinding necessary to bring parts to proper alignment after erection shall be done at the expense of the Contractor. F. The Contractor shall furnish the necessary materials and construct suitable concrete foundations or pads for all equipment installed by the Contractor, even though such foundations or pads may not be indicated on the Drawings. The tops of foundations shall be at such elevations as will permit grouting. G. In setting pumps, motors, and other items of equipment customarily grouted, the Contractor shall make an allowance of at least 1 inch (2.54 cm) for grout under the equipment bases. Shims used to level and adjust the bases shall be steeL Shims may be left embedded in the grout, in which case they shall be installed neatly and so as to be as inconspicuous as possible in the completed work. Unless otherwise permitted, all grout shall be a suitable non-shrinking grout. 1. Grout shall be mixed and placed in accordance with the recommendations of the manufacturer. Where practicable, the grout shall be placed through the grout holes in the base and worked outward and under the edges of the base and across the rough top of the concrete foundation to a peripheral form so constructed as to provide a suitable chamber around the top edge of the finished foundation. 2. Where such procedure is impracticable, the method of placing grout shall be as permitted. After the grout has hardened sufficiently, all forms, hoppers, and excess grout shall be removed, and all exposed grout surfaces shall be patched in an approved manner and, if necessary, as required by the BID DOCUMENTS 01600-7 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 312 of 646 Engineer, given burlap-rubbed finish and painted with at least two coats of an acceptable paint. 1.13 SPECIAL TOOLS A. Manufacturers of equipment and machinery shall furnish two sets of any special tools (including grease guns or other lubricating devices) required for normal adjustment, operations and maintenance, and disassembly, together with instructions for their use. The Contractor shall preserve and deliver to the Owner these tools and instructions in good order before completion of the Contract. Tools shall be high- grade, smooth, forged, alloy tool steel. Grease guns shall be lever-type. B. Special tools are considered to be those tools which because of their limited use are not normally available, but which are necessary for the particular equipment. C. Special tools shall be delivered at the same time as the equipment to which they pertain. The Contractor shall properly store and safeguard such special tools until completion of the work, at which time they shall be delivered to the Owner. 1.14 LUBRICATION SYSTEM A. The minimum design criteria for lubrication of moving parts of the equipment shall include one week of continuous operation during which no lubricants shall be added to the system. B. The system shall be designed to receive lubricants whether in operation or shut down and shall not leak or waste lubricants under either condition. The manufacturer's recommendations of grade and quality and a supply of the lubricants so recommended in quantities sufficient to conduct start up and testing operations shall be furnished with the equipment. 1.15 TESTS AND TEST REPORTS A. When used in the Contract Documents, "Factory/Fabricating Shop Performance, Evaluation, Certification, and/or Acceptance Tests and Test Reports" shall be considered to mean the corresponding manufacturer's, fabricator's, and/or other builder's official test and tests reports of same. Included in these test reports shall be appropriate substantiating documentation/data ascertaining the correct and complete manufacture, fabrication, and "shop performance" (to the greatest extent normally practicable) of the particular material, equipment, system, and/or facilities proposed for eventual delivery. These are subdivided into three significant tests and test report types: 1) Certification Tests and Test Reports, 2) Factory Tests and Test Reports, and 3) Shop Performance/Evaluation Tests and Test Reports. Minimal requirements are described below: BID DOCUMENTS 01600-8 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F : C. Attachment number 4 Page 313 of 646 Certification Tests and Test Reports 1. Standard specifications, code references, etc. for minimum quality and workmanship levels are indicated in the Contract Documents and Construction Documents. Statements, certificates, and other substantiating reporting data, hereinafter called "Certification Test Reports," of tests conducted on previously manufactured materials or equipment identical to that proposed for use shall be compiled by the Contractor. 2. At a minimum, all Certification Test Reports shall contain an official analysis of sufficient material composition or show evidence of ineeting or exceeding the specified material standard(s) referenced, e.g., ASTM, ASME, or other designations. All reports shall also indicate from whom the material was/will be purchased. 3. The Contractor shall pay all costs of certification tests and test reports. Factory Tests and Test Reports 1. Additional tests and reports performed on material or equipment by the manufacturer or fabricator to ascertain quality or workmanship are referred to herein as "Factory Tests and Test Reports." 2. Before the delivery of any Factory Test Report, the Contractor shall first submit for review and approval a detailed description of the proposed testing including reporting procedure and criteria. Such descriptions shall also be delivered to the Engineer for review as part of the first submission of the technical submittal. 3. Materials and equipment used in the performance of the Work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. If Work to be accomplished away from the construction site is to be inspected on behalf of the Owner during its fabrication or manufacture, the Contractor shall give prior notice to the Engineer of the place and time where such fabrication or manufacture is to be done. Such notice shall be in writing and delivered to the Engineer not less than 30 days before such event so that the necessary arrangements for the particular factory inspection tests can be made. 4. Upon completion of the factory inspection tests and immediately following manufacture or fabrication, the Contractor shall compile a complete Factory Test Report following the approved format above. All such reports shall be BID DOCUMENTS 01600-9 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F C E Attachment number 4 Page 314 of 646 delivered to the Engineer for review as part of the technical submittal corresponding to such tested material or equipment. Shop Performance/Evaluation Tests and Tests Reports 1. Material and equipment used in the performance of the Work of this Contract are also subject to evaluation and testing after the complete full-scale assembly into major equipment and/or systems. Shop Performance/Evaluation Tests, i.e., tests of simulated startup, steady-state, variable loading, and other normal operating conditions, for such assembled equipment/systems shall be accomplished in strict accordance with the standard testing practices specified or otherwise accepted by the Engineer. 2. Before the delivery of any Shop Performance/Evaluation Test Report, the Contractor shall submit for review a detailed description of the proposed performance/evaluation tests, including anticipated reporting procedures, data reduction, and criteria used. Where appropriate, such descriptions shall also be delivered to the Engineer for review as part of a first or subsequent submission of the technical submittal. 3. Should such performance/evaluation tests be accomplished away from the construction site, the Contractor shall give prior notice to the Engineer of the places and times where such tests will be accomplished. Such prior notice shall be in writing and delivered not less than 30 days before such events so that necessary arrangements for the particular tests can be made. 4. The requirements above pertaining to Factory Tests and Test Reports shall be incorporated herein for shop Performance/Evaluation Tests and Test Reports. Unless factory tests are coincident with shop performance tests and vice versa for the same material or equipment, a minimum of 15 days shall be scheduled between such multiple equipment tests, where extended travel is required. Cost of Performance Shop Tests The Contractor shall, if applicable, conduct shop performance full-scale tests at its expense on all equipment as specified. Each piece of equipment shall be tested completely assembled and the shop tests performed by the equipment manufacturer until successful tests are achieved. 2. If the performance tests are conducted outside the continental United States, the Contractor shall pay all transportation expenses incurred by the Owner's representatives in witnessing the tests at no additional cost to the Owner. BID DOCUMENTS 01600-10 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 315 of 646 1.16 FIELD TESTING A. Field-testing shall be conducted when called for in the Technical Specification Sections and on all completed systems in general. The Contractor shall provide services of a factory-authorized service representative to perform, approve, and certify the field testing specified in this Section. Field testing shall generally consist of performing the pre-startup and startup tests as specified in the Division 11 Specifications and the final mechanical performance test specified in Section 11000. The Contract Documents may require the Contractor to perform factory testing on equipment items before the Engineer approves their use for this project. The Contractor shall refer to the Division 11 Specifications regarding equipment shop testing requ�rements B. After completion of the installation, the Contractor, in the presence of the Engineer, under actual operating conditions, shall test the system. Tests shall be performed according to manufacturer's recommendations. C. The Contractor shall include with its bid the services of the equipment manufacturer's field service technician for a period necessary to complete the work to the satisfaction of the Engineer and the Owner. D. This service shall be for the purposes of checkout, initial start-up, certification, and instruction of facilities personnel. E. A written report covering the technician's findings and installation approval shall be submitted to the Engineer covering all inspections and outlining in detail any deficiencies noted. 1.17 ACCEPTANCE OF 1NSTALLATION C� The Engineer may accept an equipment system installation as ready for Substantial Completion when: 1 2. The Engineer has accepted all factory tests and all other component testing. The Engineer has accepted all performance shop tests. 3. All components of the system are installed and tested, including without limitation hydrostatic tests, leak tests, continuity tests, insulation resistance tests, phase rotation tests, bump tests, stroke testing, calibration, adjustment for proper operation, and all other component tests as appropriate. 4. Field start-up activities have been completed and approved by the Engineer. BID DOCUMENTS 01600-11 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 316 of 646 5. The appropriate certificates have been submitted. 6. All equipment has met the performance requirements. 7. The Engineer has accepted integrated system tests and adjustments performed by the Contractor to demonstrate that the system as a whole functions reliably and meets the performance requirements, in manual and automatic modes, without failure, fault, or defect of any component or of the system as a whole. 8. The Engineer has accepted integrated facilities tests performed by the Contractor to demonstrate that the entire Construction functions together reliably as an integrated facility, and meets the performance requirements, in manual and automatic modes, without failure, fault, or defect of any component. 9. The Engineer has accepted facilities performance tests which demonstrate that the design criteria and performance criteria are met. 10. The Engineer has accepted the O&M Manuals. 11. All required Owner personnel have been trained. 12. All other Contract requirements for Substantial Completion have been satisfied. 1.18 GREASE, OIL, AND FUEL A. All grease, oil, and fuel required for start-up and testing of equipment shall be furnished with the respective equipment. B. The Contractor shall be responsible for changing the oil in all drives and intermediate drives of each mechanical equipment from after initial break-in of the equipment, which shall be no greater than 30 days. 1.19 ELECTRICAL EQUIPMENT ENCLOSURES A. All items of Electrical equipment that are furnished with process, heating, ventilating, or other equipment shall conform to the requirements specified under the appropriate electrical sections of the specifications. Enclosures for electrical BID DOCUMENTS 01600-12 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 317 of 646 equipment, such as switches and starters, shall conform to the requirements specified under the appropriate electrical sections of the Specifications. 1.20 EQUIPMENT DRIVE GUARDS A. Screens, guards, or cages shall be provided for all exposed rotating or moving parts in accordance with accepted practices of applicable governmental agencies. Unless specified otherwise in the technical sections, guards shall be constructed of galvanized sheet steel or galvanized woven wires or expanded metal set in a frame of galvanized steel members. Guards shall be secured in position by steel braces or straps, which will permit easy removal for servicing the equipment. 1.21 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers; or other acceptable materials. 1.22 CONCRETE INSERTS A. Concrete inserts for hangers shall be designed to support safely, in the concrete that is used, the maximum load that can be imposed by the hangers used in the inserts. Inserts for hangers shall be of a type which will permit adjustment of the hangers both horizontally (in one plane) and vertically and locking of the hanger head or nut. All inserts shall be galvanized. 1.23 SLEEVES A. Unless otherwise indicated on the Drawings or specified, openings for the passage of pipes through floors and walls shall be formed of sleeves of standard-weight, galvanized-steel pipe. Each sleeve shall be of ample diameter to pass the pipe and its insulation, if any, and to permit such expansion as may occur. Sleeves shall be of sufficient length to be flush at the walls and the bottom of the slabs and to project 2 inches above the finished floor surface. Threaded nipples shall not be used as sleeves. B. Sleeves in exterior walls below ground or in walls to have liquids on one or both sides shall have a 2-inch annular fin of 1/4-inch plate welded with a continuous weld completely around the sleeve at about mid-length. Sleeves shall be galvanized after the fins are attached. BID DOCUMENTS 01600-13 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F � Attachment number 4 Page 318 of 646 All sleeves shall be set accurately before the concrete is placed or shall be built-in accurately as the masonry is being built. 1.24 SERVICES OF MANUFACTURER'S REPRESENTATIVE A. The Contractor shall arrange for a qualified service representative from each company manufacturing or supplying certain equipment as listed in this Section (or in the respective Technical Specification sections) to perform the duties herein described. B. After the listed equipment has been installed and the equipment is presumably ready for operation, but before it is operated by others, the representative shall inspect, operate, test, and adjust the equipment. The inspection shall include, but not be limited to, the following points as applicable: 1. Soundness (without cracked, abraded, or otherwise damaged parts). 2. Completeness in all details, as specified. 3. Correctness of setting, alignment, and relative arrangement of various parts. 4. Adequacy and correctness of packing, sealing, and lubricants. C. The operation, testing, and adjustment shall be as required to prove that the equipment is left in proper condition for satisfactory operation under the conditions specified. D. On completion of his or her work, the manufacturer's or supplier's representative shall submit in triplicate to the Engineer a complete, signed report of the result of the inspection, operation, adjustments, and tests. The report shall include detailed descriptions of the points inspected, tests and adjustment made, quantitative results obtained if such are specified, and suggestions for precautions to be taken to ensure proper maintenance. The report also shall include a certificate that the equipment conforms to the requirements of the Contract and is ready for permanent operation and that nothing in the installation will render the manufacturer's warranty null and void. E. After the Engineer has reviewed the reports from the manufacturer's representatives, the Contractor shall make arrangements to have the manufacturer's representatives present when the field acceptance tests are made. F. The Contractor, at a minimum, shall arrange for the service of qualified service representatives from the companies manufacturing or supplying the following equipment and as required in the Technical Specifications: 1. Mixer and motor 2. Positive displacement blowers BID DOCUMENTS 01600-14 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 319 of 646 Medium-bubble diffusers PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION BID DOCUMENTS 01600-15 MATERIALS AND Ep�J�PYIF,�� 4 03720-035-03 r� rri �F Attachment number 4 Page 320 of 646 Item # 14 SECTION 01650 DELIVERY, STORAGE, AND HANDLING PART1 GENERAL 1.01 SCOPE OF WORK 1.02 1.03 1.04 1.05 1.06 1.07 1.08 Attachment number 4 Page 321 of 646 A. This Section specifies the general requirements for the delivery, handling, storage, and protection of all items required in the construction of the work. Specific requirements, if any, are specified with the related item. RELATED WORK (NOT USED) SUBMITTALS (NOT USED) WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING The Contractor shall also do the following: A. Transport and handle items in accordance with the manufacturer's instructions. B. Schedule delivery to reduce long-term onsite storage before installation and/or operation. Under no circumstances shall equipment be delivered to the site more than 1 month before installation without written authorization from the Engineer. C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged, or sensitive to deterioration. D. Deliver products to the site in the manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting, and installing. E. Unload and place all items delivered to the site in a manner which will not hamper normal construction operation nor that of subcontractors and other contractors and will not interfere with the flow of necessary traffic. Item # 14 BID DOCUMENTS 01650-1 DELIVERY, STORAGE 03720-035-01 AND HANDLING Attachment number 4 Page 322 of 646 F. Provide necessary equipment and personnel to unload all items delivered to the site. G. Promptly inspect shipment to ensure that products comply with requirements, quantities are correct, and items are undamaged. Inspect items furnished by others (i.e. Owner, other Contractors in the presence of the Engineer). Notify the Engineer verbally, and in writing, of any problems. H. The Contractor shall store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible. Follow storage instructions, review them with the Engineer, and keep a written record of this. Arrange storage to permit access for inspection. I. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) in a weathertight building to prevent damage. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. The building shall be provided with adequate ventilation to prevent condensation. The Contractor shall ensure that temperature and humidity are maintained within the range required by the manufacturer. 1. All equipment shall be stored fully lubricated with oil, grease, and other lubricants unless otherwise instructed by the manufacturer. 2. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal-to-metal "welding." Upon installation of the equipment, the Contractor shall start the equipment, at least at half load, once weekly for an adequate period to ensure that the equipment does not deteriorate from lack of use. 3. Lubricants shall be changed when installation is complete and as frequently as required thereafter during the period between installation and acceptance. The Contractor shall put new lubricants into the equipment at the time of acceptance. 4. Before accepting equipment that has been stored for some time, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested, and Item # 14 BID DOCUMENTS 01650-2 DELIVERY, STORAGE 03720-035-01 AND HANDLING Attachment number 4 Page 323 of 646 accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. 1.09 QUALIFICATIONS (NOT USED) PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01650-3 DELIVERY, STORAGE 03720-035-01 AND HANDLING Attachment number 4 Page 324 of 646 Item # 14 SECTION 01730 CUTTING, CORING, AND PATCHING PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 325 of 646 A. The Contractor shall provide all cutting, coring, fitting, and patching, including attendant excavation and backfill, required to complete the Work or to accomplish the following: 1. 2. 3. 4. 5. 6. Make the Work's several parts fit together properly. Uncover portions of the Work to provide for installation of ill-timed work. Remove and replace defective work. Remove and replace work not conforming to requirements of Subcontract Documents. Remove samples of installed work as specified for testing. Provide routine penetrations of non-structural surfaces for installation of piping and electrical conduit. 1.02 RELATED WORK A. Sections 02220 — Demolition and Modifications B. Sections 03100 through 03360 - Concrete C. Section 01100, Summary of Work. 1.03 SUBMITTALS � : The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance. The Contractor shall submit a written request well in advance of executing any cutting or alteration which affects the following: 1 2. Work of the Owner or any other Contractor. Structural value or integrity of any element of the Project. BID DOCUMENTS 01730-1 CUTTING, CORING, AND PATCHING o3�ao-o3s-oi Item # 14 Attachment number 4 Page 326 of 646 3. The integrity or effectiveness of weather-exposed or moisture-resistant elements or systems. 4. The efficiency, operational life, maintenance, or safety of operational elements. 5. Visual qualities of elements exposed to view. C. The written request shall include the following: 1. Identification of the Project. 2. Description of affected Work. 3. The necessity for cutting, altering, or excavating. 4. The effect on the work of Owner or any other Contractor or on the structural or weatherproof integrity of the Project. 5. Description of proposed Work: a. Scope of cutting, patching, alteration, or excavation. b. Trades which will execute the Work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Cost proposal, when applicable. 8. Written permission of any other Contractor whose work will be affected. D. The Contractor shall submit written notice to the Engineer designating the date and the time the Work will be uncovered. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) BID DOCUMENTS 01730-2 CUTTING, CORING, AND PATCHING o3�ao-o3s-oi Item # 14 1.07 1: 1.09 Attachment number 4 Page 327 of 646 WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. B. Concrete and grout for rough patching shall be as specified in Division 3. Materials for finish patching shall be equal to those of adjacent construction. PART 3 EXECUTION 3.01 INSPECTION � : The Contractor shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. After uncovering Work, the Contractor shall inspect conditions affecting installation of products or performance of the Work. C. The Contractor shall report unsatisfactory or questionable conditions to the Engineer in writing and shall not proceed with work until the Engineer has provided further instructions. D. All cutting and coring shall be performed in such a manner as to limit the extent of patching. E. All holes cut through concrete and masonry walls, slabs, or arches shall be core- drilled unless otherwise approved. No structural members shall be cut without approval of the Engineer, and all such cutting shall be done in a manner directed by the Engineer. No holes may be drilled in beams or other structural members without obtaining prior approvaL All work shall be performed by mechanics skilled in this type of work. F. If holes are cored through floor slabs, they shall be drilled from below. G. Rough patching shall be such as to bring the cut or cored areas flush with existing construction unless otherwise shown. Finish patching shall match existing surfaces as approved. BID DOCUMENTS 01730-3 CUTTING, CORING, AND PATCHING o3�ao-o3s-oi Item # 14 3.02 PREPARATION � : C. Attachment number 4 Page 328 of 646 Provide adequate temporary support as necessary to ensure the structural value or integrity of the affected portion of the Work. Provide devices and methods to protect other portions of the Project from damage. Provide protection from elements for that portion of the Project which may be exposed by cutting and patching work and maintain excavations free from water. D. Perform coring with an approved non-impact rotary tools with diamond core drills. The size of the holes shall be suitable for pipe, conduit, sleeves, and equipment or mechanical seals to be installed. E F G Ensure that all equipment conforms to OSHA standards and specifications pertaining to plugs, noise and fume pollution, wiring, and maintenance. Provide protection for existing equipment, utilities, and critical areas against water or other damage cause by drilling operation. Following drilling, vacuum or otherwise remove from the area all slurry or tailings resulting from coring operations. 3.03 PERFORMANCE � : C. C Execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. Employ the original installer or fabricator to perform cutting and patching for the following: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. BID DOCUMENTS 01730-4 CUTTING, CORING, AND PATCHING o3�ao-o3s-oi Item # 14 Attachment number 4 Page 329 of 646 E. Perform cutting with a concrete wall saw and diamond saw blades of proper size. F. Provide for control of slurry generated by sawing operation on both sides of wall. G. When cutting a reinforced concrete wall, perform the cutting so as not to damage the bond between the concrete and reinforcing steel left in structure. Make the cut so that steel neither protrudes nor is recessed from the face of the cut. H. Install adequate bracing of the area to be cut before cutting starts. Check the area during sawing operation for partial cracking and provide additional bracing as required to prevent a partial release of the cut area during sawing operations. I. Provide equipment of adequate size to remove cut panel. J. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Subcontract Documents. K. Fit work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. M. Provide for Proper Pavement Restoration: The Contractor shall restore existing paving, including under drains if any are encountered and broken into, and shall replace or rebuild the paving using the same type of construction as was in the original. The Contractor shall be responsible for restoring all such work, including subgrade and base courses where present. The Contractor shall obtain and bear the expense of such local or other governmental permits as may be necessary. END OF SECTION BID DOCUMENTS 01730-5 CUTTING, CORING, AND PATCHING o3�ao-o3s-oi Item # 14 Attachment number 4 Page 330 of 646 Item # 14 SECTION 01740 FINAL CLEANING PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 331 of 646 A. The Contractor shall execute cleaning during progress of the Work and at the completion of the Work as required by General Conditions. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) 1.10 ENVIRONMENTAL CONCERNS A. Cleaning and disposal operations shall comply with codes, ordinances, regulations, and anti-pollution laws. PART 2 PRODUCTS The Contractor shall do the following: � : C. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. Use only those cleaning materials and methods recommended by the manufacturer of the surface material to be cleaned. Use cleaning materials only on surfaces recommended by the cleaning material manufacturer. Item # 14 BID DOCUMENTS 01740-1 FINAL CLEANING 03720-035-01 PART 3 EXECUTION 3.01 PERIODIC CLEANING The Contractor shall do the following: � : C. Attachment number 4 Page 332 of 646 Execute periodic cleaning to keep the work, the site, and adjacent properties free from accumulations of waste materials, rubbish, and windblown debris. Provide onsite containers for the collection of waste materials, debris, and rubbish. Remove waste materials, debris, and rubbish from the site periodically and dispose of at legal areas away from the site. 3.02 DUST CONTROL The Contractor shall do the following: � : Clean interior spaces before the start of finish painting and continue cleaning on an as-needed basis until painting is finished. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly coated surfaces. 3.03 F1NAL CLEANING The Contractor shall do the following: C� :. � Employ skilled workers for final cleaning. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from interior and exterior surfaces exposed to view. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds. D. Before final completion or Owner occupancy, inspect interior and exterior surfaces exposed to view and all work areas to verify that the entire Work is clean. END OF SECTION Item # 14 BID DOCUMENTS 01740-2 FINAL CLEANING 03720-035-01 Attachment number 4 Page 333 of 646 SECTION 01755 EQUIPMENT TESTING AND STARTUP PART1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide a competent field services technician of the manufacturers of all equipment furnished under Divisions 11 and 16 to supervise installation, adjustment, initial operation and testing, performance testing, final acceptance testing, and startup of the equipment. B. The Contractor shall perform specified equipment field performance tests, final acceptance tests, and startup services. 1.02 RELATED WORK A. Section 01830, Operation and Maintenance Manuals. B. Section 11000, General Equipment Requirements, for Manufacturer's Certificate of Compliance form. C. Divisions 11 and 16, performance and acceptance testing and startup requirements. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals, and Acceptance: A. Submit name, address, and resume of proposed field services technicians at least 30 days in advance of the need for such services. B. Submit for review detailed testing procedures for shop tests, field performance tests, and final acceptance tests as specified in the various equipment specification sections. Test procedures shall be submitted at least 30 days in advance of the proposed test dates and shall include at least the following information: 1. Name of equipment to be tested, including reference to specification section number and title. 2. Testing schedule of proposed dates and times for testing. 3. Summary of power, lighting, chemical, water, sludge, gas, etc., needs and identification of who will provide them. Item # 14 BID DOCUMENTS 01755-1 EQUIPMENT TESTING AND STARTUP 03720-035-01 0 Attachment number 4 Page 334 of 646 An outline of specific assignments of the responsibilities of the Contractor and manufacturers' factory representatives or field service personnel. 5. Detailed description of step-by-step testing requirements, with reference to appropriate standardized testing procedures and laboratory analyses by established technical organizations (e.g. ASTM, WPCF Standard Methods, etc.). 6. Samples of forms to be used to collect and record test data and to present tabulated test results. C. Submit copies of test reports upon completion of specified shop, performance, and acceptance tests. Test reports shall incorporate the information provided in the test procedures submittals, modified to reflect the actual conducting of the tests and the following additional information: 1 2 3 Copies of all test data sheets and results of lab analyses. Summary comparison of specified test and performance requirements vs. actual test results. Should actual test results fail to meet specified test and performance requirements, a description of actions to be taken before re-testing equipment. D. Submit copies of the manufacturer's field service technician's report summarizing the results of the initial inspection, operation, adjustment, and pre-tests. The report shall include detailed descriptions and tabulations of the points inspected, tests and adjustments made, quantitative results obtained, suggestions for precautions to be taken to ensure proper maintenance, and the equipment supplier's Certificate of Installation in the format specified in this Section. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of this Section. Where this Section differs from these documents, the requirements of this Section shall apply. � :. American Water Works Association (AWWA) 1. AWWA C653 - Disinfection for Water Treatment Plants. American Society for Testing and Materials (ASTM) Item # 14 BID DOCUMENTS 01755-2 EQUIPMENT TESTING AND STARTUP 03720-035-01 1.06 1.07 1.08 1.09 C. C Attachment number 4 Page 335 of 646 Water Pollution Control Federation (WPCF) Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. QUALITY ASSURANCE A. Field service technician installation, adjustment, systems being installed. s shall be competent and experienced in the proper operation, testing, and startup of the equipment and B. Manufacturers' sales and marketing personnel will not be accepted as field service technicians. WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PRELIMINARY REQUIREMENTS A. After the equipment has been installed and the equipment is presumably ready for operation but before it is operated by others, the manufacturer's field service technician shall inspect, operate, test, and adjust the equipment. The inspection shall include at least the following points where applicable: 1. Soundness (without cracks or otherwise damaged parts). 2. Completeness in all details, as specified and required. 3. Correctness of setting, alignment, and relative arrangement of various parts. 4. Adequacy and correctness of packing, sealing, and lubricants. B. The operation, testing, and adjustment shall be as required to prove that the equipment has been left in proper condition for satisfactory operation under the conditions specified. C. Upon completion of this work, the manufacturer's field service technician shall submit a signed report of the results of his/her inspection, operation, adjustments, and tests. Item # 14 BID DOCUMENTS 01755-3 EQUIPMENT TESTING AND STARTUP 03720-035-01 3.02 WITNESS REQUIREMENTS C� : Attachment number 4 Page 336 of 646 Shop tests or factory tests may be witnessed by the Owner and/or the Owner's representatives, as required by the various equipment specifications. Field performance and acceptance tests shall be performed in the presence of the Owner, the Owner's designated personnel, and/or the Owner's representatives. 3.03 STARTUP AND ACCEPTANCE OF THE TREATMENT PLANT AND RELATED SYSTEMS � : General Requirements 1. Successfully execute the step-by-step procedure of startup and performance demonstration specified in this Section. 2. The startup and performance demonstration shall be successfully executed before Substantial Completion and acceptance by the Owner of the treatment plant and its related systems. 3. All performance tests and inspections shall be scheduled at least 5 working days in advance or as otherwise specified with the Owner and the Engineer. All performance tests and inspections shall be conducted during Monday through Friday, unless otherwise specified. Preparation for Startup 1. All mechanical and electrical equipment shall be checked to ensure that it is in good working order and properly connected. Preliminary run-ins of the mixers shall be made. 2. The Contractor shall perform all other tasks needed for preparing and conditioning the treatment facilities for proper operation. 3. No testing shall be conducted or equipment operated until the Engineer has verified that all specified safety equipment has been installed and is in good working order. 4. No testing shall be conducted or equipment operated until the Engineer has verified that all lubricants, tools, maintenance equipment, spare parts, and approved equipment operation and maintenance manuals have been furnished as specified. END OF SECTION Item # 14 BID DOCUMENTS 01755-4 EQUIPMENT TESTING AND STARTUP 03720-035-01 Attachment number 4 Page 337 of 646 SECTION 01770 PROJECT CLOSE-OUT PART1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. B. C. D. E. F. Section III, General Conditions. Section IV, Standard Specifications Section 01000, Project Requirements. Section 01740, Final Cleaning. Section 01785, Record Documents. Section 01830, O&M Manuals. 1.03 SUBMITTALS (NOT USED) 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) 1.10 SUBSTANTIAL COMPLETION A. When the Contractor considers that the Work or designated portion of the Work is Substantially Complete, the Contractor shall submit written notice to the Engineer with a list of items to be completed or corrected. B. If the Engineer's inspection finds that the Work is not substantially complete, the Engineer will promptly notify the Contractor in writing, listing observed deficiencies. � The Contractor shall remedy deficiencies and send a second written notice of Substantial Completion. Item # 14 BID DOCUMENTS 01770-1 PROJECT CLOSE-OUT 03720-035-01 � Attachment number 4 Page 338 of 646 When the Engineer finds the Work is Substantially Complete the Engineer will prepare a Certificate of Substantial Completion. 1.11 F1NAL COMPLETION A. When the Contractor considers that the Work or designated period of the Work is complete, the Contractor shall submit written certification to the Engineer indicating the following: 1. The Contract Documents have been reviewed. 2. The Work has been inspected for compliance with the Contract Documents. 3. The Work has been completed in accordance with the Contract Documents and deficiencies listed with Certificates of Substantial Completion have been corrected. : C. � 4. The Work is complete and ready for final inspection. 5. All required shop drawings, catalog cuts, maintenance manuals, instruction manuals, test reports, samples, operational manuals, and all other submittals have been submitted and reviewed by the Engineer. 6. All deliverables have been delivered or placed as accepted by the Engineer. If the Engineer's inspection reveals that the Work is incomplete, the Engineer will promptly notify the Contractor in writing listing observed deficiencies. The Contractor shall remedy deficiencies and send a second certification of Final Completion. When the Engineer finds that the Work is complete, the Engineer will consider close- out submittals. 1.12 REINSPECTION FEES If the status of Completion of Work requires more than one re-inspection by the Engineer due to failure of the Work to comply with the Contractor's claims on initial inspection, the Owner will deduct from the final payment to the Contractor the amount of the Engineer's compensation for additional re-inspection services. 1.13 CLOSE-OUT SUBMITTALS C� :. Evidence of Compliance with Requirements of Governing Authorities: 1. Certificate of Occupancy. 2. All required Certificates of Inspection. Operation and Maintenance Manuals: Under provisions of Section 01830. Item # 14 BID DOCUMENTS 01770-2 PROJECT CLOSE-OUT 03720-035-01 � C E Attachment number 4 Page 339 of 646 Record Documents: Under provisions of Section 01785. Evidence of Payment and Release of Liens: In accordance with Conditions of the Contract. Consent of Surety to Final Payment. 1.14 STATEMENT OF ADJUSTMENT OF ACCOUNTS � : Submit final statement reflecting adjustments to total Contract Price, indicating the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 Original total Contract Price. Previous change orders. Changes under allowances. Changes under unit prices. Deductions for uncorrected Work. Penalties and bonuses. Deductions for liquidated damages. Deductions for re-inspection fees. Other adjustments to total Contract Price. Total Contract Price as adjusted. Previous payments. Sum remaining due. The Engineer will issue a final Change Order reflecting approved adjustments to the total Contract Price not previously made by change orders. 1.15 APPLICATION FOR F1NAL PAYMENT Submit application for final payment in accordance with provisions of Conditions of the Contract. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01770-3 PROJECT CLOSE-OUT 03720-035-01 Attachment number 4 Page 340 of 646 Item # 14 Attachment number 4 Page 341 of 646 SECTION 01780 WARRANTIES AND BONDS PART1 GENERAL 1.01 SCOPE OF WORK The Contractor shall do the following: A. Compile specified warranties and bonds. B. Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit submittals to the Engineer for review. 1.02 RELATED WORK A. Section III, General Conditions. B. Section IV, Standard Specifications C. Section 01600, Materials and Equipment. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: A. Assemble warranties, bonds, and service and maintenance contracts executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: two (2) each. C. Table of Contents: Neatly typed, in sequence of the Specifications. Provide completion information for each item as follows: 1. Product or work item. 2. Firm, address, telephone, fax and E-mail number, and name of principal. 3. Scope. 4. Date of beginning of warranty, bond, or service and maintenance contract. Item # 14 BID DOCUMENTS 01780-1 WARRANTIES AND BONDS 03720-035-01 1.04 1.05 1.06 5 � 7 Duration of warranty, bond, or service and maintenance contract. Provide information for Owner's personneL• a. Proper procedure in case of failure. Q Attachment number 4 Page 342 of 646 Instances that might affect the validity of warranty or bond. Contractor, with address, telephone, faxes and E-mail numbers, and the name of responsible principal. D. Submittal of warranties, bonds, and service and maintenance contracts shall be included in submittals for review and before Final Completion with actual dates included. E. The Contractor's obligation to correct defective or nonconforming Work shall run for a period of 1 year (or such longer period of time as may otherwise be specified in the Contract Documents) beginning from the date Substantial Completion is achieved. WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and this Specification. B. All mechanical and electrical equipment together with devices of whatever nature and all components which are furnished and/or installed by the Contractor shall be guaranteed. C. The guarantee shall be against the manufacturing and/or design inadequacies, materials, and workmanship not in conformity, improper assembly, hidden damage, failure of devices and/or components, excessive leakage, or other circumstances which would cause the equipment to fail under normal design and/or specific operating conditions for a period of 1 year or such longer period as may be shown and/or specified from and after the date of Substantial Completion. D. The Contractor shall replace and install each piece of equipment, device, or component which shall fail within the above specified term of the guarantee with reasonable promptness without increase in the Contract Price. If the Contractor fails Item # 14 BID DOCUMENTS 01780-2 WARRANTIES AND BONDS 03720-035-01 1.08 1.09 Attachment number 4 Page 343 of 646 to provide timely repairs as specified in this Section, the Owner shall issue a claim against the Contractor's Bond. In some instances, if approved by the Owner, the Contractor may be allowed to repair the equipment. DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) PART 2 PART 3 PRODUCTS (NOT USED) EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01780-3 WARRANTIES AND BONDS 03720-035-01 Attachment number 4 Page 344 of 646 Item # 14 SECTION 01785 RECORD DOCUMENTS PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 345 of 646 A. This Section details the minimum requirements for the Contractor for maintenance and recording of Record Documents. 1.02 RELATED WORK A. Section 01000, Project Requirements. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: A. The Contractor shall store documents and samples in the Contractor's field office apart from documents used for construction and shall do the following: 1. Provide files and racks for storage of documents. 2. Provide cabinet or secure storage space for storage of samples. B. The Contractor shall institute a computerized record control program. C. The Contractor shall make documents and samples available at all times for inspection by the Engineer. D. At Contract closeout, the Contractor shall transmit Record Documents and samples with cover letter to the Engineer, listing the following: BID DOUCMENTS 03720-035-01 1. Date 2. Project title and number 3. Contractor's name and addresses 4. Number and title of each Record Document 5. Signature of Contractor or its authorized representative 6. Contract Section and Subsection numbers 7. Location 01785-1 Item # 14 RECORD DOCUMENTS 1.04 1.05 1.06 1.07 1.08 1.09 E Attachment number 4 Page 346 of 646 Before assembling and submitting records, the Contractor shall review for completeness the records maintained by its subcontractors. F. Tracings of all Construction Documents and Shop Drawings made by the Contractor, subcontractors, and suppliers of materials or equipment shall be corrected to show the Work as actually completed or installed. WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PROJECT RECORD A. The Contractor shall label and file Record Documents and samples in accordance with the corresponding Specification Section number. Each document shall be labeled "PROJECT RECORD" in neat, large, printed letters. Record Documents shall be maintained in a clean, dry, and legible condition. Record documents shall not be used for construction purposes. 3.02 RECORDING The Contractor shall record construction information as follows: � : � BID DOUCMENTS 03720-035-01 Record and update daily Record information from field notes on a set of opaque drawings and to the satisfaction of the Engineer. Provide felt tip marking pens, maintaining separate colors for each major system, for recording information. Record information concurrently (daily) with construction progress. Work shall not be concealed until required information is recorded. 01785-2 Item # 14 RECORD DOCUMENTS Attachment number 4 Page 347 of 646 D. Record Drawings: The Construction Drawings shall be marked to reflect the following: 1. Measured horizontal and vertical locations of underground utilities and appurtenances referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of construction. 3. Field changes of dimension and detail. 4. Changes made by modifications. 5. Details not on original construction drawings. E. CAD Requirements for Record Drawings: BID DOUCMENTS 03720-035-01 1. CAD Requirements for Record Drawings: The Contractor shall provide the Engineer with a complete set of Record Drawings in the latest version of AutoCAD format upon completion of the Work. No additional compensation will be allowed for the Contractor to provide the Record Drawings. The Contractor shall use the AutoCAD drawings furnished by the Engineer for this purpose. Record Drawings must be submitted in the AutoCAD format of the contract drawings. No other CAD software or format will be accepted. It is Contractor's sole responsibility to ensure that the Record Drawings conform to the following CAD requirements: a. Drawings shall be submitted to the Engineer on CD-ROM. Each CD shall be clearly labeled with the appropriate project number, client name, date, and file names included on each CD. If files are compressed, a description of the compression software must be included along with a copy of the appropriate uncompressing software. b. All changes to drawings must be done in accordance with the appropriate scale of the drawing revised and shall be delineated by placing a"cloud" around the areas revised and adding a revision triangle indicating the appropriate revision number. c. Each drawing must have the revision block completed to indicate the revision number, date, and initials of the person revising the drawing. The description of the revision must say "Record Drawing." This procedure must be followed for every drawing even when no changes are made to the drawing. 01785-3 Item # 14 RECORD DOCUMENTS Attachment number 4 Page 348 of 646 d. All revisions to drawings must be put on separate layers with the layer names prefixed Record followed by the appropriate existing layer name. The colors and line types of the appropriate existing layers shall be adhered to when creating new layers. 2. At the completion of the Contract, the Contractor shall submit to the Engineer one full set of Record Drawings and one electronic copy in CAD on CD. F. Specifications and Addenda—The Contractor shall legibly mark each Section to record the following: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by Change Order. G. The Contractor shall have the Licensed Land Surveyor certify the Record Drawings as being correct and complete. BID DOUCMENTS 03720-035-01 END OF SECTION 01785-4 Item # 14 RECORD DOCUMENTS Attachment number 4 Page 349 of 646 SECTION 01815 MAINTENANCE OF PLANT OPERATION AND SEQUENCE OF CONSTRUCTION PART1 GENERAL 1.01 SCOPE OF WORK A. The existing East APCF will be maintained in continuous operation by the Owner at all times during the entire construction period. The Contractor shall schedule and conduct his work such that it will not impede any treatment process, create potential hazards to operating equipment and/or personnel, reduce the quality of the plant effluent, violate plant effluent discharge limit, or cause odor or other nuisance. B. The Contractor shall schedule his operations to conform to the requirements specified herein and shall include in his construction schedule all events which will impact operation of the existing treatment facilities. C. The Owner will continue to operate the East APCF during the construction period and will be responsible for maintaining effluent quality. The Contractor shall fully cooperate with the Owner, coordinate the construction schedule with the Owner and Engineer, and provide the necessary labor, equipment, and materials to prevent interruption to flow and treatment. The Owner and Engineer reserve the right to modify or expand the schedule during construction to meet prevailing conditions. D. The Contractor shall not make any alterations to affect operation of the treatment facility without giving two weeks prior written notice to the Owner and Engineer requesting authorization to proceed. Except as noted herein, the Owner will perform all operation of existing valves or equipment. E. Operation of valves or equipment by the Owner may be limited on specific occasions because of process limitations or unavailability of personneL Delays caused by such limitations shall be expected and shall not be the basis for claim of extra costs by the Contractor. F. The work specified in this Section shall be accomplished at such times that will be convenient to the Owner. Overtime work by the Contractor to conform to these requirements shall be considered as normal procedure under this Contract, and the Contractor shall make no claim for extra compensation as a result of this overtime work. G. To maintain continuous treatment facilities operation during construction a phased removal and construction sequence shall be required. Specific constraints are Item # 14 BID DOCUMENTS 01815-1 MAINTENANCE OF PLANT OPERATION AND 03720-035-01 SEQUENCE OF CONSTRUCTION H. Attachment number 4 Page 350 of 646 outlined in this Section. The Contractor shall submit to the Engineer a detailed sequence of construction to complete the work while maintaining plant operation. The Contractor shall furnish all temporary materials and equipment that may be required to complete the work of this Contract. 1.02 RELATED WORK A. Section 01100, Summary of Works B. Section 01330, Submittals and Acceptance, for construction schedule. C. Section 01500, Temporary Facilities and Controls D. Section 02200, Demolition and Modifications 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: 1.04 1.05 1.06 1.07 1.08 A. Submit a complete description of procedures to maintain plant operation to supplement the construction schedule developed. The description shall include step- by-step procedures, required duration, and specific procedures required to be performed by the Owner's personnel. B. Submit complete plans, including detail calculations, of temporary systems required as part of this contract to maintain plant operations and to maintain the biological treatment processes to meet effluent discharge permit requirements. The plans shall clearly delineate the intended location of these items and the Contractor's proposed method for phasing from existing to temporary to completed facilities. REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE (NOT USED) WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION Item # 14 BID DOCUMENTS 01815-2 MAINTENANCE OF PLANT OPERATION AND 03720-035-01 SEQUENCE OF CONSTRUCTION 3.01 GENERAL � BID DOCUMENTS 03720-035-01 Attachment number 4 Page 351 of 646 The following constraints shall be applied to all equipment, treatment units, and appurtenances and utility systems on the plant site. 1. 2. 3. 4. 5. Vehicular access for the Owner's personnel to the plant site and to all operating treatment units shall be maintained at all times. Plant operating personnel shall have access to all areas that remain in operation. Potable water supply to the plant shall remain operational at all times. Sanitary facilities shall remain operational at all times. Electric power and lighting service shall be uninterrupted. 6. If underground piping or utilities not shown on the Drawings are encountered, such piping or utilities shall not be disturbed without prior approval of the Engineer. 7. Before making a change in existing piping, electrical, or control systems, the Contractor shall inform the Owner and Engineer of such change and assist in instructing operations and maintenance personnel in any new operating procedures. 8. Portions of some pipelines must remain in service while alterations are being made on other portions. Piping systems that must remain in service shall be isolated by placing blind flanges, plugs, or caps on all open ends. 9. Flow to and through the treatment plant shall not be interrupted. 10. Before shutting down a piece of equipment to allow for rebuilding or re- piping, the Contractor shall have on hand all materials required to reconstruct the piping system in its new arrangement. 11. All temporary facilities provided by the Contractor must be demonstrated to be operational to the satisfaction of the Engineer before any existing systems can be removed from use. The temporary facilities are critical to the operation of the wastewater treatment facilities. Availability of these facilities must be maintained at all times. The Contractor must respond to requests from the Engineer for repair and maintenance immediately (7 days per week, 24 hours per day, including holidays). If the Contractor fails to immediately respond to request for repair and maintenance, such repair and Item # 14 01815-3 MAINTENANCE OF PLANT OPERATION AND SEQUENCE OF CONSTRUCTION Attachment number 4 Page 352 of 646 maintenance may be performed by the Owner. All costs associated with such repair and maintenance performed by the Owner shall be the responsibility of the Contractor. 12. Only one group of tanks (fermentation, first anoxic, or second anoxic) can be taken out of services at any given time. The Contractor shall provide appropriate temporary flow diversion to divert flow from one group of tanks to another and between tanks. 13. To maintain the biological treatment processes and the performance of the treatment plant , the Contractor shall provide a temporary chemical system, including chemical feed pumps and control and storage tanks, temporary piping, and electrical connections to inject Micro-CG to the appropriate anoxic tank(s). The Owner will provide the chemical Micro-CG and will operate the temporary chemical system. 14. The Contractor shall be responsible to maintain all temporary systems during construction including, but not be limited to, temporary chemical system and flow diversion. 15. Before taking any tank out of service, all temporary systems shall be installed and operational, all flow diversion valves shall be checked and operable, and appropriate flow channel cleaned and repair, if needed. 16. The Contractor shall coordinate with the Engineer and Owner before taking any tanks out of service. 17. Before performing concrete repair work, the Contractor shall isolate the tanks, drain the tanks, remove all settled grit, and install temporary supports„ and coordinate with the Engineer. 18. Demolition and repair of concrete wall sections and walkways will be performed to the limits shown on Contract Drawings. 19. The following equipment and systems shall be available at all times or as noted below: a. Existing biological nutrient removal system shall remain in operation. END OF SECTION Item # 14 BID DOCUMENTS 01815-4 MAINTENANCE OF PLANT OPERATION AND 03720-035-01 SEQUENCE OF CONSTRUCTION SECTION 01820 TRAINING PART1 GENERAL 1.01 SCOPE OF WORK The Contractor shall do the following: Attachment number 4 Page 353 of 646 A. Instruct and train the Owner's personnel in the operation and maintenance of the equipment and systems supplied and/or installed under this Contract. Video tape all instructions and training. Provide 4 copies of the DVDs for the Owner's use. B. Incorporate operation and maintenance data and training services furnished by the suppliers into the training program such as shop drawings, equipment manuals, and start-up engineering and training assistance. C. Ensure that system suppliers provide a qualified training instructor to help the Contractor train the Owner's employees in the proper operation and maintenance of all equipment and systems. D. Prepare instructors and training materials required for complete factory, field, classroom, and hands-on training. E. Furnish training videos and manuals during the training program. F. Include in the total Contract Price the cost for training equipment; preparing training manuals; conducting classroom instructions; performing field, factory, and hands-on training; and coordinating and incorporating training service provided by suppliers and all other activities required to provide a comprehensive training program of sufficient length, as determined by the Owner. 1.02 RELATED WORK A. Section III, General Conditions. B. Section 01000, Project Requirements. C. Section 01600, Materials and Equipment. D. Section 01830, Operation and Maintenance Manuals. 1.03 SUBMITTALS (NOT USED) Item # 14 BID DOCUMENTS 01820-1 TRAINING 03720-035-01 Attachment number 4 Page 354 of 646 1.04 WORK SEQUENCE A. All factory training programs, if required, shall be completed before start-up of the Owner's system and shall use equipment similar to the Owner's equipment. B. The field training programs shall be conducted in accordance with the approved schedule. C. Individuals requiring training shall be trained in small groups during Mondays through Fridays. The Contractor will normally provide training during the 8-hour day shift. D. The hands-on training shall be conducted with a maximum of 10 students per instructor. E. The Contractor shall coordinate and submit a training schedule to the Engineer 30 days before the first training event. 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE A. Preparation of training materials and instructions to be provided shall be performed by personneL• 1. Trained and experienced in operation and maintenance of equipment and systems installed under this Contract. 2. Familiar with the training requirements of the Owner. B. The Contractor shall furnish resumes, including three outside references, for each instructor to be used in the training program. C. The Engineer and Owner may review the resumes. Based on the review of the resumes and contacts with references, the Engineer shall approve, request additional information, or reject proposed instructors for the training program. If a proposed instructor is rejected, the Contractor shall submit the resume and references of another candidate within a reasonable time. 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) Item # 14 BID DOCUMENTS 01820-2 TRAINING 03720-035-01 Attachment number 4 Page 355 of 646 1.09 QUALIFICATIONS (NOT USED) 1.10 TRAINING PLAN A. At the completion of the Work, the Contractor shall provide a competent and experienced person thoroughly familiar with the Work for not less than 3 days to instruct permanent operating personnel in the operation of equipment and control systems. B. At least 30 days before training, the Contractor shall submit to the Engineer a detailed training plan including the following: 1. Title and objectives. 2. Training schedule. 3. Prerequisite training and experience of attendees. 4. Recommended types of attendees (e.g., managers, engineers, operators, maintenance staf�. 5. Course description and outline of course content. 6. Duration. 7. Location (e.g., training center or site). 8. Format (e.g., lecture, self-study, demonstration, hands-on). 9. Instruction materials and equipment requirements. 1.11 FORM OF TRAINING MANUALS A. The Contractor shall prepare training packages in the form of an instruction manual for use by the Owner's personneL At least 30 days before the training, the Contractor shall submit the training packages to the Engineer for acceptance. B. Format 1. Size: 8 1/2 x 11 inch (21.59 x 27.94 cm). 2. Paper: 20-1b (9.072 kg) minimum, white, for typed pages. Item # 14 BID DOCUMENTS 01820-3 TRAINING 03720-035-01 Attachment number 4 Page 356 of 646 3. Text: Manufacturer's printed data or neatly word processed including the following: a. Table of contents. b. Pretest. c. Learning objectives. d. General operations, theory, and specific equipment information. 4. Drawings a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages, not larger than 11 x 17 inch (27.94 x 43.18 cm). 5. Cover: Identify each volume with the following: a. Title of Project. b. Identity of separate structure or system as applicable. c. Identity of general subject matter covered in the manual. d. Locations. C. Binders 1. Commercial quality three-post binders with durable and cleanable plastic covers. 2. Maximum post width shall be 3 inches (7.62 cm). 3. When multiple binders are used, correlate the information into related consistent groupings. 1.12 VIDEOTAPED TRAINING MATERIAL The Contractor shall do the following: A. All on site training shall be videoed and recorded on DVDs Item # 14 BID DOCUMENTS 01820-4 TRAINING 03720-035-01 Attachment number 4 Page 357 of 646 B. Produce and/or provide video training material subject to approval of the Owner. C. Furnish four copies of each videotape in DVD format in plastic case with title, the Owner's name, and time on a label in a clear plastic sleeve. D. Bear all costs associated with production and provision of the DVDs. 1.13 INSTRUCTIONS A. At the completion of Work, the Contractor shall provide a competent and experienced person thoroughly familiar with the Work for a period of time as directed by the Owner to instruct permanent operating personnel in the operation of equipment and control systems. B. The Contractor shall furnish four complete sets of operating instructions including "As-Installed" diagram of all control wiring, applying to each piece of equipment installed in conjunction with this Contract. C. The Contractor shall provide training to the City operations staffs on the operation of the temporary chemical system prior to commencing the operation of the system. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01820-5 TRAINING 03720-035-01 Attachment number 4 Page 358 of 646 Item # 14 Attachment number 4 Page 359 of 646 SECTION 01830 OPERATIONS AND MAINTENANCE MANUALS PART1 GENERAL 1.01 SCOPE OF WORK The Contractor shall do the following: A. Compile product data and related information appropriate for the Owner's maintenance and operation of products furnished under the Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of the Specifications. The data presented in the O&M Manuals shall be specifically related to this Contract and application. 2. Incorporate maintenance and operation data furnished by the Owner, if any. B. Furnish all labor, equipment, materials, and all other items to supply and deliver to the Engineer O&M Manuals for the Work in accordance with the requirements of this Section. C. Provide O&M Manuals for all equipment, including instrumentation, electrical, and process control system equipment and software for the entire Facility. 1.02 RELATED WORK A. Section 01000, Project Requirements. B. Section 01785, Record Documents. C. Section 01820, Training. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: A. Manuals which, in general, shall have two levels: a facilities-wide systems level and an individual-component level. 1. The facilities-wide systems level shall do the following: a. Describe the facilities-wide systems, including diagrams. Item # 14 BID DOCUMENTS 01830-1 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 360 of 646 b. Explain start-up, shutdown, normal operations, and malfunctions of the facilities-wide systems. c. Tabulate a lubrication schedule for the facilities-wide systems. d. Describe preventive maintenance checking procedures for the facilities-wide systems. e. Include a cross-reference to all individual component manuals. 2. The individual-component level shall contain the following: a. Storage requirements. b. Installation instructions. c. Alignment instructions and tolerances. d. Operating instructions. e. Troubleshooting instructions. f. Lubrication requirements. g. Maintenance instructions. h. Parts list. i. Recommended spare parts list and how to obtain same. B. Format: 1. Size: 8 1/2 x 11 inch (21.59 x 27.94 cm). 2. White paper: 20-1b (9.072 kg) minimum. 3. Text: Manufacturer's printed data or neatly word-processed. 4. Drawings: a. Provide reinforced, punched binder tab, bind in with text. Item # 14 BID DOCUMENTS 01830-2 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 361 of 646 b. Reduce larger drawings and fold to size of text pages but not larger than 11 x 17 inch (27.94 x 43.18 cm). c. Place all drawings at the end of each Section and drawing shall be printed on one side only. 5. Provide a blank page for each separate product or each piece of operation equipment. a. Provide a word-processed description of the product and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title, "OPERATION AND MAINTENANCE INSTRUCTIONS," listing the following: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Media 1. Original word-processed CD shall be delivered to the Engineer. 2. All word processing must be done using the latest version of Microsoft Word or as directed by the Engineer. 3. All drawings except control system configuration drawings must be submitted on CD using AutoCAD. 4 All video taped instructions and training shall be in DVD format. D. Binders 1. Filled to not more than 75-percent capacity. 2. When multiple binders are used, arrange the data into related consistent groupings. E. The Contractor shall submit the following: Item # 14 BID DOCUMENTS 01830-3 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 362 of 646 1. Equipment Manuals. Four copies of the O&M Instruction Manual for each piece of equipment shall be submitted to the Engineer with delivery of the equipment. O&M manuals will not include the manufacturer's test results and Record specifications. 2. Final O&M Manuals. Four copies of the Final Equipment O&M Manuals, bound and indexed and submitted to the Engineer before the Substantial Completion under this Contract. Four copies of Instruction and Training DVDs 3. The cost of these Manuals submitted shall be included in the total Contract Price. Copies supplied under Item "1" will not be included under Item "2". F. Any modifications required after final O&M submission shall be made to the manuals by issuance of addenda in the form of change pages to the manual. The addenda will identify where the new data are to be inserted, what data are to be removed, and new index sheets as necessary and list of shop drawings and submittals. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS A. Florida Administrative Code, 62-555350, "Operation and Maintenance of Public Water Systems." 1.06 QUALITY ASSURANCE A. Data shall be prepared by personneL• 1. Trained and experienced in maintaining and operating the described products. 2. Familiar with requirements of this Section. 3. Skilled as a technical writer to the extent required to communicate essential data. 4. Skilled as a draftsman competent to prepare required drawings. 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) Item # 14 BID DOCUMENTS 01830-4 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 363 of 646 1.09 QUALIFICATIONS (NOT USED) 1.10 CONTENTS, EACH VOLUME A. Neatly word-processed table of contents for each volume, arranged in systematic order, to include the following: 1. Contractor, name of responsible principal, address, fax number, and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. A list with each product, name, address, fax number, and telephone number of the following: a. Subcontractor or installer. b. A list of each product to be included, indexed to content of the volume. c. Identify area of responsibility of each subcontractor or installer, if more than one. d. Local source of supply for parts and replacement. e. Manufacturer. 4. Identify each product by product name and other identifying symbols as set forth in the Contract Documents. B. Product Data 1. Include only those sheets that are pertinent to the specific product. 2. Annotate each sheet to achieve the following: a. Clearly identify the specific product or part installed. b. Clearly identify data applicable information. c. Delete references to inapplicable information. C. Drawings Item # 14 BID DOCUMENTS 01830-5 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 364 of 646 1. Supplement product data with drawings as necessary to illustrate the following clearly: a. Relations of component parts of equipment and systems. 2. 3. Q c Control and flow diagrams. Owner Tag Numbers. Coordinate drawings with information in Record Documents to ensure correct illustration of completed installation. Do not use Record Documents as maintenance drawings. D. Written text as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide a logical sequence of instructions for each procedure. 3. Describe how the complete system is to operate. E. Copy ofpertinent information related to warranty, bond, and service Contract issued. 1. Provide information sheet for Owner's personnel with the following information: a. Q Proper procedures in event of failure. Instances that might affect the validity of warranties or bonds. F. Training manuals used in training courses will become part of this Manual. 1.11 MANUAL FOR MATERIALS AND FINISHES A. Content, for architectural products, applied materials, and finishes: 1. Manufacturer's data, giving full information on products. a. Catalog number, size, composition. [� BID DOCUMENTS 03720-035-01 Color and texture designations. Item # 14 01830-6 OPERATIONS AND MAINTENANCE MANUALS Attachment number 4 Page 365 of 646 c. Information required for re-ordering special-manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods that are detrimental to product. c. Recommended schedule for cleaning and maintenance. B. Content, for moisture-protected and weather-exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance, and repair. C. Additional requirements for maintenance data as required by other Sections of the Specifications. 1.12 MANUAL FOR EQUIPMENT AND SYSTEMS A. Content, for each electrical, mechanical, instrumentation, and communication system, as appropriate: 1. A table identifying each piece of equipment, each associated control or instrument, the location of the control or instrument, and the function of the control or instrument. 2. A description of the system and its component parts. a. Function, normal operating characteristics, and limiting conditions for the system, the sub-system, and the component parts. b. Performance curves, engineering data, and tests. Item # 14 BID DOCUMENTS 01830-7 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 3 4. 5. 0 7 : Attachment number 4 Page 366 of 646 c. Complete nomenclature and commercial numbers of replaceable parts. Circuit directories of panel boards. a. Electrical service. b. Controls. c. Communications. As-installed color-coded wiring diagrams. Instrument loop diagrams showing the path that a control or instrumentation signal takes from its origin to the action it takes. a. An electrical schematic for each item. b. A chart listing the controls/instruments in a loop identifying the equipment's abbreviated symbol, a description of the symbol, design criteria, process flow, quantity supplied, and manufacturer's model and serial number. Operating procedures. a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. Maintenance procedures. a. Routine operations. b. Guide to "trouble-shooting." c. Disassembly, repair, and re-assembly. d. Alignment, adjustment, and checking. The manufacturer's printed operating and maintenance instructions. Item # 14 BID DOCUMENTS 01830-8 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 367 of 646 9. A list of the original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 10. Other data as required under pertinent sections of the Specifications. 11. Abnormal and emergency operations. a. Potential overloads. b. Procedures for equipment breakdown. c. Action to be taken in a power outage. d. Identity of alarms by equipment location and action to correct. e. Equipment safety features, requirements, and potential hazards. 12. Programming manuals for programmable devices including list of standard programming. B. Content, for each unit of equipment and system, as appropriate: 1. 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. d. Model number and name plate data for each piece of equipment. e. Assembly drawings. f. List of all special tools required to service equipment and/or systems including where the tools are stored. 2. Operating procedures. a. Start-up, break-in, routine, and normal operating instructions. b. Regulation, control, stopping, shut-down, and emergency instructions. Item # 14 BID DOCUMENTS 01830-9 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 3 L� 5 6. 7. 8. 9. 10 11. Attachment number 4 Page 368 of 646 c. Summer and winter operating instructions. d. Special operating instructions. e. Control settings and ranges. Maintenance Procedures. a. Type and frequency of preventive maintenance activities required for each piece of equipment. b. Guide to "trouble-shooting." c. Disassembly, repair, and re-assembly. d. Alignment, adjusting, and checking. Servicing and lubrication schedule. a. List of lubricants required. b. Period between lubrications. Manufacturer's printed operating and maintenance instructions. (This is not to be a generalized catalog of the entire product line.) Description of sequence of operation. The 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 spare parts. As-installed control diagrams. Each Contractor's coordination drawings. List of the original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. Other data as required under pertinent sections of the Specifications. Item # 14 BID DOCUMENTS 01830-10 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 C. � 12 13. Attachment number 4 Page 369 of 646 Charts of equipment, instrument, and valve tag numbers with location and function. a. b. c. Reference drawing which shows equipment, instrument, or valve location. Manufacturer's model and serial number. Valve actuator type (manual, hydraulic, electric, or pneumatic). Local services (process water and air, drains, HVAC, natural gas and steam). The Contractor shall prepare and include additional data when the need for such data becomes apparent during instruction of the Owner's personnel. Additional Requirements for O&M Data required by Sections of Specifications. PART 2 PRODUCTS 2.01 O&M MANUALS A. Binders: The manuals shall be supplied in binders that are the same as those provided in Paragraph 1.03 D. above. B. Electronic Version: Word-processed portions of the manuals shall also be provided on word-processor diskettes. The electronic version manuals must be capable of being read, edited, and printed with Microsoft Word or that which is congruent file format with word processing in Document Control at the time of the transmittal of documents. The format will be provided to the Contractor upon request. All drawings shall be generated using personal computer and plotter with the software package program from AutoCAD. PART 3 EXECUTION (NOT USED) END OF SECTION Item # 14 BID DOCUMENTS 01830-11 OPERATIONS AND MAINTENANCE MANUALS 03720-035-01 Attachment number 4 Page 370 of 646 Item # 14 SECTION 02220 DEMOLITION AND MODIFICATIONS PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 371 of 646 A. The Contractor shall furnish all labor, materials, equipment, and incidentals required and demolish, modify, remove, and dispose of work shown on the Drawings and as specified in this Section. B. The work includes but is not limited to demolishing, modifying, and removing existing materials, equipment, or work necessary to install the new work as shown on the Drawings and as specified in this Section and to connect with existing work in an approved manner. � � E Demolition, modifications, and removals which may be specified under other Sections shall conform to requirements of this Section. Demolition and modifications include: 1. 2. 3. 4. Removal and disposal of existing mixers and vortex baffles in fermentation tanks, first anoxic tanks, and second anoxic tanks Disconnect the electrical wiring of the existing mixers Removal of deteriorated concrete. Removal of settled grit, rags and other trash in tanks and effluent box. Blasting and the use of explosives will not be permitted for any demolition work. 1.02 RELATED WORK A. Section 01100, Summary of Work. B. Section 01330, Submittals and Acceptance. C. Section 01350, Environmental Protection Procedures. D. Section 01500, Temporary Facilities and Controls E. Section 01815, Maintenance of Plant Operation and Sequence of Construction Item # 14 BID DOCUMENTS 02220-1 DEMOLITION AND MODIFICATIONS 03720-035-01 Attachment number 4 Page 372 of 646 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: 1.04 1.05 1.06 A. Submit to the Engineer six copies of proposed methods and operations of demolition of the structures and modifications before beginning work. Include in the schedule the coordination of shutoff, capping, and continuation of utility service as required. B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted progress of the Owner's operations. The sequence shall be compatible with sequence of construction and shutdown coordination requirements. C. Before beginning demolition work, the Contractor shall complete all modifications necessary to divert the flow from the affected structure and to maintain biological treatment processes to meet discharge permit requirements. Actual work shall not begin until the Engineer has inspected and approved the modifications and authorized beginning the demolition work in writing. D. Submit Erection Drawings indicating the means of shoring/bracing required under Article 3.03. The Submittal shall include complete layouts, location plans, and shoring/bracing sequence schedule coordinated with Section 01815. The Submittal shall have the stamp of the professional engineer specified under Paragraph 1.03E. E. Certification: The Contractor shall be responsible for the design of the temporary shoring/bracing of the existing structure, if required for the repair. Before construction, the Contractor shall submit a P.E. Certification Form prepared, stamped, and signed by the professional engineer registered in the State of Florida verifying that his/her design will adequately provide support during the repair of the fermentation, first anoxic and second tanks. F. Certification: The Contractor shall be responsible for the design of the temporary flow diversion system, if required for the Work. Before construction, the Contractor shall submit a P.E. Certification Form prepared, stamped, and signed by a professional engineer registered in the State of Florida along with supporting design documents verifying that the design will adequately support the biological treatment processes and meet permit discharge requirements during the Work. WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE Item # 14 BID DOCUMENTS 02220-2 DEMOLITION AND MODIFICATIONS 03720-035-01 1.07 1.08 1.09 1.10 1.11 1.12 Attachment number 4 Page 373 of 646 A. The Contractor shall engage the service of a professional engineer registered in the State of Florida for the design of the temporary flow diversion system during the repair of the fermentation, first anoxic and second anoxic tanks. B. The Contractor shall engage the service of a professional engineer registered in the State of Florida for the design of the temporary shoring/bracing of the existing structure during the repair of the fermentation, first anoxic and second anoxic tanks. WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING (NOT USED) QUALIFICATIONS (NOT USED) TESTING REQUIREMENTS (NOT USED) MAINTENANCE (NOT USED) RECORD DRAWINGS (NOT USED) 1.13 JOB CONDITIONS A. Protection 1. The Contractor shall conduct the demolition and removal work to prevent damage or injury to structures, equipment, piping, instrumentation, conduit, light fixtures, etc., and occupants of the structures and to adjacent features which might result from falling debris or other causes, and so as not to interfere with the use and free and safe passage to and from adjacent structures. B. Scheduling C. 1. Carry out operations so as to avoid interference with operations and work in the existing facilities. Notification 1. At least 48 hours before beginning demolition or removal, notify the Engineer in writing of the proposed schedule of the demolition or removal. The Owner shall inspect the existing equipment and identify and mark those items which are to remain the property of the Owner. No removals shall be started without the permission of the Engineer. Item # 14 BID DOCUMENTS 02220-3 DEMOLITION AND MODIFICATIONS 03720-035-01 Attachment number 4 Page 374 of 646 D. Conditions of Structures 1. The Owner and the Engineer assume no responsibility for the actual condition of the structures to be repaired or modified. 2. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However, variations within a structure may occur before the start of demolition work. E. Repairs to Damage 1. The Contractor shall promptly repair damage caused to adjacent facilities by demolition operation when directed by the Engineer and at no cost to the Owner. Repairs shall be made to a condition at least equal to that which existed before construction. F. Traffic Access 1. The Contractor shall conduct demolition and modification operations and remove equipment and debris to ensure minimum interference with roads onsite and to ensure minimum interference with occupied or used facilities. 2. Special attention is directed towards maintaining safe and convenient access to the existing facilities by plant personnel and plant associated vehicles. 1.14 RULES AND REGULATIONS A. The City of Clearwater Public Works shall control the demolition, modification or alteration of the existing buildings or structures. B. No building or structure or any part thereof shall be demolished until the Contractor has obtained a Demolition Permit from the City Building Department. The City will waive the permit fee. 1.15 DISPOSAL OF MATERIAL A. Salvageable material and equipment shall become the property of the Owner unless otherwise as directed by the Engineer or Owner. The Contractor shall dismantle all such items to a size that can be readily handled and deliver them to a designated storage area. B. All other material and items of equipment shall become the Contractor's property and must be removed from the site. Item # 14 BID DOCUMENTS 02220-4 DEMOLITION AND MODIFICATIONS 03720-035-01 Attachment number 4 Page 375 of 646 � ':: Storing or selling removed items on the site will not be allowed. PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. All materials and equipment removed from existing work shall become the property of the Contractor, except for those which the Owner has identified and marked for his/her use. All materials and equipment marked by the Owner to remain shall be carefully removed so as not to be damaged and shall be cleaned and stored on or adjacent to the site in a protected place specified by the Engineer or loaded onto trucks provided by the Owner. B. The Contractor shall dispose of all demolition materials, equipment, debris, and all other items—except those marked by the Owner to remain—off the site and in conformance with all existing applicable laws and regulations. C. Pollution Controls 1. Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical leveL Comply with governing regulations pertaining to environmental protection. a. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. b. Clean adjacent structures, facilities, and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to conditions existing before starting the work. 3.02 STRUCTURAL REMOVALS � : The Contractor shall remove structures to the lines and grades shown unless otherwise directed by the Engineer. All demolition debris shall be removed and taken from the site, unless otherwise approved by the Engineer. C. After parts or all of slabs and like work which tie into new work or existing work are removed, the point of junction shall be neatly repaired so as to leave only finished edges and surface exposed. Item # 14 BID DOCUMENTS 02220-5 DEMOLITION AND MODIFICATIONS 03720-035-01 Attachment number 4 Page 376 of 646 3.03 DEMOLITION, REPLACEMENT, AND REPAIR A. Structural elements shall not be overstressed. The Contractor shall be responsible for shoring and/or bracing as required and indicated on the Drawings for adequate structural support as a result of work performed. B. Before repairing the walkways, channels, and tanks, the Contractor shall, if required, provide engineered temporary shoring and/or bracing of the walkways and hung utilities as indicated on the Drawings. C. Before repairing the tanks, the Contractor shall, if required, provide engineered temporary flow diversion of the tanks to maintain the plant operation, the biological treatment process, and meet discharge permit requirements. � E. F. The engineered temporary flow diversion shall remain in place until the repair of the tanks is completed. The engineered temporary shoring and/or bracing shall be used in specified locations during the phasing of sequence of construction indicated in Section 01815. The engineered shoring and/or bracing shall remain in place until the repair mortar and/or concrete in each stage has attained design strength. 3.04 CLEAN-UP A. The Contractor shall remove from the site all debris resulting from the demolition operations as it accumulates. Upon completion of the work, the Contractor shall remove all materials, equipment, waste, and debris of every sort and shall leave the premises clean, neat, and orderly. END OF SECTION Item # 14 BID DOCUMENTS 02220-6 DEMOLITION AND MODIFICATIONS 03720-035-01 SECTION 02240 DEWATERING PART1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 377 of 646 A. This Section covers the work necessary to complete the dewatering activities. All work in this Section shall be done in accordance with the requirements of the Environmental Resource Permit as issued by the Southwest Water Management District (SWFWMD) and/or Florida Department of Environment Protection (FDEP). 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS The Contractor shall submit the following in accordance with Section 01330, Submittals and Acceptance: A. Prior to any excavation, the Contractor, if dewatering is necessary, shall be responsible for filing and obtaining all necessary permit(s) including the following permits as required by SWFWMD and/or FDEP: 1. Notice of Intent to Use Generic Permit for Stormwater Discharge from large and Small Construction Activities, DEP Form 62-621.300(4)(b) 2. Generic Permit for the Discharge fo Produced Groundwater from any Non-Contaminated Site Activity, DEP Form 62-621300(2) 3. Other plans, forms and permit application required. B. It shall be the responsibility of the Contactor to follow all requirements of the SWFWMD and/or FDEP permits, and to follow the requirements of the Stormwater Pollution Prevention Plan included in the project document. C. The Contractor shall submit to SWFWMD and/or FDEP a dewatering plan if dewatering is necessary. At a minimum, the plan shall include the following: BID DOCUMENTS 03720-035-01 • Duration of dewatering for each area. • Number and size of pumps. • Method of dewatering each area. • Methods for routing/containing the discharge. • Methods of isolating dewatering areas. • Time dewatering structure will be in place. 02240-1 Item # 14 DEWATERING Attachment number 4 Page 378 of 646 • Proposed discharge points. Five copies of the plan shall be submitted to the Engineer for record purposes only. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS The Contractor shall design the dewatering system. The Contractor shall be responsible for obtaining whatever investigations are necessary, before bidding, to design the dewatering system. 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES (NOT USED) 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS A. The Contractor shall provide at least one person who shall be present at all times during the execution of this portion of the work and who shall be thoroughly familiar with the dewatering system being installed, the referenced standards, the requirements of this work, and who shall direct all work performed under this Section. B. The Contractor shall be responsible for determining the water level before beginning excavation and construction. 1.10 TESTING REQUIREMENTS (NOT USED) 1.11 MAINTENANCE (NOT USED) 1.12 RECORD DRAWINGS (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DEWATERING SYSTEM � BID DOCUMENTS 03720-035-01 The dewatering system shall be adequate to drain the soils to be excavated to the extent that the piezometric water level in the construction area is a minimum of 2 Item # 14 DEWATERING 02240-2 Attachment number 4 Page 379 of 646 feet below the bottom of the excavation, side slopes of excavations, or bottom of the footings at all times, or as otherwise required to obtain the specified compaction and installation conditions. Pipeline trenches must be dewatered at least 6 inches below the trench bottom. B. If layered soils are encountered, the hydrostatic head in the zone below the subgrade elevation shall be relieved to prevent uplift. C. Unless otherwise noted and before any excavating below or within 6 inches above the groundwater level, a dewatering system shall be placed into operation to lower water levels to the extent specified previously and then shall be operated continuously 24 hours a day, 7 days a week, throughout the excavation to maintain and protect all work until the work has been completed to the satisfaction of the Engineer. D. Where used, well points shall be installed in an Engineer-approved manner and in sufficient numbers to provide the necessary removal of water as stated previously. Well points and header piping shall be installed so that traffic on public thoroughfares and site access roads will not be impeded. E. The Contractor shall be solely responsible for the arrangement, location, and depths of the dewatering system necessary to accomplish the specified work. The dewatering system shall stay in full operation until excavations and trenches have been backfilled and compacted. F. To prevent excessive noise, exhaust from all pumps and engines shall be silenced and muffled to conform to local codes and ordinances. G. Wellpoint or surface water pump discharge shall be controlled to prevent erosion, undermining, and all other damage and be piped to approved locations. H. The Contractor is responsible for determining what approvals and permits are required to comply with any and all applicable regulations and permitting requirements relating to dewatering activities. The Contractor shall obtain all necessary approvals and permits and comply with any and all applicable regulations and permitting requirements concerning all dewatering activities, including pumpage and discharge. The Contactor is solely responsible for all costs associated with both proper and improper implementation of dewatering activities. I. The Contractor shall perform all dewatering work in strict compliance with Section 01350, Environmental Protection Procedures and the Contract Drawings. BID DOCUMENTS 03720-035-01 02240-3 Item # 14 DEWATERING Attachment number 4 Page 380 of 646 J. Excavations shall be kept free from water during the placing of concrete and for 36 hours after or until concrete forms are removed. K. The Contractor shall dewater in such a manner as to prevent damage to existing work. Any damage resulting from the dewatering activities of the Contractor shall be repaired or replaced, as approved by the Engineer, at no additional cost or time to the Owner. 3.02 CLEANUP A. Upon completing dewatering elsewhere on the Project, the Contractor shall remove all equipment and leave the project site in a neat, clean, and acceptable condition satisfactory to the Owner. Wellpoint holes and excavations shall be adequately backfilled and compacted to prevent settlement. BID DOCUMENTS 03720-035-01 END OF SECTION 02240-4 Item # 14 DEWATERING SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 381 of 646 A. Furnish all labor, materials, equipment and incidentals required and cut, remove, repair or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts and other items furnished under other Sections and required to be cast into concrete, or approved in advance by the Engineer. 1.02 A. B. C. D. 1.03 A. RELATED WORK Concrete Reinforcement is included in Section 03200. Concrete Joints and Joint Accessories are included in Section 03250. Cast-in-Place Concrete is included in Section 03300. Grout is included in Section 03600. SUBMITTALS Submit to the Engineer, in accordance with Section 01330, shop drawings and product data showing materials of construction and details of installation for: 1. Form release agent 2. Form ties B. Samples 1.04 I1 1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not adversely affect concrete surfaces to be painted, coated or otherwise finished and will not affect the forming materials. REFERENCE STANDARDS American Concrete Institute (ACI) 1. 2. BID DOCUMENTS 03720-035-01 ACI 301 - Standard Specification for Structural Concrete ACI 318 - Building Code Requirements for Reinforced Concrete 03100-1 CONCRETE FORMWORK Item # 14 Attachment number 4 Page 382 of 646 3. ACI 347 - Formwork for Concrete B. American Plywood Association (APA) 1. Material grades and designations as specified C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 SYSTEM DESCRIPTION A. GeneraL• Architectural Concrete is wall, slab, beam or column concrete which will have surfaces exposed to view in the finished work. It includes similar exposed surfaces in water containment structures from the top of walls to 2-ft below the normal water surface in open tanks and basins. B. Formwork shall be designed and erected in accordance with the requirements of ACI 301 and ACI 318 and as recommended in ACI 347 and shall comply with all applicable regulations and codes. The design shall consider any special requirements due to the use of plasticized and/or retarded set concrete. PART 2 - PRODUCTS 2.01 GENERAL A. The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 2.02 MATERIALS A. Forms for cast-in-place concrete shall be made of wood, metal, or other approved materiaL Construct wood forms of sound lumber or plywood of suitable dimensions and free from knotholes and loose knots. Where used for exposed surfaces, dress and match boards. Sand plywood smooth and fit adjacent panels with tight joints. Metal forms may be used when approved by the Engineer and shall be of an appropriate type for the class of work involved. All forms shall be designed and constructed to provide a flat, uniform concrete surface requiring minimal finishing or repairs. B. Wall Forms 1. Forms for all exposed exterior and interior concrete walls shall be "Plyform" exterior grade plywood panels manufactured in compliance with the APA and bearing the trademark of that group, or equal acceptable to the Engineer. Provide B grade or better veneer on all faces to be placed against concrete during forming. The class of material and grades of interior plies shall be of sufficient strength and stiffness to provide a flat, uniform concrete surface requiring minimal finishing and grinding. BID DOCUMENTS 03720-035-01 03100-2 CONCRETE FORMWORK Item # 14 Attachment number 4 Page 383 of 646 2. All joints or gaps in forms shall be taped, gasketed, plugged, and/or caulked with an approved material so that the joint will remain watertight and will withstand placing pressures without bulging. C. Rustication strips shall be at the location and shall conform to the details shown on the Drawings. Moldings for chamfers and rustications shall be milled and planed smooth. Rustications and corner strips shall be of a nonabsorbent material, compatible with the form surface and fully sealed on all sides to prohibit the loss of paste or water between the two surfaces. D. Form Release Agent 1. Coat all forming surfaces in contact with concrete using an effective, non-staining, non-residual, water based, bond-breaking form coating unless otherwise noted. Form release agents used in potable water containment structures shall be suitable for use in contact with potable water and shall be non-toxic and free of taste or odor and meet the requirements of NSF/ANSI Standard 61. Form release agent shall be Farm Fresh by Unitex or approved equal. E. Form Ties 1. Form ties encased in concrete other than those specified in the following paragraphs shall be designed so that, after removal of the projecting part, no metal shall remain within 1-1/2-in of the face of the concrete. The part of the tie to be removed shall be at least 1/2-in diameter or be provided with a wood or metal cone at least 1/2-in diameter and 1-1/2-in long. Form ties in concrete exposed to view shall be the cone-washer type. 2. Form ties for exposed exterior and interior walls shall be as specified in the preceding paragraph except that the cones shall be of approved wood or plastic. 3. Flat bar ties for panel forms, if used, shall have plastic or rubber inserts having a minimum depth of 1-1/2-in and sufficient dimensions to permit proper patching of the tie hole. 4. Ties for liquid containment structures shall have an integral waterstop that is tightly welded to the tie. 5. Common wire shall not be used for form ties. 6. Alternate form ties consisting of tapered through-bolts at least 1-in in diameter at smallest end or through-bolts that utilize a removable tapered sleeve of the same minimum size may be used at the Contractor's option. Obtain Engineer's acceptance of system and spacing of ties prior to ordering or purchase of forming. Clean, fill and seal form tie hole with non-shrink cement grout. A vinyl plug shall be inserted into the hole to serve as a waterstop. The BID DOCUMENTS 03720-035-01 03100-3 CONCRETE FORMWORK Item # 14 Attachment number 4 Page 384 of 646 Contractor shall be responsible for water-tightness of the form ties and any repairs needed. PART 3 - EXECUTION 3.01 GENERAL A. Forms shall be used for all cast-in-place concrete including sides of footings. Forms shall be constructed and placed so that the resulting concrete will be of the shape, lines, dimensions and appearance indicated on the Drawings. B. Forms for walls shall have removable panels at the bottom for cleaning, inspection and joint surface preparation. Forms for walls of considerable height shall have closable intermediate inspection ports. Tremies and hoppers for placing concrete shall be used to allow concrete inspection, to prevent segregation and to prevent the accumulation of hardened concrete on the forms above the fresh concrete. C. Molding, bevels, or other types of chamfer strips shall be placed to produce block outs, rustications, or chamfers as shown on the Drawings or as specified herein. Chamfer strips shall be provided at horizontal and vertical projecting corners to produce a 3/4-in chamfer. Rectangular or trapezoidal moldings shall be placed in locations requiring sealants where specified or shown on the Drawings. Sizes of moldings shall conform to the sealants manufacturer's recommendations. D. Forms shall be sufficiently rigid to withstand construction loads and vibration and to prevent displacement or sagging between supports. Construct forms so that the concrete will not be damaged by their removal. The Contractor shall be entirely responsible for the adequacy of the forming system. E. Before form material is re-used, all surfaces to be in contact with concrete shall be thoroughly cleaned, all damaged places repaired, all projecting nails withdrawn and all protrusions smoothed. Reuse of wooden forms for other than rough finish will be permitted only if a"like new" condition of the form is maintained. 3.02 FORM TOLERANCES A. Forms shall be surfaced, designed and constructed in accordance with the recommendations of ACI 347 and shall meet the following additional requirements for the specified finishes. 1. Formed Surface Exposed to View: Edges of all form panels in contact with concrete shall be flush within 1/16-in and forms for plane surfaces shall be such that the concrete will be plane within 3/16-in in 4-ft. Forms shall be tight to prevent the passage of mortar, water and grout. The maximum deviation of the finish wall surface at any point shall not exceed 1/4-in from the intended surface as shown on the Drawings. Form panels shall be arranged symmetrically and in an orderly manner to minimize the number of seams. BID DOCUMENTS 03720-035-01 03100-4 CONCRETE FORMWORK Item # 14 Attachment number 4 Page 385 of 646 2. Formed surfaces not exposed to view or buried shall meet requirements of Class "C" Surface in ACI 347. 3. Formed rough surfaces including mass concrete, pipe encasement, electrical duct encasement and other similar installations shall have no minimum requirements for surface smoothness and surface deflections. The overall dimensions of the concrete shall be plus or minus 1-in. 3.03 FORM PREPARATION A. Wood forms in contact with the concrete shall be coated with an effective release agent prior to form installation. B. Steel forms shall be thoroughly cleaned and mill scale and other ferrous deposits shall be sandblasted or otherwise removed from the contact surface for all forms, except those utilized for surfaces receiving a rough finish. All forms shall have the contact surfaces coated with a release agent. 3.04 REMOVAL OF FORMS A. The Contractor shall be responsible for all damage resulting from removal of forms. Forms and shoring for structural slabs or beams shall remain in place in accordance with ACI 301 and ACI 347. Form removal shall conform to the requirements specified in Section 03300 and a curing compound applied. 3.05 INSPECTION A. The Engineer on site shall be notified when the forms are complete and ready for inspection at least 6 hours prior to the proposed concrete placement. B. Failure of the forms to comply with the requirements specified herein or to produce concrete complying with requirements of Section 03300 shall be grounds for rejection of that portion of the concrete work. Rejected work shall be repaired or replaced as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of this Section and approval of the Engineer. BID DOCUMENTS 03720-035-01 END OF SECTION 03100-5 CONCRETE FORMWORK Item # 14 Attachment number 4 Page 386 of 646 Item # 14 Attachment number 4 Page 387 of 646 SECTION 03150 MODIFICATIONS AND REPAIR TO CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and cut, remove, repair or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. 1.02 A. B. C. D. E. F. 1.03 RELATED WORK Concrete Formwork is included in Section 03100. Concrete Reinforcement is included in Section 03200. Concrete Joints and Accessories are included in Section 03250. Cast-in-Place Concrete is included in Section 03300. Concrete Finishes are included in Section 03350. Grout is included in Section 03600. SUBMITTALS A. Submit manufacturer's technical literature on all product brands proposed for use, to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. B. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.04 A REFERENCE STANDARDS American Society for Testing and Materials (ASTM) 1 2 3 4. BID DOCUMENTS 03720-035-01 ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. ASTM C883 - Standard Test Method for Effective Shrinkage of Epoxy-Resin Systems Used with Concrete. ASTM D570 - Standard Test Method for Water Absorption of Plastics. 03150-1 MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 Attachment number 4 Page 388 of 646 5. ASTM D638 - Standard Test Method for Tensile Properties of Plastics. 6. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics. 7. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool. 8. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to one of the above standards, the latest revision as referenced in the FBC shall be used. 1.05 QUALITY ASSURANCE A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer. B. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown or specified, line drilling will be required in cutting existing concrete. C. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years experience in the manufacture of such products and shall have an ongoing program of training, certifying and technically supporting the Contractor's personnel. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B. Epoxy Bonding Agent BID DOCUMENTS 03720-035-01 03150-2 MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 Attachment number 4 Page 389 of 646 1. General a. The epoxy bonding agent shall be a two-component, solvent-free, asbestos-free moisture insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type II and the additional requirements specified herein. 2. Material a. Properties of the cured materiaL• i. Compressive Strength (ASTM D695): 8500 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 4000 psi minimum at 14 days. iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 6,300 psi minimum at 14 days. iv. Shear Strength (ASTM D732): 5000 psi minimum at 14 days. v. Water Absorption (ASTM D570 - 2 hour boil): One percent maximum at 14 days. vi. Bond Strength (ASTM C882) Hardened to Plastic: 1500 psi minimum at 14 days moist cure. vii. Effective Shrinkage (ASTM C883): Passes Test. viii. Color: Gray. 3. Approved manufacturers include: Sika Corporation, Lyndhurst, NJ - Sikadur 32, Hi-Mod; Master Builder's, Cleveland, OH - Concresive Liquid (LPL) or equal. C. Epoxy Paste 1. General a. Epoxy Paste shall be a two-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts and all-threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3 and the additional requirements specified herein. It may also be used to patch existing surfaces where the glue line is 1/8-in or less. 2. Material BID DOCUMENTS 03720-035-01 03150-3 MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 Attachment number 4 Page 390 of 646 a. Properties of the cured materiaL• i. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 03 percent minimum. iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days. iv. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days. v. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days. vi. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure. vii. Color: Concrete grey. 3. Approved manufacturer's include: a. Overhead applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi-mod LV 31; Master Builders, Inc., Cleveland, OH - Concresive 1438 or equal. b. Sika Corporation, Lyndhurst, N.J. - Sikadur Hi-mod LV 32; Master Builders, Inc., Cleveland, OH - Concresive 1438 or equal. D. Non-Shrink Precision Cement Grout, Non-Shrink Cement Grout, Non-Shrink Epoxy Grout and Polymer Modified mortar are included in Section 03600 GROUT. E. Adhesive Capsule type anchor system shall be equal to the HVA adhesive Anchoring System by Hilti Fastening Systems, Tulsa, OK. The capsule shall consist of a sealed glass capsule containing premeasured amounts of polyester or vinylester resin, quartz sand aggregate and a hardener contained in a separate vial within the capsule. Where the adhesive anchor is under sustained tensile loading (i.e. vertically installed anchors) the anchor system shall be Hilti HIT RE-500 SD by Hilti Fastening Systems, Tulsa, OK. F. Acrylic Latex Bonding Agents shall not be used for this project. G. Crack Repair Epoxy Adhesive 1. General BID DOCUMENTS 03720-035-01 a. Crack Repair Epoxy Adhesive shall be a two-component, solvent-free, moisture insensitive epoxy resin material suitable for crack grouting by injection or gravity feed. It shall be formulated for the specific size of opening or crack being injected. 03150-4 MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 Attachment number 4 Page 391 of 646 b. All concrete surfaces containing potable water or water to be treated for potable use that are repaired by the epoxy adhesive injection system shall be coated with an acceptable epoxy coating approved by the FDA for use in contact with potable water. 2. Material a. Properties of the cured material i. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days. ii. Tensile Strength (ASTM D638): 5,300 psi minimum at 14 days. Elongation at Break - 2 to 5 percent. iii. Flexural Strength (ASTM D790 - Modulus of Rupture): 12,000 psi minimum at 14 days (gravity); 4,600 psi minimum at 14 days (injection) iv. Shear Strength (ASTM D732): 3,700 psi minimum at 14 days. v. Water Absorption (ASTM D570 - 2 hour boil): 1.5 percent maximum at 7 days. vi. Bond Strength (ASTM C882): 2,400 psi at 2 days dry; 2,000 psi at 14 days dry plus 12 days moist. vii. Effective Shrinkage (ASTM 883): Passes Test. 3. Approved manufacturer's include: a. For standard applications: Sika Corporation, Lyndhurst, NJ - Sikadur Hi-Mod; Master Builders Inc., Cleveland, OH - Concressive 1380 or equal. b. For very thin applications; Sika Corporation, Lyndhurst, NJ - Sikadur Hi-Mod LV; Master Builders Inc., Cleveland, OH - Concressive 1468 or equal. PART 3 - EXECUTION 3.01 GENERAL A. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc, are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. BID DOCUMENTS 03150-5 MODIFICATIONS AND REPAIR TO CONCRETE 03720-035-01 Item # 14 Attachment number 4 Page 392 of 646 B. All commercial products specified in this Section shall be stored, mixed and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.02 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/4-in. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the edge of concrete removal shall be a 1-in deep saw cut on each exposed surface of the existing concrete. D. Concrete specified to be left in place which is damaged shall be repaired by approved means to the satisfaction of the Engineer. E. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate. 3.03 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e. - sandblasting, grinding, etc, as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. BID DOCUMENTS 03150-6 MODIFICATIONS AND REPAIR TO CONCRETE 03720-035-01 Item # 14 Attachment number 4 Page 393 of 646 Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc, as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1/2-in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete which is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent or lapped to new reinforcing as shown on the Drawings and provided with a minimum cover all around as specified on the contract drawings or 2-in. E. The following are specific concrete surface preparation "methods" are to be used where called for on the Drawings, specified herein or as directed by the Engineer. All installation of anchors shall be according to the manufacturer's recommendations. 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16-in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Method C: Drill a hole 1/4-in larger than the diameter of the dowel. The hole shall be blown clear of loose particles and dust just prior to installing epoxy. The drilled hole shall first be filled with epoxy paste, and then dowels/bolts shall be buttered with paste then inserted by tapping. Unless otherwise shown on the Drawings, deformed bars shall be drilled and set to a depth of ten bar diameters and smooth bars shall be drilled and set to a depth of fifteen bar diameters. If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. 4. Method D: Combination of Method B and C. 5. Method E: Capsule anchor system shall be set in existing concrete by drilling holes to the required depth to develop the full tensile and shear strengths of the anchor material being used. The anchor bolts system shall be installed per the manufacturer's recommendation in holes sized as required. The anchor stud bolt, rebar or other embedment item shall be tipped with a double 45 BID DOCUMENTS 03720-035-01 03150-% MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 Attachment number 4 Page 394 of 646 degree chamfered point, securely fastened into the chuck of all rotary percussion hammer drill and drilled into the capsule filled hole. 3.04 GROUTING A. Grouting shall be as specified in Section 03600. 3.05 CRACK REPAIR A. Cracks on horizontal surfaces shall be repaired by gravity feeding crack sealant into cracks per manufacturer's recommendations. If cracks are less than 1/16-in in thickness they shall be pressure injected. B. Cracks on vertical surfaces shall be repaired by pressure injecting crack sealant through valves sealed to surface with crack repair epoxy adhesive per manufacturer's recommendations. BID DOCUMENTS 03720-035-01 END OF SECTION 03150-8 MODIFICATIONS AND REPAIR TO CONCRETE Item # 14 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 A. B. 1.02 A. B. C. D. 1.03 A. : SCOPE OF WORK Attachment number 4 Page 395 of 646 Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein. Furnish only all deformed steel reinforcement required to be entirely built into concrete masonry unit construction. RELATED WORK Concrete Formwork is included in Section 03100. Concrete Joints and Joint Accessories are included in Section 03250. Cast-in-place Concrete is included in Section 03300. Grout is included in Section 03600. SUBMITTALS Submit to the Engineer, in accordance with Section 01330, shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steeL Placement drawings shall conform to the recommendations of ACI 315. All reinforcement in a concrete placement shall be included on a single placement drawing or cross referenced to the pertinent main placement drawing. The main drawing shall include the additional reinforcement (around openings, at corners, etc) shown on the standard detail sheets. Bars to have special coatings and/or to be of special steel or special yield strength are to be clearly identified. 2. Bar bending details. The bars shall be referenced to the same identification marks shown on the placement drawings. 3. Schedule of all placements to contain synthetic reinforcing fibers. The amount of fibers per cubic yard to be used for each of the placements shall be noted on the schedule. The name of the manufacturer of the fibers and the product data shall be included with the submittal. Submit Test Reports, in accordance with Section 01300, of each of the following items. BID DOCUMENTS 03720-035-01 03200-1 CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 396 of 646 1. Certified copy of mill test on each steel proposed for use showing the physical properties of the steel and the chemical analysis. 2. Welder's certification. The certification shall be in accordance with AWS D 1.4 when welding of reinforcement required. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A82 - Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184 - Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185 - Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement 4. ASTM A496 - Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement 5. ASTM A497 - Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement 6. ASTM A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement 7. ASTM A616 - Standard Specification for Rail-Steel Deformed and Plain Bars for Concrete Reinforcement 8. ASTM A617 - Standard Specification for Axle-Steel Deformed and Plain Bars for Concrete Reinforcement 9. ASTM A706 - Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 10. ASTM A767 - Standard Specification for Zino-Coated (Galvanized) Steel Bars for Concrete Reinforcement 11. ASTM A775 - Standard Specification for Epoxy-Coated Reinforcing Steel Bars. 12. ASTM A884 - Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Fabric for Reinforcement. 13. ASTM A934 - Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars. B. American Concrete Institute (ACI) BID DOCUMENTS 03200-2 CONCRETE REINFORCEMENT 03720-035-01 Item # 14 Attachment number 4 Page 397 of 646 1. ACI 301 - Standard Specification for Structural Concrete 2. ACI 315 - Details and Detailing of Concrete Reinforcement. 3. ACI 318 - Building Code Requirements for Structural Concrete 4. ACI SP-66 - ACI Detailing Manual C. Concrete Reinforcing Steel Institute (CRSI) 1. Manual of Standard Practice D. American Welding Society (AWS) 1. AWS D1.4 - Structural Welding Code Reinforcing Steel E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Provide services of a manufacturer's representative, with at least 2 years experience in the use of the reinforcing fibers for a preconstruction meeting and assistance during the first placement of the material. 1.06 DELIVERY, HANDLING AND STORAGE A. Reinforcing steel shall be substantially free from mill scale, rust, dirt, grease, or other foreign matter. B. Reinforcing steel shall be shipped and stored with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted Placing Drawings. C. Reinforcing steel shall be stored off the ground and kept free from dirt, oil, or other injurious contaminants. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials shall be new, of domestic manufacture and shall comply with the following material specifications. B. Deformed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Concrete Reinforcing Bars required on the Drawings to be welded: ASTM A706. BID DOCUMENTS 03200-3 CONCRETE REINFORCEMENT 03720-035-01 Item # 14 0 E. F Welded Steel Wire Fabric: ASTM A185. Provide in flat sheets. Welded Deformed Steel Wire Fabric: ASTM A497. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars. Attachment number 4 Page 398 of 646 G. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60 deformed bars. H. The following alternate materials are allowed: I J 1. ASTM A615 Grade 60 may be used for ASTM A706 provided the following requirements are satisfied: a. The actual yield strength of the reinforcing steel based on mill tests shall not exceed the specified yield strength by more than 18,000 psi. Retests shall not exceed this value by more than an additional 3000 psi. [7 c. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement shall not be less than 1.25. The carbon equivalency (CE) of bars shall be 0.55 or less. Reinforcing Steel Accessories 1. 2. Plastic Protected Bar Supports: CRSI Bar Support Specifications, Class 1- Maximum Protection. Stainless Steel Protected Bar Supports: CRSI Bar Support Specifications, Class 2 - Moderate Protection. 3. Precast Concrete Block Bar Supports: CRSI Bar Support Specifications, Precast Blocks. Blocks shall have equal or greater strength than the surrounding concrete. 4. Steel Protected Bar Supports: #4 Steel Chairs with plastic or rubber tips. Tie Wire 1. Tie Wires for Reinforcement shall be 16-gauge or heavier, black annealed wire or stranded wire. K. Mechanical reinforcing steel butt splices shall be positive connecting taper threaded type employing a hexagonal coupler such as Lenton rebar splices as manufactured by Erico Products Inc., Solon, OH or equal. They shall meet all ACI 318 Building Code requirements. Bar ends must be taper threaded with coupler manufacturer's bar threader to ensure proper taper and thread engagement. Bar couplers shall be torqued to manufacturer's recommended value. BID DOCUMENTS 03720-035-01 03200-4 CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 399 of 646 1. Unless otherwise noted on the Drawings, mechanical tension splices shall be designed to produce a splice strength in tension or compression of not less than 125 percent of the ASTM specified minimum yield strength of the rebar. 2. Compression type mechanical splices shall provide concentric bearing from one bar to the other bar and shall be capable of developing the ultimate strength of the rebar in compression. L. Fiber Reinforcement 1. Synthetic reinforcing fiber for concrete shall be 100 percent polypropylene collated, fibrillated fibers as manufactured by Propex Concrete Systems Chattanooga, TN - Propex or equal. Fiber length and quantity for the concrete mix shall be in strict compliance with the manufacturer's recommendations as approved by the Engineer. 2.02 FABRICATION A. Fabrication of reinforcement shall be in compliance with the CRSI Manual of Standard Practice. B. Bars shall be cold bent. Bars shall not be straightened or re-bent. C. Bars shall be bent around a revolving collar having a diameter of not less than that recommended by the ACI 318. D. Bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded, shall have the applicable end(s) saw-cut. Such ends shall terminate in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. PART 3 - EXECUTION 3.01 INSTALLATION A. Surface condition, bending, spacing and tolerances of placement of reinforcement shall comply with the CRSI Manual of Standard Practice. The Contractor shall be solely responsible for providing an adequate number of bars and maintaining the spacing and clearances shown on the Drawings. B. Except as otherwise indicated on the Drawings, the minimum concrete cover of reinforcement shall be as follows: 1. Concrete cast against and permanently exposed to earth: 3-in 2. Concrete exposed to soil, water, sewage, sludge and/or weather: 2-in (Including bottom cover of slabs over water or sewage) 3. Concrete not exposed to soil, water, sewage, sludge and/or weather: BID DOCUMENTS 03720-035-01 03200-5 CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 400 of 646 a. Slabs (top and bottom cover), walls, joists, shells and folded plate members — 3/4-in b. Beams and columns (principal reinforcement, ties, spirals and stirrups) - 1-1/2-in C. Reinforcement which will be exposed for a considerable length of time after being placed shall be coated with a heavy coat of neat cement slurry. D. No reinforcing steel bars shall be welded either during fabrication or erection unless specifically shown on the Drawings or specified herein, or unless prior written approval has been obtained from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. When welding of reinforcement is approved or called for, it shall comply with AWS D1.4. E. Reinforcing steel interfering with the location of other reinforcing steel, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Greater displacement of bars to avoid interference shall only be made with the approval of the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. F. Securely support and tie reinforcing steel to prevent movement during concrete placement. Secure dowels in place before placing concrete. G. Reinforcing steel bars shall not be field bent except where shown on the Drawings or specifically authorized in writing by the Engineer. If authorized, bars shall be cold-bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. If the reinforcing steel is damaged, replace, Cadweld or otherwise repair as directed by the Engineer. Do not bend reinforcement after it is embedded in concrete unless specifically shown otherwise on the Drawings. 3.02 REINFORCEMENT AROUND OPENINGS A. Unless specific additional reinforcement around openings is shown on the Drawings, provide additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length to develop bond at each end beyond the opening or penetration. 3.03 SPLICING OF REINFORCEMENT A. Splices designated as compression splices on the Drawings, unless otherwise noted, shall be 30 bar diameters, but not less than 12-in. The lap splice length for column vertical bars shall be based on the bar size in the column above. BID DOCUMENTS 03720-035-01 03200-6 CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 401 of 646 B. Tension lap splices shall be provided at all laps in compliance with ACI 318. Splices in adjacent bars shall be staggered. Class A splices may be used when 50 percent or less of the bars are spliced within the required lap length. Class B splices shall be used at all other locations. C. Splicing of reinforcing steel in concrete elements noted to be "tension members" on the Drawings shall be avoided whenever possible. However, if required for constructability, splices in the reinforcement subject to direct tension shall be welded to develop, in tension, at least 125 percent of the specified yield strength of the bar. Splices in adjacent bars shall be offset the distance of a Class B splice. D. Install wire fabric in as long lengths as practicable. Wire fabric from rolls shall be rolled flat and firmly held in place. Splices in welded wire fabric shall be lapped in accordance with the requirements of ACI-318 but not less than 12-in. The spliced fabrics shall be tied together with wire ties spaced not more than 24-in on center and laced with wire of the same diameter as the welded wire fabric. Do not position laps midway between supporting beams, or directly over beams of continuous structures. Offset splices in adjacent widths to prevent continuous splices. E. Mechanical reinforcing steel splicers shall be used only where shown on the Drawings. Splices in adjacent bars shall be offset by at least 30 bar diameters. Mechanical reinforcing splices are only to be used for special splice and dowel conditions approved by the Engineer. 3.04 ACCESSORIES A. Determine, provide and install accessories such as chairs, chair bars and the like in sufficient quantities and strength to adequately support the reinforcement and prevent its displacement during the erection of the reinforcement and the placement of concrete. B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Stainless steel bar supports or steel chairs with stainless steel tips shall be used where the chairs are set on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use of galvanized or plastic tipped metal chairs is permissible in all other locations unless otherwise noted on the Drawings or specified herein. D. Alternate methods of supporting top steel in slabs, such as steel channels supported on the bottom steel or vertical reinforcing steel fastened to the bottom and top mats, may be used if approved by the Engineer. 3.05 INSPECTION A. In no case shall any reinforcing steel be covered with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been observed by the Engineer and the Engineer's release to proceed with the concreting has been obtained. The Engineer shall be given ample prior notice of the BID DOCUMENTS 03720-035-01 03200-% CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 402 of 646 readiness of placed reinforcement for observation. The forms shall be kept open until the Engineer has finished his/her observations of the reinforcing steel. BID DOCUMENTS 03720-035-01 END OF SECTION 03200-8 CONCRETE REINFORCEMENT Item # 14 Attachment number 4 Page 403 of 646 SECTION 03250 CONCRETE JOINTS AND JO1NT ACCESSORIES PART 1 - GENERAL 1.01 A. 1.02 A. B. C. D. E. 1.03 SCOPE OF WORK Furnish all labor, materials, equipment and incidentals required and install accessories for concrete joints as shown on the Drawings and as specified herein. RELATED WORK Concrete Formwork is included in Section 03100. Concrete Reinforcement is included in Section 03200. Cast-In-Place Concrete is included in Section 03300. Concrete Finishes are included in Section 03350. Grout is included in Section 03600. SUBMITTALS A. Submit to the Engineer, in accordance with Section 01330 shop drawings and product data. Submittals shall include at least the following: 1. Standard Waterstops: Product data including catalogue cut, technical data, storage requirements, splicing methods and conformity to ASTM standards. 2. Special Waterstops: Product data including catalogue cut, technical data, location of use, storage requirements, splicing methods, installation instructions and conformity to ASTM standards. 3. Premolded joint fillers: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. 4. Bond breaker: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. 5. Expansion joint dowels: Product data on the complete assembly including dowels, coatings, lubricants, spacers, sleeves, expansion caps, installation requirements and conformity to ASTM standards. 6. Compressible joint filler: Product data including catalogue cut, technical data, storage requirements, installation requirements, location of use and conformity to ASTM standards. BI� �ocUMENTS 03250-1 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 Attachment number 4 Page 404 of 646 7. Bonding agents: Product data including catalogue cut, technical data, storage requirements, product life, application requirements and conformity to ASTM standards. B. Certifications 1. Certification that all materials used within the joint system is compatible with each other. 2. Certifications that materials used in the construction of joints are suitable for use in contact with potable water 30 days after installation. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A675 - Standard Specification for Steel Bars, Carbon, Hot-Wrought, Special Quality, Mechanical Properties. 2. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 3. ASTM C1059 - Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. 4. ASTM D1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. (Nonextruding and Resilient Bituminous Types). 5. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. B. U.S. Army Corps of Engineers (CRD). 1. CRD C572 - Specification for Polyvinylchloride Waterstops. C. Federal Specifications 1. FS SS-S-210A - Sealing Compound for Expansion Joints. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. PART 2 - PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. BI� �ocUMENTS 03250-2 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 Attachment number 4 Page 405 of 646 B. All materials used together in a given joint (bond breakers, backer rods, joint fillers, sealants, etc) shall be compatible with one another. Coordinate selection of suppliers and products to ensure compatibility. Under no circumstances shall asphaltic bond breakers or joint fillers be used in joints receiving sealant. C. All chemical sealant type waterstops shall be products specifically manufactured for the purpose for which they will be used and the products shall have been successfully used on similar structures for more than five years. 2.02 MATERIALS A. Standard Waterstops : C 1. PVC Waterstops - The waterstop shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials. Minimum tensile strength of waterstop shall be 1750 psi. The waterstop shall conform to CRD-0572. The waterstop shall be Greenstreak Group, Inc. model No. 732 or approved equal for construction joints and Greenstreak Group Inc. Model No. 738 for expansion joints. Provide grommets or pre-punched holes spaced at 12 inches on center along length of waterstop. Special Waterstops 1. Base Seal PVC Waterstop - The waterstop shall be made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resins. The compound shall contain no reprocessed materials. Minimum tensile strength of waterstop shall be 1750 psi. The waterstop shall conform to CRD-0572. Waterstops shall be style 925 for expansion joints, style 928 for control joints, and style 927 for construction joints by Greenstreak Plastic Products, St. Louis, MO or equal. 2. Preformed adhesive waterstops - The waterstop shall be a rope type preformed plastic waterstop meeting the requirements of Federal Specification SS-S- 210A. The rope shall have a cross-section of approximately one square inch unless otherwise specified or shown on the Drawings. The waterstop shall be Synko-Flex waterstop as manufactured by Synko-Flex Products of Houston, TX, Lockstop by Greenstreak Group Inc., or equaL Primer for the material shall be as recommended by the waterstop manufacturer. Premolded Joint Filler 1. Premolded joint filler - structures. Self-expanding cork, premolded joint filler shall conform to ASTM D1752, Type III. The thickness shall be 3/4-in unless shown otherwise on the Drawings. 2. Premolded joint filler - sidewalk and roadway concrete pavements or where fiber joint filler is specifically noted on the Drawings. The joint filler shall be BI� �ocUMENTS 03250-3 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 � E. F G. Attachment number 4 Page 406 of 646 Bond Breaker 1. Bond breaker tape shall be an adhesive-backed glazed butyl or polyethylene tape which will satisfactorily adhere to the premolded joint filler or concrete surface as required. The tape shall be the same width as the joint. 2. Except where tape is specifically called for on the drawings, bond breaker for concrete shall be either bond breaker tape or a nonstaining type bond prevention coating such as Williams Tilt-up Compound by Williams Distributors Inc.; Silcoseal 77, by SCA Construction Supply Division, Superior Concrete Accessories or equal. Expansion Joint Dowels 1. Dowels shall be smooth steel conforming to ASTM A675, Grade 70. Dowels must be straight and clean, free of loose flaky rust and loose scale. Dowels may be sheared to length provided deformation from true shape caused by shearing does not exceed 0.04-in on the diameter of the dowel and extends no more than 0.04-in from the end. Bars shall be coated with a bond breaker on the expansion end of the dowel. Expansion caps shall be provided on the expansion end. Caps shall allow for at least 1-1/2-in of expansion. 2. Dowel Bar Sleeves: Provide Greenstreak two component Speed Dowel System, to accept 1" diameter x 12" long slip dowels. The Greenstreak Group, Inc. Speed Dowel System is comprised of a reusable base and a plastic sleeve. Both pieces shall be manufactured from polypropylene plastic. Bonding Agent 1. Epoxy bonding agent shall be a two-component, solvent-free, moisture insensitive, epoxy resin material conforming to ASTM C881, Type II. The bonding agent shall be Sikadur 32 Hi-Mod by Sika Corporation of Lyndhurst, N.J.; Concresive Liquid (LPL) by Master Builders of Cleveland, OH or equal. Acrylic may be used if approved by the Engineer. Compressible Joint Filler 1. The joint filler shall be a non-extruded watertight strip material use to fill expansion joints between structures. The material shall be capable of being compressed at least 40 percent for 70 hours at 68 degrees F and subsequently recovering at least 20 percent of its original thickness in the first 1/2 hour after unloading. Compressible Joint filler shall be Evasote 380 E.S.P, by E-Poxy Industries, Inc., Ravena, NY , Sikaflex la by Sika or equal. PART 3 - EXECUTION BI� �ocUMENTS 03250-4 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 3.01 I1 : C Attachment number 4 Page 407 of 646 INSTALLATION Standard Waterstops 1. Install waterstops for all joints where indicated on the Drawings. Waterstops shall be continuous around all corners and intersections so that a continuous seal is provided. Provide factory made waterstop fabrications for all changes in direction, intersections and transitions leaving only straight butt joints splices for the field. 2. Horizontal waterstops in slabs shall be clamped in position by the bulkhead (unless previously set in concrete). 3. Waterstops shall be installed so that half of the width will be embedded on each side of the joint. Care shall be exercised to ensure that the waterstop is completely embedded in void-free concrete. 4. Waterstops shall be terminated 3-in below the exposed top of walls. Expansion joint waterstop center bulbs shall be plugged with foam rubber, 1- in deep, at point of termination. Special Waterstops 1. Install special waterstops at joints where specifically noted on the Drawings. Waterstops shall be continuous around all corners and intersections so that a continuous seal is provided. Provide factory made waterstop fabrications for all changes in direction, intersections and transitions leaving only straight butt joints splices for the field. 2. Each piece of the waterstop shall be of maximum practicable length to provide a minimum number of connections or splices. Connections and splices shall conform to the manufacturer's recommendations and as specified herein. 3. Waterstops shall be terminated 3-in below the exposed top of walls. Construction Joints 1. Make construction joints only at locations shown on the Drawings or as approved by the Engineer. Any additional or relocation of construction joints proposed by the Contractor, must be submitted to the Engineer for written approval. 2. Additional or relocated joints should be located where they least impair strength of the member. In general, locate joints within the middle third of spans of slabs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the width of the member being connected. Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs. Do not BI� �ocUMENTS 03250-5 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 Attachment number 4 Page 408 of 646 locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them. 3. All joints shall be perpendicular to main reinforcement. Continue reinforcing steel through the joint as indicated on the Drawings. When joints in beams are allowed, provide a shear key and inclined dowels as approved by the Engineer. 4. Provide sealant grooves for joint sealant where indicated on the Drawings. 5. At all construction joints and at concrete joints designated on the Drawings to be "roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points or side to side) of approximately 1/4-in to expose a fresh face. Thoroughly clean joint surfaces of loose or weakened materials by water-blasting or sandblasting and prepare for bonding. � 7 Provide waterstops in all wall and slab construction joints in liquid containment structures and at other locations shown on the Drawings. Keyways shall not be used in construction joints unless specifically shown on the Drawings or approved by the Engineer. D. Expansion Joints 1. Do not extend through expansion joints, reinforcement or other embedded metal items that are continuously bonded to concrete on each side of joint. 2. Position premolded joint filler material accurately. Secure the joint filler against displacement during concrete placement and compaction. Place joint filler over the face of the joint, allowing for sealant grooves as detailed on the Drawings. Tape all joint filler splices to prevent intrusion of mortar. Seal expansion joints as shown on the Drawings. 3. Expansion joints shall be 3/4-in in width unless otherwise noted on the Drawings. 4. Where indicated on Drawings, install smooth dowels at right angles to expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. Unless otherwise shown on the Drawings, apply oil or grease to one end of all dowels through expansion joints. Provide plastic expansion caps on the lubricated ends of expansion dowels. 5. Provide center bulb type waterstops in all wall and slab expansion joints in liquid containment structures and at other locations shown on the Drawings. E. Control Joints BI� �ocUMENTS 03250-6 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 Attachment number 4 Page 409 of 646 1. Provide sealant grooves, sealants and waterstops at control joints in slabs on grade or walls as detailed. Provide waterstops at all wall and slab control joints in water containment structures and at other locations shown on the Drawings. 2. Control joints may be sawed if specifically approved by the Engineer. If control joint grooves are sawed, properly time the saw cutting with the time of the concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking. No reinforcing shall be cut during sawcutting. 3. Extend every other bar of reinforcing steel through control joints or as indicated on the Drawings. Where specifically noted on the Drawings, coat the concrete surface with a bond breaker prior to placing new concrete against it. Avoid coating reinforcement or waterstops with bond breaker at these locations. END OF SECTION BI� �ocUMENTS 03250-7 CONCRETE JOINTS AND 03720-035-01 JOINT ACCESSORIES Item # 14 Attachment number 4 Page 410 of 646 Item # 14 SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 411 of 646 A. Furnish all labor and materials required and install cast-in-place concrete complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete Formwork is included in Section 03100. B. Concrete Reinforcement is included in Section 03200. C. Concrete Joints and Joint Accessories are included in Section 03250. D. Grout is included in Section 03600. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01330, shop drawings and product data including the following: 1. Sources of cement, pozzolan and aggregates. 2. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. 3. Air-entraining admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 4. Water-reducing admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 5. High-range water-reducing admixture (plasticizer). Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations, retarding effect, slump range and conformity to ASTM standards. Identify proposed locations of use. 6. Concrete mix for each formulation of concrete proposed for use including constituent quantities per cubic yard, water-cementitious materials ratio, concrete slump, type and manufacturer of cement. Provide either a. or b. below for each mix proposed. BID DOCUMENTS 03720-035-01 03300-1 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 412 of 646 a. Standard deviation data for each proposed concrete mix based on statistical records. b. The curve of water-cementitious materials ratio versus concrete cylinder strength for each formulation of concrete proposed based on laboratory tests. The cylinder strength shall be the average of the 28 day cylinder strength test results for each mix. Provide results of 7 and 14 day tests if available. 7. Sheet curing materiaL Product data including catalogue cut, technical data and conformity to ASTM standard. 8. Liquid curing compound. Product data including catalogue cut, technical data, storage requirements, product life, application rate and conformity to ASTM standards. Identify proposed locations of use. B. Samples 1. Fine and coarse aggregates if requested by the Engineer. C. Test Reports 1. Fine aggregates - sieve analysis, physical properties, and deleterious substance. 2. Coarse aggregates - sieve analysis, physical properties, and deleterious substances. 3. Cements - chemical analysis and physical properties for each type. 4. Pozzolans - chemical analysis and physical properties. 5. Proposed concrete mixes - compressive strength, slump and air content. D. Certifications 1. Certify admixtures used in the same concrete mix are compatible with each other and the aggregates. 2. Certify admixtures are suitable for use in contact with potable water after 30 days of concrete curing. 3. Certify curing compound is suitable for use in contact with potable water after 30 days (non-toxic and free of taste or odor). 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) BID DOCUMENTS 03720-035-01 03300-2 CAST-IN-PLACE CONCRETE Item # 14 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. Attachment number 4 Page 413 of 646 ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. ASTM C33 - Standard Specification for Concrete Aggregates. ASTM C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. ASTM C42 - Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. ASTM C94 - Standard Specification for Ready-Mixed Concrete. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 - Standard Specification for Portland Cement ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete ASTM C173 - Standard Test Method for Air Content of Freshly MiYed Concrete by the Volumetric Method. ASTM C231 - Standard Test Method for Air Content of Freshly MiYed Concrete by the Pressure Method. ASTM C260 - Standard Specification for Air-Entraining Admixtures for Concrete. ASTM C309 - Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. ASTM C1017 - Standard Specification for Chemical Admixtures for use in Producing Flowing Concrete. B. American Concrete Institute (ACI). 1. 2. 3. 4. 5. BID DOCUMENTS 03720-035-01 ACI 304 - Guide for Measuring, Mixing, Transporting and Placing Concrete. ACI 305 - Hot Weather Concreting. ACI 306.1 - Standard Specification for Cold Weather Concreting. ACI 318 - Building Code Requirements for Structural Concrete. ACI 350 - Environmental Engineering Concrete Structures. 03300-3 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 414 of 646 6. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Reinforced concrete shall comply with ACI 318, the recommendations of ACI 350R and other stated requirements, codes and standards. The most stringent requirement of the codes, standards and this Section shall apply when conflicts exist. B. Only one source of cement and aggregates shall be used on any one structure. Concrete shall be uniform in color and appearance. C. Well in advance of placing concrete, discuss with the Engineer the sources of individual materials and batched concrete proposed for use. Discuss placement methods, waterstops and curing. Propose methods of hot and cold weather concreting as required. Prior to the placement of any concrete containing a high-range water- reducing admixture (plasticizer), the Contractor, accompanied by the plasticizer manufacturer, shall discuss the properties and techniques of batching and placing plasticized concrete. D. If, during the progress of the work, it is impossible to secure concrete of the required workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the desired properties. All changes so ordered shall be made at the Contractor's expense. E. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, the Contractor shall, at his/her expense, make new acceptance tests of aggregates and establish new design mixes. F. Testing of the following materials shall be furnished by Contractor to verify conformity with this Specification Section and the stated ASTM Standards. 1. Fine aggregates for conformity with ASTM C33 - sieve analysis, physical properties, and deleterious substances. 2. Coarse aggregates for conformity with ASTM C33 - sieve analysis, physical properties, and deleterious substances. 3. Cements for conformity with ASTM C150 - chemical analysis and physical properties. 4. Pozzolans for conformity with ASTM C618 - chemical analysis and physical properties. 5. Proposed concrete mix designs - compressive strength, slump and air content. G. Field testing and inspection services will be provided by the Owner. The cost of such work, except as specifically stated otherwise, shall be paid by the Owner. Testing of the following items shall be by the Owner to verify conformity with this Specification Section. BID DOCUMENTS 03720-035-01 03300-4 CAST-IN-PLACE CONCRETE Item # 14 H 1.06 A 1. 2. Attachment number 4 Page 415 of 646 Concrete placements - compressive strength (cylinders), compressive strength (cores), slump, and air content. Other materials or products that may come under question. All materials incorporated in the work shall conform to accepted samples. DELIVERY, STORAGE AND HANDLING Cement: Store in weather-tight buildings, bins or silos to provide protection from dampness and contamination and to minimize warehouse set. B. Aggregate: Arrange and use stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding 3-ft in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregate. C. Sand: Arrange and use stockpiles to avoid contamination. Allow sand to drain to uniform moisture content before using. Do not use frozen or partially frozen aggregates. D. Admixtures: Store in closed containers to avoid contamination, evaporation or damage. Provide suitable agitating equipment to assure uniform dispersion of ingredients in admixture solutions which tend to separate. Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. E. F. G Pozzolan: Store in weather-tight buildings, bins or silos to provide protection from dampness and contamination. Sheet Curing Materials: Store in weather-tight buildings or off the ground and under cover. Liquid Curing Compounds: Store in closed containers. PART 2 - PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Cement: U.S. made portland cement complying with ASTM C150. Air entraining cements shall not be used. Cement brand shall be subject to approval by the Engineer and one brand shall be used throughout the Work. The following cement type(s) shall be used: 2.02 MATERIALS BID DOCUMENTS 03720-035-01 03300-5 CAST-IN-PLACE CONCRETE Item # 14 � Attachment number 4 Page 416 of 646 Materials shall comply with this Section and any applicable State or local requirements. B. Cement: Domestic portland cement complying with ASTM C150. Air entraining cements shall not be used. Cement brand shall be subject to approval by the Engineer and one brand shall be used throughout the Work. The following cement type(s) shall be used: 1. Class A,B,C,D Concrete - Type II with the addition of fly ash resulting in C3A being below 5 percent of total cementitious content, Type III limited to 5 percent C3A or Type V. C. Fine Aggregate: Washed inert natural sand conforming to the requirements of ASTM C33. D. Coarse Aggregate: Well-graded crushed stone or washed gravel conforming to the requirements of ASTM C33. Grading requirements shall be as listed in ASTM C33 Table 2 for the specified coarse aggregate size number. Limits of Deleterious Substances and Physical Property Requirements shall be as listed in ASTM C33 Table 3 for severe weathering regions. Size numbers for the concrete mixes shall be as shown in Table 1 herein. E. Water: Potable water free from injurious amounts of oils, acids, alkalis, salts, organic matter, or other deleterious substances. F. Admixtures: Admixtures shall be free of chlorides and alkalis (except for those attributable to water). When it is required to use more than one admiYture in a concrete mix, the admixtures shall be from the same manufacturer. Admixtures shall be compatible with the concrete mix including other admixtures and shall be suitable for use in contact with potable water after 30 days of concrete curing. 1. Air-Entraining Admixture: Proportioning and mixing recommendations. The admixture shall comply with ASTM C260. shall be in accordance with manufacturer's 2. Water-Reducing Agent: The admixture shall comply with ASTM C494, Type A. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 3. High-Range Water_Reducer (Plasticizer): The admixture shall comply with ASTM C494, Type F and shall result in non-segregating plasticized concrete with little bleeding and with the physical properties of low water/cement ratio concrete. The treated concrete shall be capable of maintaining its plastic state in excess of 2 hours. Proportioning and mixing shall be in accordance with manufacturer's recommendations. Where walls are 14" thick or less and the wall height exceeds 12 ft a mix including a plasticizer must be used. � BID DOCUMENTS 03720-035-01 Admixtures causing retarded or accelerated setting of concrete shall not be used without written approval from the Engineer. When allowed, the 03300-6 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 417 of 646 admixtures shall be retarding or accelerating water reducing or high range water reducing admixtures. G. Pozzolan (Fly Ash): Pozzolan shall be Class C or Class F fly ash complying with ASTM C618 except the Loss on Ignition (LOI) shall be limited to 3 percent maximum. H. Sheet Curing Materials. Waterproof paper, polyethylene film or white burlap-polyethylene sheeting all complying with ASTM C171. I. Liquid Curing Compound. Liquid membrane-forming curing compound shall comply with the requirements of ASTM C309, Type 1-D (clear or translucent with fugitive dye) and shall contain no wax, paraffin, or oiL Curing compound shall be approved for use in contact with potable water after 30 days (non-toxic and free of taste or odor). 2.03 MIXES A. Development of mix designs and testing shall be by an independent testing laboratory acceptable to the Engineer engaged by and at the expense of the Contractor. B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce concrete having proper placability, durability, strength, appearance and other required properties. Proportion ingredients to produce a homogenous mixture which will readily work into corners and angles of forms and around reinforcement without permitting materials to segregate or allowing excessive free water to collect on the surface. C. The design mix shall be based on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if such data is not available, be developed by a testing laboratory, acceptable to the Engineer, engaged by and at the expense of the Contractor. Acceptance of mixes based on standard deviation shall be based on the modification factors for standard deviation tests contained in ACI 318. The water content of the concrete mix, determined by laboratory testing, shall be based on a curve showing the relation between water cementitious ratio and 7 and 28 day compressive strengths of concrete made using the proposed materials. The curves shall be determined by four or more points, each representing an average value of at least three test specimens at each age. The curves shall have a range of values sufficient to yield the desired data, including the specified design strengths as modified below, without extrapolation. The water content of the concrete mixes to be used, as determined from the curve, shall correspond to strengths 16 percent greater than the specified design strengths. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content as specified in Table 1. D. Compression Tests: Provide testing of the proposed concrete mix or mixes to demonstrate compliance with the specified design strength requirements in conformity with the above paragraph. BID DOCUMENTS 03720-035-01 03300-% CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 418 of 646 E. Entrained air, as measured by ASTM C231, shall be as shown in Table 1. 1. If the air-entraining agent proposed for use in the mix requires testing methods other than ASTM C231 to accurately determine air content, make special note of this requirement in the admixture submittal. F. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1. If a high-range water-reducer (plasticizer) is used, the slump indicated shall be that measured before plasticizer is added. Plasticized concrete shall have a slump ranging from 7 to 10-in. G. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Design Class Strength (l� A B C D 2500 3000 4000 5000 TABLE 1 CONCRETE MIX REQUIREMENTS Fine Coarse Cementitious Cement Aggregate Aggregate Content (2) (2) (3) (� C150 Type II C150 Type II C150 Type II C150 Type II W/Cm Class Ratio Fly Ash �� A B C D NOTES: BID DOCUMENTS 03720-035-01 C33 C33 C33 C33 57 57 57 57 440 min. 480 min. 560 min. 600 min. AE Slump Range WR HRWR Range (� (� (8) Inches 0.62 max. -- 3.5 to 5 0.54 max. -- 3.5 to 5 0.44 max. 25% max 3.5 to 5 0.40 max. -- 3.5 to 5 03300-8 Yes * Yes * Yes * Yes * 1-4 1-3 3-5 3-5 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 419 of 646 (1) Minimum compressive strength in psi at 28 days (2) ASTM designation (3) Size Number in ASTM C33 (4) Cementitious content in lbs/cu yd (5) W/Cm is Water-Cementitious ratio by weight (6) AE is percent air-entrainment (7) WR is water-reducer admixture (8) HRWR is high-range water-reducer admixture � HRWR used at contractor's option except where walls are 14" thick or less and the wall height exceeds 12 ft a mix including a plasticizer must be used. PART 3 - EXECUTION 3.01 MEASURING MATERIALS A. Concrete shall be composed of portland cement, fine aggregate, coarse aggregate, water and admixtures as specified and shall be produced by a plant acceptable to the Engineer. All constituents, including admixtures, shall be batched at the plant except a high-range water-reducer may also be added in the field. B. Measure materials for batching concrete by weighing in conformity with and within the tolerances given in ASTM C94 except as otherwise specified. Scales shall have been certified by the local Sealer of Weights and Measures within 1 year of use. C. Measure the amount of free water in fine aggregates within 0.3 percent with a moisture meter. Compensate for varying moisture contents of fine aggregates. Record the number of gallons of water as-batched on printed batching tickets. D. Admixtures shall be dispensed either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture. 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. 2. Inject multiple admixtures separately during the batching sequence. 3.02 MIXING AND TRANSPORTING A. Batch plants shall have a current NRMCA Certification or equal. B. Concrete shall be ready-mixed concrete produced by equipment acceptable to the Engineer. No hand-mixing will be permitted. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. C. Ready-mix concrete shall be transported to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. BID DOCUMENTS 03300-9 CAST-IN-PLACE CONCRETE 03720-035-01 Item # 14 Attachment number 4 Page 420 of 646 D. Keep the water tank valve on each transit truck locked at all times. Any addition of water above the appropriate W/Cm ratio must be directed by the Engineer. Added water shall be incorporated by additional mixing of at least 35 revolutions. All added water shall be metered and the amount of water added shall be shown on each delivery ticket. E. All central plant and rolling stock equipment and methods shall comply with ACI 318 and ASTM C94. F. Select equipment of size and design to ensure continuous flow of concrete at the delivery end. Metal or metal-lined non-aluminum discharge chutes shall be used and shall have slopes not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontaL Chutes more than 20-ft long and chutes not meeting slope requirements may be used if concrete is discharged into a hopper before distribution. G. Retempering (miYing with or without additional cement, aggregate, or water) of concrete or mortar which has reached initial set will not be permitted. H. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Dispatch trucks from the batching plant so they arrive at the work site just before the concrete is required, thus avoiding excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. I. Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Each ticket shall provide a printed record of the weight of cement and each aggregate as batched individually. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of the truck mixer. J. Temperature and Mixing Time Control 1. In cold weather, do not allow the as-mixed temperature of the concrete and concrete temperatures at the time of placement in the forms to drop below 40 degrees F. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. 3. In hot weather, cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90 degrees F. If necessary, substitute well-crushed ice for all or part of the mixing water. BID DOCUMENTS 03720-035-01 03300-10 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 421 of 646 4. The maximum time interval between the addition of mixing water and/or cement to the batch and the placing of concrete in the forms shall not exceed the values shown in Table 2. TABLE 2 MAXIMUM TIME TO DISCHARGE OF CONCRETE Air or Concrete Tem�erature (whichever is hi�her� Maximum Time 80 to 90 Degree F(27 to 32 Degree C) .......................................................45 minutes 70 to 79 Degree F(21 to 26 Degree C) .......................................................60 minutes 40 to 69 Degree F(5 to 20 Degree C) .........................................................90 minutes If an approved high-range water-reducer (plasticizer) is used to produce plasticized concrete, the maximum time interval shall not exceed 90 minutes. 3.03 CONCRETE APPEARANCE A. Concrete mix showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. If this does not correct the condition, the concrete shall be rejected. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, changes in the concrete mix shall be obtained only by adjusting one or more of the following: 1. 2. 3 The gradation of aggregate. The proportion of fine and coarse aggregate. The percentage of entrained air, within the allowable limits. B. Concrete for the work shall provide a homogeneous structure which, when hardened, will have the required strength, durability and appearance. Mixtures and workmanship shall be such that concrete surfaces, when exposed, will require no finishing. When concrete surfaces are stripped, the concrete, when viewed in good lighting from 10-ft away, shall be pleasing in appearance, and at 20-ft shall show no visible defects. 3.04 I1 PLACING AND COMPACTING Placing 1. Verify that all formwork completely encloses concrete to be placed and is securely braced prior to concrete placement. Remove ice, excess water, dirt and other foreign materials from forms. Confirm that reinforcement and other BID DOCUMENTS 03720-035-01 03300-11 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 422 of 646 embedded items are securely in place. Have a competent workman at the location of the placement who can assure that reinforcing steel and embedded items remain in designated locations while concrete is being placed. Sprinkle semi-porous subgrades or forms to eliminate suction of water from the mix. Seal extremely porous subgrades in an approved manner. 2. Deposit concrete as near its final position as possible to avoid segregation due to rehandling or flowing. Place concrete continuously at a rate which ensures the concrete is being integrated with fresh plastic concrete. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to cause formation of seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 3. Pumping of concrete will be permitted. Use a mix design and aggregate sizes suitable for pumping and submit for approval. 4. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only when made of galvanized metal or concrete and if prior approval has been obtained. 5. Do not place concrete for supported elements until concrete previously placed in the supporting element (columns, slabs and/or walls) has reached adequate strength. 6. Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of the mortar against the form. Prevent the formation of excessive surface voids. 7. Slabs BID DOCUMENTS 03720-035-01 a. After suitable bulkheads, screeds and jointing materials have been positioned, the concrete shall be placed continuously between construction joints beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. b. Avoid delays in casting. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. Concrete shall then be brought to correct level and struck off with a straightedge. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. c. Where slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow 1 hour to pass between placement of the wall and the overlying slab to permit 03300-12 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 423 of 646 consolidation of the wall concrete. Keep the top surface of the wall moist so as to prevent cold joints. 8. Formed Concrete a. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall preferably be in contact with the concrete already placed. Do not permit concrete to drop freely more than 4-ft. Place concrete for walls in 12 to 24-in lifts, keeping the surface horizontal. If plasticized concrete is used, the maximum lift thickness may be increased to 7-ft and the maximum free fall of concrete shall not exceed 15-ft. 9. Underwater concreting shall be performed in conformity with the recommendations of ACI 304R. The tremie system shall be used to place underwater concrete. Tremie pipes shall be in the range of 8 to 12-in in diameter and be spaced at not more than 16-ft on centers nor more than 8-ft from an end form. Where concrete is being placed around a pipe, there shall be at least one tremie pipe on each side of each pipe. Where the tremie system is not practical, direct pumped concrete for underwater placement may be used subject to approval of the system including details by the Engineer. B. Compacting 1. Consolidate concrete by vibration, puddling, spading, rodding or forking so that concrete is thoroughly worked around reinforcement, embedded items and openings and into corners of forms. Puddling, spading, etc, shall be continuously performed along with vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. 2. All concrete shall be placed and compacted with mechanical vibrators. The number, type and size of the units shall be approved by the Engineer in advance of placing operations. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. 3. A minimum frequency of 7000 rpm is required for mechanical vibrators. Insert vibrators and withdraw at points from 18 to 30-in apart. At each insertion, vibrate sufficiently to consolidate concrete, generally from 5 to 15 seconds. Do not over vibrate so as to segregate. Keep a spare vibrator on the site during concrete placing operations. 4. Concrete Slabs: Concrete for slabs less than 8-in thick shall be consolidated with vibrating screeds; slabs 8 to 12-in thick shall be compacted with internal vibrators and (optionally) with vibrating screeds. Vibrators shall always be placed into concrete vertically and shall not be laid horizontally or laid over. 5. Walls and Columns: Internal vibrators (rather than form vibrators) shall be used unless otherwise approved by the Engineer. In general, for each vibrator BID DOCUMENTS 03720-035-01 03300-13 CAST-IN-PLACE CONCRETE Item # 14 3.05 I1 : Attachment number 4 Page 424 of 646 needed to melt down the batch at the point of discharge, one or more additional vibrators must be used to densify, homogenize and perfect the surface. The vibrators shall be inserted vertically at regular intervals, through the fresh concrete and slightly into the previous lift, if any. 6. Amount of Vibration: Vibrators are to be used to consolidate properly placed concrete but shall not be used to move or transport concrete in the forms. Vibration shall continue untiL• a. b. c. d. Frequency returns to normal. Surface appears liquefied, flattened and glistening. Trapped air ceases to rise. Coarse aggregate has blended into surface, but has not disappeared. CURING AND PROTECTION Protect all concrete work against injury from the elements and defacements of any nature during construction operations. Curing Methods 1. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain specified temperature at the surface for a minimum of 7 days after placement. Curing methods to be used are as follows: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap. Begin wet cure as soon as concrete attains an initial set and maintain wet cure 24 hours a day. b. Sheet Material Curing: Cover entire surface with sheet material. Securely anchor sheeting to prevent wind and air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid Membrane Curing: Apply over the entire concrete surface except for surfaces to receive additional concrete. Curing compound shall NOT be placed on any concrete surface where additional concrete is to be placed, where concrete sealers or surface coatings are to be used, or where the concrete finish requires an integral floor product. Curing compound shall be applied as soon as the free water on the surface has disappeared and no water sheen is visible, but not after the concrete is dry or when the curing compound can be absorbed into the concrete. Application shall be in compliance with the manufacturer's recommendations. 2. Specified applications of curing methods. BID DOCUMENTS 03300-14 03720-035-01 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 425 of 646 a. Slabs for Water Containment Structures: Water curing only. b. Slabs on Grade and Footings (not used to contain water): Water curing, sheet material curing or liquid membrane curing. c. Structural Slabs (other than water containment): Water curing or liquid membrane curing. d. Horizontal Surfaces which will Receive Additional Concrete, Coatings, Grout or Other Material that Requires Bond to the substrate: Water curing. e. Formed Surfaces: None if nonabsorbent forms are left in place 7 days. Water cure if absorbent forms are used. Sheet cured or liquid membrane cured if forms are removed prior to 7 days. Exposed horizontal surfaces of formed walls or columns shall be water cured for 7 days or until next placement of concrete is made. f. Concrete Joints: Water cured or sheet material cured. C. Finished surfaces and slabs shall be protected from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting: 1. "Cold weather" is defined as a period when for more than 3 successive days, the average daily outdoor temperature drops below 40 degrees F. The average daily temperature shall be calculated as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Cold weather concreting shall conform to ACI 306.1 and the additional requirements specified herein. Temperatures at the concrete placement shall be recorded at 12 hour intervals (minimum). 3. Discuss a cold weather work plan with the Engineer. The discussion shall encompass the methods and procedures proposed for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete. The procedures to be implemented upon abrupt changes in weather conditions or equipment failures shall also be discussed. Cold weather concreting shall not begin until the work plan is acceptable to the Engineer. 4. During periods of cold weather, concrete shall be protected to provide continuous warm, moist curing (with supplementary heat when required) for a total of at least 350 degree-days of curing. BID DOCUMENTS 03720-035-01 a. Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete (eg: 5 days at an average 70 degrees F= 350 degree-days). 03300-15 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 426 of 646 b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete taking any measurement less than 50 degrees F as 0 degrees F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 5. Salt, manure or other chemicals shall not be used for protection. 6. The protection period for concrete being water cured shall not be terminated during cold weather until at least 24 hours after water curing has been terminated. E. Hot Weather Concreting 1. "Hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation estimated in accordance with ACI 305R, approaching or exceeding 0.2 lbs/sqft/hr). 2. Concrete placed during hot weather, shall be batched, delivered, placed, cured and protected in compliance with the recommendations of ACI 305R and the additional requirements specified herein. a. Temperature of concrete being placed shall not exceed 90 degrees F and every effort shall be made to maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall be such that it will cause no difficulties from loss of slump, flash set or cold joints. b. All necessary precautions shall be taken to promptly deliver, to promptly place the concrete upon its arrival at the job and to provide vibration immediately after placement. c. The Engineer may direct the Contractor to immediately cover plastic concrete with sheet material. 3. Discuss with the Engineer a work plan describing the methods and procedures proposed to use for concrete placement and curing during hot weather periods. Hot weather concreting shall not begin until the work plan is acceptable to the Engineer. 3.06 REMOVAL OF FORMS A. Except as otherwise specifically authorized by the Engineer, forms shall not be removed before the concrete has attained a strength of at least 30 percent of its specified design strength, nor before reaching the following number of day-degrees of curing (whichever is the longer): BID DOCUMENTS 03720-035-01 03300-16 CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 427 of 646 TABLE 3 MINIMUM TIME TO FORM REMOVAL Forms for De reg e Da� Beams and slabs 500 Walls and vertical surfaces 100 (See definition of degree-days in Paragraph 3.OSD above). B. Shores shall not be removed until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own weight and construction live loads. 3.07 INSPECTION AND FIELD TESTING A. The batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the Engineer at all times. The Contractor shall advise the Engineer of his/her readiness to proceed at least 24 hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing steel and the alignment, cleanliness and tightness of formwork. No placement shall be made without the inspection and acceptance of the Engineer. B. Sets of field control cylinder specimens will be taken by the Engineer (or inspector) during the progress of the work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 150 cu yds of concrete nor less than one set for each 5,000 sq ft of surface area for slabs or walls. A"set" of test cylinders consists of four cylinders: one to be tested at 7 days and two to be tested and their strengths averaged at 28 days. The fourth may be used for a special test at 3 days or to verify strength after 28 days if 28 day test results are low. 2. When the average 28 day compressive strength of the cylinders in any set falls below the specified design strength or below proportional minimum 7 day strengths (where proper relation between seven and 28 day strengths have been established by tests), proportions, water content, or temperature conditions shall be changed to achieve the required strengths. C. Cooperate in the making of tests by allowing free access to the work for the selection of samples, providing an insulated closed curing box for specimens, affording protection to the specimens against injury or loss through the operations and furnish material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Owner. Curing boxes shall be acceptable to the Engineer. BID DOCUMENTS 03720-035-01 03300-1% CAST-IN-PLACE CONCRETE Item # 14 Attachment number 4 Page 428 of 646 D. Slump tests will be made in the field immediately prior to placing the concrete. Such tests shall be made in accordance with ASTM C143. If the slump is greater the specified range, the concrete shall be rejected. E. Air Content: Test for air content shall be made on fresh concrete samples. Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C173. F. The Engineer may have cores taken from any questionable area in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall be the basis for acceptance, rejection or determining the continuation of concrete work. G. Cooperate in obtaining cores by allowing free access to the work and permitting the use of ladders, scaffolding and such incidental equipment as may be required. Repair all core holes. The work of cutting and testing the cores will be at the expense of the Owner. H. See Specification Section 03900 for Leak Testing. 3.08 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table 1, the Engineer shall have the right to require changes in proportions outlined to apply to the remainder of the work. Furthermore, the Engineer shall have the right to require additional curing on those portions of the structure represented by the test specimens which failed. The cost of such additional curing shall be at the Contractor's expense. In the event that such additional curing does not give the strength required, as evidenced by core and/or load tests, the Engineer shall have the right to require strengthening or replacement of those portions of the structure which fail to develop the required strength. The cost of all such core borings and/or load tests and any strengthening or concrete replacement required because strengths of test specimens are below that specified, shall be entirely at the expense of the Contractor. In such cases of failure to meet strength requirements the Contractor and Engineer shall confer to determine what adjustment, if any, can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaser" referred to in ASTM C94 is the Contractor in this Section. B. When the tests on control specimens of concrete fall below the specified strength, the Engineer will permit check tests for strengths to be made by means of typical cores drilled from the structure in compliance with ASTM C42 and C39. In the case of cores not indicating adequate strength, the Engineer, in addition to other recourses, may require, at the Contractor's expense, load tests on any one of the slabs, beams, piles, caps, and columns in which such concrete was used. Tests need not be made until concrete has aged 60 days. BID DOCUMENTS 03720-035-01 03300-18 CAST-IN-PLACE CONCRETE Item # 14 C 3.09 Attachment number 4 Page 429 of 646 Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and shall be removed and replaced. PATCHING AND REPAIRS A. It is the intent of this Section to require quality work including adequate forming, proper mixture and placement of concrete and curing so completed concrete surfaces will require no patching. B. Defective concrete and honeycombed areas as determined by the Engineer shall be repaired as specified by the Engineer. C. As soon as the forms have been stripped and the concrete surfaces exposed, fins and other projections shall be removed; recesses left by the removal of form ties shall be filled; and surface defects which do not impair structural strength shall be repaired. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to approval of the Engineer. D. Immediately after removal of forms remove plugs and break off inetal ties as required by Section 03100. Promptly fill holes upon stripping as follows: Moisten the hole with water, followed by a 1/16-in brush coat of neat cement slurry mixed to the consistency of a heavy paste. Immediately plug the hole with a 1 to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the form of a spiderweb. Trowel smooth with heavy pressure. Avoid burnishing. E. When patching exposed surfaces the same source of cement and sand as used in the parent concrete shall be employed. Adjust color if necessary by addition of proper amounts of white cement. Rub lightly with a fine Carborundum stone at an age of 1 to 5 days if necessary to bring the surface down with the parent concrete. Exercise care to avoid damaging or staining the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. 3.10 I1 SCHEDULE The following (Table 4) are the general applications for the various concrete classes and design strengths: TABLE 4 CONCRETE SCHEDULE Design Strength Class si A 2,500 BID DOCUMENTS 03720-035-01 Description Concrete fill and duct encasement 03300-19 CAST-IN-PLACE CONCRETE Item # 14 B 3,000 C 4,000 � BID DOCUMENTS 03720-035-01 5,000 Attachment number 4 Page 430 of 646 Concrete overlay slabs and pavements Walls, slabs on grade, suspended slab and beam systems, columns, grade beams and all other structural concrete Prestressed concrete END OF SECTION 03300-20 CAST-IN-PLACE CONCRETE Item # 14 SECTION 03350 CONCRETE FINISHES PART 1 - GENERAL 1.01 A. 1.02 A. B. C. 1.03 A. 1.04 A. B. 1.05 A. SCOPE OF WORK Attachment number 4 Page 431 of 646 Furnish all labor, materials, equipment and incidentals required and finish cast-in-place concrete surfaces as shown on the Drawings and as specified herein. RELATED WORK Concrete Formwork is included in Section 03100. Cast-In-Place Concrete is included in Section 03300. Grout is included in Section 03600. SUBMITTALS Submit to the Engineer, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Concrete sealer. Confirmation that the sealer is compatible with additionally applied coatings shall also be submitted. REFERENCE STANDARDS American Society for Testing and Materials (ASTM) 1. ASTM C33 - Standard Specification for Concrete Aggregates. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. QUALITY ASSURANCE Finishes 1. For concrete which will receive additional applied finishes or materials, the surface finish specified is required for the proper application of the specified manufacturer's products. Where alternate products are approved for use, determine if changes in finishes are required and provide the proper finishes to receive these products. 2. Changes in finishes made to accommodate products different from those specified shall be performed at no additional cost to the Owner. Submit the proposed new finishes and their construction methods to the Engineer for approval. BID DOCUMENTS 03720-035-01 03350-1 CONCRETE FINISHES Item # 14 Attachment number 4 Page 432 of 646 3. Services of Manufacturer's Representative a. Make available at no extra cost to the Owner, upon 72 hours notification, the services of a qualified field representative of the manufacturer of curing compound, sealer or hardener to instruct the user on the proper application of the product under prevailing job conditions. PART 2 - PRODUCTS 2.01 MATERIALS A. Chemical hardener shall be Lapidolith by Sonneborn; Hornolith by A.C. Horn; Penalith by W.R. Meadows or equal fluosilicate base material. B. Concrete sealer shall be "Kure-N-Seal", by Sonneborn, Minneapolis, MN or equal. PART 3 - EXECUTION 3.01 FORMED SURFACES A. Forms shall not be removed before the requirements of Section 03300, have been satisfied. B. Exercise care to prevent damaging edges or obliterating the lines of chamfers, rustications or corners when removing the forms or performing any other work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. D. Rough-Form Finish 1. Immediately after stripping forms and before concrete has changed color, carefully remove all fins and projections. 2. Promptly fill holes left by tie cones and defects as specified in Section 03300. E. Rubbed Finish 1. Immediately upon stripping forms and before concrete has changed color, carefully remove all fins. While the wall is still damp apply a thin coat of medium consistency neat cement slurry by means of bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Avoid coating large areas with the slurry at one time. 2. Before the slurry has dried or changed color, apply a dry (almost crumbly) grout proportioned by volume and consisting of 1 part cement to 1-1/2 parts of clean masonry sand having a fineness modulus of approximately 2.3 and complying with the gradation requirements of ASTM C33 for such a material. BI� �ocUMENTS 03350-2 CONCRETE FINISHES 03720-035-01 Item # 14 Attachment number 4 Page 433 of 646 Grout shall be uniformly applied by means of damp pads of coarse burlap approximately 6-in square used as a float. Scrub grout into the pits and air holes to provide a dense mortar in all imperfections. 3. Allow the mortar to partially harden for 1 or 2 hours depending upon the weather. If the air is hot and dry, keep the wall damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the edge of a steel trowel without damaging the grout in the small pits or holes, cut off all that can be removed with a trowel. (Note: Grout allowed to remain on the wall too long will harden and will be difficult to remove.) 4. Allow the surface to dry thoroughly and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout shall remain after this rubbing. The entire cleaning operation for any area must be completed the day it is started. Do not leave grout on surfaces overnight. Allow sufficient time for grout to dry after it has been cutoff with the trowel so it can be wiped off clean with the burlap. 5. On the day following the repair of pits, air holes and blemishes, the walls shall again be wiped off clean with dry, used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, such a film is present, a fine abrasive stone shall be used to remove all such material without breaking through the surface film of the original concrete. Such scrubbing shall be light and sufficient only to remove excess material without changing the texture of the concrete. 6. A thorough wash-down with stiff bristle brushes shall follow the final bagging or stoning operation. No extraneous materials shall remain on the surface of the wall. The wall shall be sprayed with a fine fog spray periodically to maintain a continually damp condition for at least 3 days after the application of the repair grout. F. Abrasive Blast Finish 1. Coordinate with Rubbed Finish application. Do not begin until Rubbed Finish operation is complete or before concrete has reached minimum 7-day strength. The Rubbed Finish application may be deleted by the Engineer if the unfinished concrete surface is of superior quality. Apply the abrasive blast finish only where indicated on Drawings. 2. Prepare a sample area of minimum 4-ft high by 16-ft wide Blast Finish as directed by Engineer on a portion of new wall construction which will not be exposed in the final work. Sample area shall contain a variety of finishes obtained with different nozzles, nozzle pressures, grit materials and blasting techniques for selection by Engineer. Final accepted sample shall remain exposed until completion of all Blast Finish operations. BID DOCUMENTS 03720-035-01 03350-3 CONCRETE FINISHES Item # 14 Attachment number 4 Page 434 of 646 3. Blast finish operation shall meet all regulatory agency requirements. Blast Finish contractor shall be responsible for obtaining all required permits and/or licenses. 4. Perform abrasive blast finishing in as continuous an operation as possible, utilizing the same work crew to maintain continuity of finish on each surface or area of work. Maintain patterns or variances in depths of blast as present on the accepted sample. 5. Use an abrasive grit of proper type and gradation as well as equipment and technique to expose aggregate and surrounding matrix surfaces as follows: a. Medium: Generally expose coarse aggregate - 1/4-in to 3/8-in reveal. 6. Abrasive blast corners and edge of patterns carefully, using back-up boards, to maintain uniform corner or edge line. Determine type of nozzle, nozzle pressure and blasting techniques required to match Architect's samples. 7. Upon completion of the Blast Finish operation, thoroughly flush finished surfaces with clean clear water to remove residual dust and grit. Allow to air dry until curing of concrete is complete. 8. After the concrete has cured for a minimum of 28 days, apply a clear acrylic sealer as directed by manufacturer. 3.02 FLOORS AND SLABS A. Floated Finish 1. Machine Floating BID DOCUMENTS 03720-035-01 a. Screed floors and slabs with straightedges to the established grades shown on the Drawings. Immediately after final screeding, a dry cement/sand shake in the proportion of two sacks of portland cement to 350 lbs of coarse natural concrete sand shall be sprinkled evenly over the surface at the rate of approximately 500 lbs /1,000 sq ft of floor. Do not sprinkle neat, dry cement on the surface. b. The application of the cement/sand shake may be eliminated at the discretion of the Engineer if the base slab concrete exhibits adequate fattiness and homogeneity and the need is not indicated. When the concrete has hardened sufficiently to support the weight of a power float without its digging into or disrupting the level surface, thoroughly float the shake into the surface with a heavy revolving disc type power compacting machine capable of providing a 200 lb compaction force distributed over a 24-in diameter disc. c. Start floating along walls and around columns and then move systematically across the surface leaving a matte finish. 03350-4 CONCRETE FINISHES Item # 14 Attachment number 4 Page 435 of 646 d. The compacting machine shall be the "Kelly Power Float with Compaction Control" as manufactured by Kelley Industries of SSP Construction Equipment Inc., Pomona, CA or equal. Troweling machines equipped with float (shoe) blades that are slipped over the trowel blades may be used for floating. Floating with a troweling machine equipped with normal trowel blades will not be permitted. The use of any floating or troweling machine which has a water attachment for wetting the concrete surface during finishing will not be permitted. 2. Hand Floating a. In lieu of power floating, small areas may be compacted by hand floating. The dry cement/sand shake previously specified shall be used unless specifically eliminated by the Engineer. Screed the floors and slabs with straightedges to the established grades shown on the Drawings. While the concrete is still green, but sufficiently hardened to support a finisher and kneeboards with no more than 1/4-in indentation, wood float to a true, even plane with no coarse aggregate visible. Use sufficient pressure on the wood floats to bring moisture to the surface. 3. Finishing Tolerances a. Level floors and slabs to a tolerance of plus or minus 1/8-in when checked with a 10-ft straightedge placed anywhere on the slab in any direction. Where drains occur, pitch floors to drains such that there are no low spots left undrained. Failure to meet either of the above requirements shall be cause for removal, grinding, or other correction as directed by the Engineer. B. Broom Finish 1. Screed slabs with straightedges to the established grades indicated on the Drawings. When the concrete has stiffened sufficiently to maintain small surface indentations, draw a stiff bristle broom lightly across the surface in the direction of drainage, or, in the case of walks and stairs, perpendicular to the direction of traffic to provide a non-slip surface. C. Steel Trowel Finish 1. Finish concrete as specified in Paragraph 3.04 and 3.05. Then, hand steel trowel to a perfectly smooth hard even finish free from high or low spots or other defects. D. Concrete Sealer 1. Prepare and seal surfaces indicated on the room finish schedule to receive a sealer as follows: BID DOCUMENTS 03720-035-01 03350-5 CONCRETE FINISHES Item # 14 Attachment number 4 Page 436 of 646 a. Finish concrete as specified in the preceding paragraphs and in accordance with the Schedule in Paragraph 3.05 below. b. Newly Placed Concrete: Surface must be sound and properly finished. Surface is application-ready when it is damp but not wet and can no longer be marred by walking workmen. c. Newly-Cured Bare Concrete: Level any spots gouged out by trades. Remove all dirt, dust, droppage, oil, grease, asphalt and foreign matter. Cleanse with caustics and detergents as required. Rinse thoroughly and allow to dry so that surface is no more than damp, and not wet. d. Aged Concrete: Restore surface soundness by patching, grouting, filling cracks and holes, etc. Surface must also be free of any dust, dirt and other foreign matter. Use power tools and/or strippers to remove any incompatible sealers or coatings. Cleanse as required, following the procedure indicated under cured concrete. e. Methods: Apply sealer so as to form a continuous, uniform film by spray, soft-bristle pushbroom, long-nap roller or lambswool applicator. Ordinary garden-type sprayers, using neoprene hose, are recommended for best results. f. Applications: For curing only, apply first coat evenly and uniformly as soon as possible after final finishing at the rate of 200 to 400 sq ft per gallon. Apply second coat when all trades are completed and structure is ready for occupancy at the rate of 400 to 600 sq ft per gallon. g. To meet guarantee and to seal and dustproof, two coats are required. For sealing new concrete, both coats shall be applied full-strength. On aged concrete, when renovating, dustproofing and sealing, the first coat should be thinned 10 to 15 percent with reducer per manufacturer's directions. 3.03 CONCRETE RECEIVING CHEMICAL HARDENER A. After 28 days, minimum, concrete cure, apply chemical hardener in three applications to a minimum total coverage of the undiluted chemical of 100 sq ft per gallon and in accordance with manufacturer's recommendations as reviewed. 3.04 APPROVAL OF FINISHES A. All concrete surfaces, when finished, will be inspected by the Engineer. B. Surfaces which, in the opinion of the Engineer, are unsatisfactory shall be refinished or reworked. BID DOCUMENTS 03720-035-01 03350-6 CONCRETE FINISHES Item # 14 Attachment number 4 Page 437 of 646 C. After finishing horizontal surfaces, regardless of the finishing procedure specified, the concrete shall be cured in compliance with Section 03300 unless otherwise directed by the Engineer. 3.05 A B SCHEDULE OF FINISHES Concrete shall be finished as specified either to remain as natural concrete to receive an additional applied finish or material under another section. Concrete for the following conditions shall be finished as noted on the Drawings and as further specified herein: 1 2. 3 � Concrete to Receive Dampproofing: Rough-form finish. See Paragraph 3.O1D above. Concrete Not Exposed to View and Not Scheduled to Receive an Additional Applied Finish or MateriaL• Rough-form finish. See Paragraph 3.O1D above. Exterior Vertical Concrete Above Grade Exposed to View: Rubbed finish. See Paragraph 3.OlE above. Interior Vertical Concrete Exposed to View Except in Water Containment Areas: Rubbed finish. See Paragraph 3.OlE above. 5. Vertical Concrete in Water Containment Areas. Rubbed finish on exposed surfaces and extending to two feet below normal operating water leveL• Rough-form finish on remainder of submerged areas. See Paragraphs 3.OlE and 3.O1D above. 6. 7. 8. 9. 10. 11. 12. 13. BID DOCUMENTS 03720-035-01 Interior and Exterior Underside of Concrete Exposed to View: Rubbed finish. See Paragraph 3.OlE above. Exterior surfaces exposed to view and indicated to have an abrasive blast finish. See Paragraph 3.O1F above. Interior or Exterior Horizontal Concrete not Requiring Floor Hardener or Sealer: Floated finish. See Paragraph 3.02A above. Concrete for Exterior Walks, Interior and Exterior Stairs: Broomed finish perpendicular to direction of traffic. See Paragraph 3.02B above. Concrete Slabs On Which Process Liquids Flow or In Contact with Sludge: Steel trowel finish. See Paragraph 3.02C above. Concrete to Receive Hardener: See Paragraph 3.03 above. Concrete to Receive Floor Sealer: See Paragraph 3.02D above. Concrete tank bottoms to be covered with grout: See Section 03600. 03350-7 CONCRETE FINISHES Item # 14 BID DOCUMENTS 03720-035-01 Attachment number 4 Page 438 of 646 END OF SECTION 03350-8 CONCRETE FINISHES Item # 14 SECTION 03600 GROUT PART 1 - GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 439 of 646 A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Formwork is included in Section 03100. B. Concrete Reinforcement is included in Section 03200. C. Concrete Joints and Joint Accessories are included in Section 03250. D. Cast-in-Place Concrete is included in Section 03300. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01330, shop drawings and product data showing materials of construction and details of installation for: 1. Commercially manufactured nonshrink cementitous grout. The submittal shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 2. Commercially manufactured nonshrink epoxy grout. The submittal shall include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to required ASTM standards and Material Safety Data Sheet. 3. Cement grout. The submittal shall include the type and brand of the cement, the gradation of the fine aggregate, product data on any proposed admixtures and the proposed mix of the grout. 4. Concrete grout. The submittal shall include data as required for concrete as delineated in Section 03300 and for fiber reinforcement as delineated in Section 03200. This includes the mix design, constituent quantities per cubic yard and the water/cement ratio. B. Laboratory Test Reports 1. Submit laboratory test data as required under Section 03300 for concrete to be used as concrete grout. BID DOCUMENTS 03720-035-01 03600-1 GROUT Item # 14 Attachment number 4 Page 440 of 646 C. Certifications 1. Certify that commercially manufactured grout products and concrete grout admixtures are suitable for use in contact with potable water after 30 days curing. D. Qualifications 1. Grout manufacturers shall submit documentation that they have at least 10 years experience in the production and use of the proposed grouts which they will supply. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C531 - Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 2. ASTM C579 - Standard Test Method for Compressive Strength of Chemical Resistant Mortars, Grouts and Monolithic Surfacings and Polymer Concretes 3. ASTM C827 - Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures 4. ASTM C1107 - Standard Specification for Packaged Dry, Hydraulio-Cement Grout (Nonshrink) B. U.S. Army Corps of Engineers Standard (CRD) 1. CRD C-621 - Corps of Engineers Specification for Nonshrink Grout C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Qualifications 1. Grout manufacturer shall have a minimum of 10 years experience in the production and use of the type of grout proposed for the work. B. Pre-installation Conference 1. Well in advance of grouting, hold a pre-installation meeting to review the requirements for surface preparation, mixing, placing and curing procedures for each product proposed for use. Parties concerned with grouting shall be notified of the meeting at least 10 days prior to its scheduled date. BID DOCUMENTS 03720-035-01 03600-2 GROUT Item # 14 Attachment number 4 Page 441 of 646 C. Services of Manufacturer's Representative 1. A qualified field technician of the nonshrink grout manufacturer, specifically trained in the installation of the products, shall attend the pre-installation conference and shall be present for the initial installation of each type of nonshrink grout. Additional services shall also be provided, as required, to correct installation problems. D. Field Testing 1. All field testing and inspection services required shall be provided by the Owner. The Contractor shall assist in the sampling of materials and shall provide any ladders, platforms, etc, for access to the work. The methods of testing shall comply in detail with the applicable ASTM Standards. 2. The field testing of Concrete Grout shall be as specified for concrete in Section 03300. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the jobsite in original, unopened packages, clearly labeled with the manufacturer's name, product identification, batch numbers and printed instructions. B. Store materials in full compliance with the manufacturer's recommendations. Total storage time from date of manufacture to date of installation shall be limited to 6 months or the manufacturer's recommended storage time, whichever is less. C. Material which becomes damp or otherwise unacceptable shall be immediately removed from the site and replaced with acceptable material at no additional expense to the Owner. D. Nonshrink cement-based grouts shall be delivered as preblended, prepackaged mixes requiring only the addition of water. E. Nonshrink epoxy grouts shall be delivered as premeasured, prepackaged, three component systems requiring only blending as directed by the manufacturer. 1.07 DEFINITIONS A. Nonshrink Grout: A commercially manufactured product that does not shrink in either the plastic or hardened state, is dimensionally stable in the hardened state and bonds to a clean base plate. PART 2 - PRODUCTS 2.01 GENERAL A. The use of a manufacturer's name and product or catalog number is for the purpose of establishing the standard of quality desired. BID DOCUMENTS 03600-3 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 442 of 646 B. Like materials shall be the products of one manufacturer or supplier in order to provide standardization of appearance. 2.02 MATERIALS A. Nonshrink Cementitious Grout 1. Nonshrink cementitious grouts shall meet or exceed the requirements of ASTM C1107, Grades B or C and CRD C-621. Grouts shall be portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and shall require only the addition of water. Nonshrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827. a. General purpose nonshrink cementitious grout shall conform to the standards stated above and shall be SikaGrout 212 by Sika Corp.; Set Grout by Master Builders, Inc.; Gilco Construction Grout by Gifford Hill & Co.; Euco NS by The Euclid Chemical Co.; NBEC Grout by U. S. Grout Corp. or equal. b. Flowable (Precision) nonshrink cementitious grout shall conform to the standards stated above and shall be Masterflow 928 by Master Builders, Inc.; Hi-Flow Grout by the Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Supreme Grout by Gifford Hill & Co.; Five Star Grout by U. S. Grout Corp. or equal. B. Nonshrink Epoxy Grout 1. Nonshrink epoxy-based grout shall be a pre-proportioned, three component, 100 percent solids system consisting of epoxy resin, hardener, and blended aggregate. It shall have a compressive strength of 14,000 psi in 7 days when tested in conformity with ASTM D695 and have a maximum thermal expansion of 30 x 10�6 when tested in conformity with ASTM C531. The grout shall be Ceilcote 648 CP by Master Builders Inc.; Five Star Epoxy Grout by U.S. Grout Corp.; Sikadur 42 Grout-Pak by Sika Corp.; High Strength Epoxy Grout by the Euclid Chemical Co. or equal. C. Cement Grout 1. Cement grouts shall be a mixture of one part portland cement conforming to ASTM C150, Types I, II, or III and 1 to 2 parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow. D. Concrete Grout BID DOCUMENTS 03600-4 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 443 of 646 1. Concrete grout shall conform to the requirements of Section 03300 except as specified herein. It shall be proportioned with cement, coarse and fine aggregates, water, water reducer and air entraining agent to produce a mix having an average strength of 2900 psi at 28 days, or 2500 psi nominal strength. Coarse aggregate size shall be 1/2-in maximum. Slump should not exceed 5-in and should be as low as practical yet still retain sufficient workability. 2. Synthetic reinforcing fibers as specified in Section 03200 shall be added to the concrete grout mix at the rate of 1.5 lbs of fibers per cubic yard of grout. Fibers shall be added from the manufacturer's premeasured bags and according to the manufacturer's recommendations in a manner which will ensure complete dispersion of the fiber bundles as single monofilaments within the concrete grout. E. Water 1. Potable water, free from injurious amounts of oil, acid, alkali, organic matter, or other deleterious substances. PART 3 - EXECUTION 3.01 PREPARATION A. Grout shall be placed over cured concrete which has attained its full design strength unless otherwise approved by the Engineer. B. Concrete surfaces to receive grout shall be clean and sound; free of ice, frost, dirt, grease, oil, curing compounds, laitance and paints and free of all loose material or foreign matter which may effect the bond or performance of the grout. C. Roughen concrete surfaces by chipping, sandblasting, or other mechanical means to ensure bond of the grout to the concrete. Remove loose or broken concrete. Irregular voids or projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete. 1. Air compressors used to clean surfaces in contact with grout shall be the oilless type or equipped with an oil trap in the air line to prevent oil from being blown onto the surface. D. Remove all loose rust, oil or other deleterious substances from metal embedments or bottom of baseplates prior to the installation of the grout. E. Concrete surfaces shall be washed clean and then kept moist for at least 24 hours prior to the placement of cementitious or cement grout. Saturation may be achieved by covering the concrete with saturated burlap bags, use of a soaker hose, flooding the surface, or other method acceptable to the Engineer. Upon completion of the 24 hour period, visible water shall be removed from the surface prior to grouting. The BID DOCUMENTS 03600-5 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 444 of 646 use of an adhesive bonding agent in lieu of surface saturation shall only be used when approved by the Engineer for each specific location of grout installation. F. Epoxy-based grouts do not require the saturation of the concrete substrate. Surfaces in contact with epoxy grout shall be completely dry before grouting. G. Construct grout forms or other leakproof containment as required. Forms shall be lined or coated with release agents recommended by the grout manufacturer. Forms shall be of adequate strength, securely anchored in place and shored to resist the forces imposed by the grout and its placement. 1. Forms for epoxy grout shall be designed to allow the formation of a hydraulic head and shall have chamfer strips built into forms. H. Level and align the structural or equipment bearing plates in accordance with the structural requirements and the recommendations of the equipment manufacturer. I. Equipment shall be supported during alignment and installation of grout by shims, wedges, blocks or other approved means. The shims, wedges and blocking devices shall be prevented from bonding to the grout by appropriate bond breaking coatings and removed after grouting unless otherwise approved by the Engineer. 3.02 INSTALLATION — GENERAL A. Mix, apply and cure products in strict compliance with the manufacturer's recommendations and this Section. B. Have sufficient manpower and equipment available for rapid and continuous mixing and placing. Keep all necessary tools and materials ready and close at hand. C. Maintain temperatures of the foundation plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours thereafter or as recommended by the grout manufacturer, whichever is longer. Take precautions to minimize differential heating or cooling of baseplates and grout during the curing period. D. Take special precautions for hot weather or cold weather grouting as recommended by the manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 60 and 90 degrees F range. E. Install grout in a manner which will preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control j oint. F. Reflect all existing underlying expansion, control and construction joints through the grout. 3.03 INSTALLATION - CEMENT GROUTS AND NONSHRINK CEMENTITIOUS GROUTS BID DOCUMENTS 03600-6 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 445 of 646 A. Mix in accordance with manufacturer's recommendations. Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer. B. Avoid mixing by hand. Mixing in a mortar mixer (with moving blades) is recommended. Pre-wet the mixer and empty excess water. Add premeasured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer's maximum recommended water content. C. Placements greater than 3-in in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Place grout into the designated areas in a manner which will avoid segregation or entrapment of air. Do not vibrate grout to release air or to consolidate the material. Placement should proceed in a manner which will ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary. E. Place grout rapidly and continuously to avoid cold joints. Do not place cement grouts in layers. Do not add additional water to the mix (retemper) after initial stiffening. F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45 degree angle from the lower edge of bearing plate unless otherwise approved by the Engineer. Finish this surface with a wood float (brush) finish. G. Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement or longer if recommended by the manufacturer. Saturate the grout surface by use of wet burlap, soaker hoses, ponding or other approved means. Provide sunshades as necessary. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.04 INSTALLATION - NONSHRINK EPDXY GROUTS A. Mix in accordance with the procedures recommended by the manufacturer. Do not vary the ratio of components or add solvent to change the consistency of the grout mix. Do not overmix. Mix full batches only to maintain proper proportions of resin, hardener and aggregate. B. Monitor ambient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 or above 90 degrees F. C. Place grout into the designated areas in a manner which will avoid trapping air. Placement methods shall ensure the filling of all spaces and provide full contact between the grout and adjoining surfaces. Provide grout holes as necessary. BID DOCUMENTS 03600-% GROUT 03720-035-01 Item # 14 Attachment number 4 Page 446 of 646 D. Minimize "shoulder" length (extension of grout horizontally beyond base plate). In no case shall the shoulder length of the grout be greater than the grout thickness. E. Finish grout by puddling to cover all aggregate and provide a smooth finish. Break bubbles and smooth the top surface of the grout in conformity with the manufacturer's recommendations. F. Epoxy grouts are self curing and do not require the application of water. Maintain the formed grout within its recommended placement temperature range for at least 24 hours after placing, or longer if recommended by the manufacturer. 3.05 INSTALLATION - CONCRETE GROUT A. Screed underlying concrete to the grade shown on the Drawings. Provide the surface with a broomed finish, aligned to drain. Protect and keep the surface clean until placement of concrete grout. B. Remove the debris and clean the surface by sweeping and vacuuming of all dirt and other foreign materials. Wash the tank slab using a strong jet of water. Flushing of debris into tank drain lines will not be permitted. C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout. Saturation may be maintained by ponding, by the use or soaker hoses, or by other methods acceptable to the Engineer. Remove excess water just prior to placement of the concrete grout. Place a cement slurry immediately ahead of the concrete grout so that the slurry is moist when the grout is placed. Work the slurry over the surface with a broom until it is coated with approximately 1/16 to 1/8-in thick cement paste. (A bonding grout composed of 1 part portland cement, 1.5 parts fine sand, an approved bonding admixture and water, mixed to achieve the consistency of thick paint, may be substituted for the cement slurry.) D. Place concrete grout to final grade using the scraper mechanism as a guide for surface elevation and to ensure high and low spots are eliminated. Unless specifically approved by the equipment manufacturer, mechanical scraper mechanisms shall not be used as a finishing machine or screed. E. Provide grout control joints as indicated on the Drawings. F. Finish and cure the concrete grout as specified for cast-in-place concrete. 3.06 SCHEDULE A. The following list indicates where the particular types of grout are to be used: B. General purpose nonshrink cementitious grout: Use at all locations where non shrink grout is called for on the plans except for base plates greater in area than 3-ft wide by 3-ft long and except for the setting of anchor rods, anchor bolts or reinforcing steel in concrete. BID DOCUMENTS 03600-8 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 447 of 646 C. Flowable nonshrink cementitious grout: Use under all base plates greater in area than 3-ft by 3-ft. Use at all locations indicated to receive flowable nonshrink grout by the Drawings. The Contractor, at his/her option and convenience, may also substitute flowable nonshrink grout for general purpose nonshrink cementitious grout.. D. Nonshrink epoxy grout: Use for the setting of anchor rods, anchor bolts and reinforcing steel in concrete and for all locations specifically indicated to receive epoxy grout. E. Cement grout: Cement grout may be used for grouting of incidental base plates for structural and miscellaneous steel such as post base plates for platforms, base plates for beams, etc. It shall not be used when nonshrink grout is specifically called for on the Drawings or for grouting of primary structural steel members such as columns and girders. F. Concrete grout: Use for overlaying the base concrete under scraper mechanisms of clarifiers to allow more control in placing the surface grade. END OF SECTION BID DOCUMENTS 03600-9 GROUT 03720-035-01 Item # 14 Attachment number 4 Page 448 of 646 Item # 14 SECTION 05500 MISCELLANEOUS METAL PART 1 GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 449 of 646 A. Furnish all labor, materials, equipment and incidentals required and install all miscellaneous metal complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete joint accessories are included in Section 03350. B. Equipment anchor bolts are included in the respective Sections of Divisions 11, and 15. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01330, shop drawings and product data showing materials of construction and details of installation for: 1. Shop drawings, showing sizes of inembers, method of assembly, anchorage and connection to other members. B. Samples 1. Submit samples as requested by the Engineer during the course of construction. C. Design Data 1. Submit calculations or test data demonstrating that the railings will resist the loads specified in the 2007 Florida Building Code at the post spacing provided. 2. Submit manufacturer's load and deflection tables for grating. D. Test Reports 1. Certified copy of mill test reports on each aluminum proposed for use showing the physical properties and chemical analysis. E. Certificates 1. Submit certification that the railing system is in compliance with OSHA requirements and the 2007 Florida Building Code. BID DOCUMENTS OSSOO-1 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 450 of 646 2. Certify that welders have been qualified under AWS, within the previous 12 months, to perform the welds required under this Section. 1.04 REFERENCE STANDARDS A. Aluminum Association (AA) 1. AA M31C22A41 a. M31: Mechanical Finish, Fine Satin b. C22: Finish, Medium Matte c. A41: Clear Anodic Coating, Class I B. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. 5. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM A167 - Standard Specification for Stainless and Heat-Resisting Chromium- Nickel Steel Plate, Sheet and Strip. 8. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 9. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile Strength. 10. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. BID DOCUMENTS OSSOO-2 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 451 of 646 11. ASTM A366 - Standard Specification for Steel, Sheet, Carbon, Cold-Rolled, Commercial Quality. 12. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 13. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. 14. ASTM A536 - Standard Specification for Ductile Iron Castings. 15. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot- Rolled, Structural Quality. 16. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 17. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 18. ASTM B429 - Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. C. American Iron and Steel Institute (AISI). 1. Specification for Structural Steel Buildings. D. American Welding Society (AWS) 1. AWS D1.1 - Structural Welding Code Steel. 2. AWS D1.2 - Structural Welding Code Aluminum. E. Federal Specifications 1. FS-FF-B-575C - Bolts, Hexagonal and Square F. Occupational Safety and Health Administration (OSHA) G. 2007 Florida Building Code. (FBC) H. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE BID DOCUMENTS 03720-035-01 OSSOO-3 MISCELLANEOUS METAL Item # 14 Attachment number 4 Page 452 of 646 A. The work of this Section shall be completely coordinated with the work of other Sections. Verify, at the site, both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. C. All welding shall be performed by qualified welders and shall conform to the applicable AWS welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall conform to AWS D1.2. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation. B. Repair items which have become damage or corroded to the satisfaction of the Engineer prior to incorporating them into the work. 1.07 PROJECT/SITE REQUIREMENTS A. Field measurements shall be taken at the site, prior to fabrication of items, to verify or supplement indicated dimensions and to ensure proper fitting of all items. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards: 1. Structural Steel 2. Structural Steel Tubing 3. Welded and Seamless Steel Pipe BID DOCUMENTS 05500-4 03720-035-01 ASTM A36 ASTM A500, Grade B ASTM A501 or ASTM A53, Type E or S, Grade B Schedule 40. Use MISCELLANEOUS METAL Item # 14 4. Steel Sheets 5. Gray Iron Castings 6. Ductile Iron Castings 7. Aluminum Extruded Pipe 8. Aluminum Extruded Shapes 9. Aluminum Sheet and Plate Attachment number 4 Page 453 of 646 standard malleable iron fittings, galvanized for exterior work ASTM A366 ASTM A48, Class 35 ASTM A536, Grade 65-45-12 ASTM B429, Alloy 6063 T6 ASTM B221, Alloy 6061 T6 ASTM B209, Alloy 6061 T6 10. Stainless Steel Plates, Sheets, and Structural Shapes a. Exterior, Submerged or Industrial Use ASTM A167, Type 316 (Type 316L for welded) b. Interior and Architectural Use 11. Stainless Steel Bolts, Nuts, and Washers 12. Carbon Steel Bolts and Studs 13. High Strength Steel Bolts, Nuts and washers a. Elevated Temperature Exposure b. General Application 14. Galvanizing 15. Galvanizing, hardware 2.03 ANCHORS, BOLTS AND FASTENING DEVICES ASTM A167, Type 304 ASTM A276, Type 316 ASTM A307, Grade A(hot dip galvanized nuts and washers where noted) ASTM A325 (mechanically galvanized per ASTM B695, Class 50, where noted) Type I Type I or Type II ASTM A123, Zn w/0.5 percent minimum Ni ASTM A153, Zn w/0.5 percent minimum Ni A. Anchor bolt material shall be ASTM A307 unless otherwise noted. BID DOCUMENTS OSSOO-S MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 454 of 646 B. Unless otherwise noted, bolts for the connection of carbon steel or iron shall be steel machine bolts; bolts for the connection of galvanized steel or iron shall be galvanized steel or stainless steel machine bolts; and bolts for the connection of aluminum or stainless steel shall be stainless steel machine bolts. C. Unless otherwise noted, expansion anchors shall be zinc plated carbon steel wedge type anchors complete with nuts and washers. Type 316 stainless steel, wedge type anchors shall be used where they will be submerged or exposed to the weather or where stainless steel wedge type anchors are required. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti, Kwick-bolt III; ITW Ramset; Redhead trubolt, or equal. D. Compound masonry expansion anchors shall be lead expansion sleeve type anchors complete with nuts and washers. Anchors shall be precision die-cast zinc alloy with a minimum of two lead alloy expansion sleeves. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Star Expansion Industries, Star Slugin or equal. E. Adhesive capsule anchors shall be a two-part stud and capsule chemical resin anchoring system. Capsules shall contain premeasured amounts of polyester or vinyl ester resin, aggregate and a hardener contained in a separate vial within the capsule. Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Adhesive capsule anchors shall be Hilti, HVA Adhesive Anchor; Molly, Parabond; Rawlplug, Rawl Chem-Stud or equal. F. Adhesive anchors, for fastening to hollow concrete block or brick, shall be a three-part stud, screen and chemical dispenser anchoring system. Adhesive cartridges shall contain premeasured amounts of resin and hardener which are mixed and deposited in a screen tube by a dispenser. Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Anchors shall be Hilti, HIT C-20 System or equal. G. Automatic end welded headed anchor studs shall be flux ended studs made from cold drawn steel, ASTM A108 Grades G1010 through G1020. Headed anchor studs shall be Nelson, H4L Headed Concrete Anchors or equal. H. Machine bolts and nuts shall conform to Federal Specification FF-B-575C. Bolts and nuts shall be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316 stainless steel. I. Toggle bolts shall be Hilti, Toggler Bolt or equal. 2.04 METAL GRATING BID DOCUMENTS 03720-035-01 OSSOO-6 MISCELLANEOUS METAL Item # 14 Attachment number 4 Page 455 of 646 A. Grating shall have rectangular, 3/16-in thick, bearing bars spaced 1-3/16-in on center with cross bars spaced at 4-in on center. All grating panels shall be banded with a bar the same size as the bearing bars. 1. Grating shall not exceed the fabricator's maximum recommended span, and meet or exceed the following load and deflection criteria for the maximum span length at the opening being covered by the grating. a. The grating shall produce a deflection of 1/360 of the span or less under a uniform live load of 100 lbs/sq ft on the maximum span. b. The grating shall produce a deflection of 1/360 of the span or less under a concentrated live load of 300 lbs applied at the mid point of the maximum span. 2. Openings 2-in or greater in diameter/dimension and grating edges shall be banded with a bar of the same depth and thickness as the bearing bars. Cut bearing bars or cross bars shall be welded to the banding bar. Provide trench grating with symmetrical cross bar arrangement. 4. Grating clamps, nuts, bolts, washers and other fastening devices for grating and grating supports shall be Type 316 stainless steeL All grating shall be anchored to the supporting system using saddle clips. B. Aluminum grating material shall be aluminum alloy 6063-T6 with a[mill] [anodized] finish. Cross bars shall be attached to the bearing bars with interlocked swaged joints. The grating shall be Type BS by IKG Borden, Houston, TX; Type 19 SG-4 by Ohio Gratings, Inc., Canton, OH; Type 1954 by Seidelhuber Metal Products, San Carlos, CA or equal. C. Metal frames and supports for grating shall be of the same material as the grating unless otherwise shown on the Drawings. Where aluminum supports are used, they shall be fabricated from aluminum alloy 6061-T6. 2.05 RAILINGS A. Handrail and railing systems shall comply with the requirements of OSHA and FBC. B. Aluminum railing and handrail shall be a welded or mechanically fastened, seamless, extruded aluminum pipe system. Rails shall be 6063-T6 alloy. Posts shall be 6061-T6 alloy. Splice and reinforcing sleeves, brackets, end caps, toeboards, etc, shall be aluminum alloy 6063-T6 or 6061-T6. Cast fittings shall be aluminum alloy No. 214. Railing system fastening hardware shall be Type 304 stainless steeL Aluminum shall have a mill finish. After welding, aluminum shall be anodized. All railing, posts, toeboards and exposed aluminum shall be anodized with an architectural Class I satin BID DOCUMENTS 03720-035-01 OSSOO-% MISCELLANEOUS METAL Item # 14 Attachment number 4 Page 456 of 646 finish providing a minimum coating thickness of 0.7 mils and a minimum coating weight of 32 milligrams per square inch in compliance with AA M12C22A41. C. Railings shall be 2 rail welded railing systems, as shown on the Drawings, fabricated with 1-1/2-in nominal diameter pipe. Posts shall be Schedule 80 pipe, minimum and rails and handrail shall be Schedule 40 pipe, minimum. Posts and top rails shall be continuous. Spacing of posts shall not exceed 5-ft on center and shall be uniformly spaced except as otherwise shown on the Drawings. Posts will be required on each side of structure expansion joints. All railing posts shall be vertical. D. Welds shall be circumferential welds ground smooth and even to produce a railing that is neat in appearance and structurally sound. Welding methods shall be in conformity with AWS standards for the materials being joined. All rail to post connections shall be coped and fastened by continuous welds. There shall be no burrs, sharp edges or protrusions on any weld on any part of the handrail system. After fabrication, the welds and surrounding area shall be cleaned and hand buffed to blend with the adjacent finish. All mechanical fasteners shall be unobtrusively located in countersunk holes with the top flush with the surface of the raiL Bends in the railing shall be as indicated by the Drawings. No distortion of the circular railing shape will be allowed. Bends and terminal sections shall be made without the use of fittings. Corner bends shall be mitered and welded bends. E. Railing shall be assembled in sections as long as practical but shall not be greater than 24-ft in length. A field splice shall be used when an assembled section is to be attached to another section. Field splices shall be used in all railing panels that cross over structure expansion joints. Field splices shall use internal splice sleeves located within 8-in of railing posts. The sleeve shall be welded to the rail on one side and fastened with a set screw to the rail on other side. The field splice shall be detailed to take the differential expansion between the railing system and the supporting structure. 2. When the field splice occurs in a railing panel crossing a structure expansion joint, the sleeve shall be welded to the rail on one side and be free to slide in the rail on other side. The field splice shall be detailed to take the same movement as the structure expansion joint. F. The bases or supports for railing posts and handrail shall be the types indicated on the Drawings. 1. Where non-removable railing is set in concrete, the posts shall be placed in 2-1/2-in diameter formed concrete openings and firmly caulked with a nonsulphur compound, hydraulic cement equal to Por-Rok by Minwax Construction Products Division Sterling Drug, Montvale, NJ. Collars shall be placed around the post bases and fastened in place with set screws on the side of the post away from the walkway. BID DOCUMENTS OSSOO-8 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 457 of 646 Posts shall be placed with the centerline 4-in from the edge of the concrete except that posts shall be set at the centerline of concrete curbs. 2. Stainless steel and aluminum railing posts, which may collect condensation, shall have a 3/16-in drain hole drilled immediately above the concrete encased area, the base flange, or supporting socket on the side away from the walking area. The bottom of the rail post between the drain hole and the bottom of the post shall be filled with an inert material such as a compressed closed cell neoprene rod. Where handrail is to be fastened to walls, the rails shall be provided with screwed wall flanges fastened to the walls with three 3/8-in stainless steel flat head machine screws. G. Safety gates, for railing openings, shall be fabricated of matching pipe and rail material and configuration. The gates shall be self-closing gates with approved stop, latch and stainless steel closure spring and hinges. H. Barrier chains, for railing openings, shall be fabricated of stainless steel chains. Chain shall be 1/4-in stainless steel links, with eleven links per foot as manufactured by Eastern Chain Works, Inc., NY; Lawrence Metal Products, Inc. or equaL Chains shall be fastened to the handrail posts at the elevation of each raiL One end of each chain shall be connected to one post with a 1/4-in diameter stainless steel eye bolt and the other end shall be connected to the other post by means of a heavy chromium plated bronze swivel eye slide harness snap and a similar eye bolt. Toeboards shall be provided on all railing adjacent to a drop in elevation of 4-ft or more. Toeboards are not required on the inclined portion of stairway railings or where concrete or steel curbs, 4-in or more in height, are present. Toeboards shall be 4-in high channels of the same material as the railing. The channels shall have a minimum thickness of 1/8- in and have flanges of not less than 3/4-in nor more than 1-1/2-in in width. Toeboards shall be positioned with a maximum clearance of 1/4-in from the floor and fastened to railing posts with 1/4-in stainless steel U-bolts, with J-bolts at corner posts and with clip angles and two 1/4-in stainless steel expansion bolts at walls. All railings shall be properly protected by paper, or by an approved coating or by both against scratching, splashes or mortar, paint, or other defacements during transportation and erection and until adjacent work by other trades has been completed. After protective materials are removed, the surfaces shall be made clean and free from stains, marks, or defects of any kind. 2.06 ACCESS HATCHES A. Access hatches shall have single or double leaf doors as indicated by the Drawings. The doors shall be 1/4-in aluminum diamond pattern plate with welded stiffeners, as necessary, to withstand a live load of 300 lbs/sq ft with a maximum deflection of 1/150th of the span. Hatches shall have a 1/4-in aluminum channel frame with a perimeter BID DOCUMENTS OSSOO-9 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 458 of 646 anchor flange or strap anchors for concrete embedment around the perimeter. Unless otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation along with automatic door hold open. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. Finish shall be the factory mill finish for aluminum doors and frames with bituminous coating on the exterior of the frames in contact with concrete. Hatches shall be watertight and have a 1-1/2-in drainage coupling to the channel frame. Access hatches shall be Types as indicated on the Drawings by Bilco Company, New Haven, CT or equal. 2.07 MISCELLANEOUS ALUMINUM A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Welding shall be on the unexposed side as much as possible in order to prevent pitting or discoloration of the aluminum exposed surface. Grind smooth continuous welds that will be exposed. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous aluminum items shall include: beams, angles, closure angles, grates, hatches, floor plates, stop plates, stair nosings, and any other miscellaneous aluminum called for on the Drawings and not otherwise specified. D. Angle frames for hatches, beams, grates, etc, shall be complete with welded strap anchors attached. E. Aluminum diamond plate and floor plate shall have a minimum thickness of 3/8-in. Frames and supports shall be of aluminum construction. Fastening devices and hardware shall be Type 304 stainless steeL Plates shall have a mill finish. F. Stair treads for aluminum stairs shall have abrasive non-slip nosing as approved. G. Aluminum nosing at concrete stairs shall be Wooster Products, Inc.; Alumogrit Treads, Type 116; similar by Barry Pattern and Foundry Co.; Andco or equal. Furnish with wing type anchors and flat head stainless steel machine screws, 12-in on center. Nosing shall also be used at concrete ladder openings. Nosing shall a single piece for each step BID DOCUMENTS OSSOO-10 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 459 of 646 extending to within 3-in at each side of stair or full ladder width. Set nosing flush with stair tread finish at concrete stairs. Furnish treads with heavy duty protective tape cover. H. Miscellaneous aluminum items shall have a cleaned and degreased mill finish. 2.09 MISCELLANEOUS STEEL A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Grind smooth continuous welds that will be exposed. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous steel items shall include: beams, angles, lintels, metal stairs, support brackets, base plates for other than structural steel or equipment, closure angles, bridge crane rails, monorail hoist beams, holddown straps and lugs, door frames, splice plates, subframing at roof openings and any other miscellaneous steel called for on the Drawings and not otherwise specified. D. Structural steel angle and channel door frames shall be shop coated with primer. Frames shall be fabricated with not less than three anchors on each jamb. E. Steel pipe pieces for sleeves, lifting attachments and other functions shall be Schedule 40 pipe unless otherwise shown on the Drawings. Wall and floor sleeves, of steel pipe, shall have welded circumferential steel waterstops at mid-length. F. Lintels, relief angles or other steel supporting masonry or embedded in masonry shall be shop coated with primer. G. All steel finish work shall be thoroughly cleaned, by effective means, of all loose mill scale, rust and foreign matter and shall be given one shop coat of primer compatible with the finish coat after fabrication but before shipment. Paint shall be omitted within 3-in of proposed field welds. Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and other open spaces. H. Galvanizing, where required, shall be the hot-dip zinc process after fabrication. Coating shall be not less than 2 oz/sq ft of surface. BID DOCUMENTS OSSOO-11 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 460 of 646 2.08 MISCELLANEOUS STAINLESS STEEL A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Grind smooth continuous welds that will be exposed. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous stainless steel items shall include: beams, angles, bar racks and any other miscellaneous stainless steel called for on the Drawings and not otherwise specified. PART 3 EXECUTION 3.01 1NSTALLATION A. Install all items except those to be embedded in concrete or other masonry which shall be installed under Division 3 and Division 4 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted. B. Abrasions in the shop primer shall be touched up immediately after erection. Areas left unprimed for welding shall be painted with primer after welding. C. Zinc coating which has been burned by welding, abraded, or otherwise damaged shall be cleaned and repaired after installation. The damage area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight. D. Specialty products shall be installed in accordance with the manufacturer's recommendations. E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial installation. BID DOCUMENTS OSSOO-12 MISCELLANEOUS METAL 03720-035-01 Item # 14 Attachment number 4 Page 461 of 646 F. Install adhesive capsule anchors using manufacture's recommended drive units and adapters and in compliance with the manufacturer's recommendations. G. Headed anchor studs shall be welded in accordance with manufacturer's recommendations. H. All railings shall be erected to line and plumb. I. All steel surfaces that come into contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. J. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zino-chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. K. Where aluminum contacts masonry or concrete, apply a heavy coat of approved alkali resistant paint to the masonry or concrete. L. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood. M. Between aluminum grating, aluminum stair treads, or aluminum handrail brackets and steel supports, insert 1/4-in thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. BID DOCUMENTS 03720-035-01 END OF SECTION OSSOO-13 MISCELLANEOUS METAL Item # 14 Attachment number 4 Page 462 of 646 Item # 14 Attachment number 4 Page 463 of 646 SECTION 09900 PAINTING AND COATING PART1 GENERAL 1.01 SCOPE OF WORK A. This section includes materials for and application of painting and coating systems for the following surfaces, where applicable: 1. Submerged metal. 2. Concrete 3. FRP 4. Metal in contact with concrete. B. It does not include coating steel water tanks and reservoirs. 1.02 RELATED WORK A. Section 03300, Cast-In-Place Concrete B. Section 03350, Concrete Finishes. 1.03 SUBMITTALS A. The Contractor shall shop drawings in accordance with Section 01330, Submittals and Acceptance. B. Submit manufacturer's data sheets showing the following information: 1. Percent solids by volume. 2. Minimum and maximum recommended dry-film thickness per coat for prime, intermediate, and finish coats. 3. Recommended surface preparation. 4. Recommended thinners. 5. Statement verifying that the specified prime coat is recommended by the manufacturer for use with the specified intermediate and finish coats. 6. Application instructions including recommended equipment and temperature limitations. Item # 14 BID DOCUMENTS 09900-1 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 464 of 646 7. Curing requirements and instructions. C. Submit color swatches. D. Submit certificate identifying the type and gradation of abrasives used for surface preparation. E. Submit material safety data sheets for each coating. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTIES A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds. 1.08 DELIVERY, STORAGE, AND HANDLING (NOT USED) 1.09 QUALIFICATIONS (NOT USED) 1.10 TESTING REQUIREMENTS (NOT USED) 1.11 MOCK-UP (NOT USED) 1.12 PROJECT REQUIREMENTS (NOT USED) PART 2 MATERIALS 2.01 PAINTING AND COATING SYSTEMS The following index lists the various painting and coating systems by service and generic type: BID DOCUMENTS 09900-2 03720-035-01 Item # 14 PAINTING AND COATING Attachment number 4 Page 465 of 646 PA1NT COATINGS SYSTEM 1NDEX No. Title Generic Coating 15. Exposed Metal, Atmospheric Weathering Environment Alkyd/Acrylic] 18. Exposed Metal, Organic Zinc Primer for Shop Coating and Organic zinc Field Touch-U Buried Metal Coatin S stems NOT USED Concrete and Mason Coatin S stems 33. Submer ed Concrete, Raw Water or Raw Sewa e Vin 1 ester PVC, CPVC, and FRP Coatin S stems 41. FRP, Ultraviolet Ex osure Pol rethane Coatin S stems for Nonferrous Metals 51. Aluminum Insulation from Concrete and Carbon Steel Bituminous 54. Aluminum Insulation from Concrete and Carbon Steel E ox 55. Repair of Galvanized Steel Surfaces Cold galvanizing com ound Plaster, Wood, Mason , and D all Coatin S stems NOT USED Coatin S stem for Fusion E ox -Coated Steel Surfaces NOT USED Exterior Architectural Coatin s and Finishes NOT USED Interior Architectural Coatin s and Finishes NOT USED Hi h-Tem erature Coatin s NOT USED These systems are specified in detail in the following Paragraphs. For each coating, the required surface preparation, prime coat, intermediate coat (if required), topcoat, and coating thicknesses are described. Mil thicknesses shown are minimum dry-film thicknesses. A. Exposed Metal Coating Systems 1. System No. 15—Exposed Metal, Atmospheric Weathering Environment: Type: Gloss alkyd enamel having a minimum volume solids content of 46% with alkyd primer. b. Service Conditions: For use on exterior metal and piping subject to sunlight and weathering. Item # 14 BID DOCUMENTS 09900-3 PAINTING AND COATING 03720-035-01 :. 2 c. Surface Preparation: Solvent contaminants from the surfac Commercial Blast Cleaning. Attachment number 4 Page 466 of 646 clean per SSPC-SP1 to remove e. Abrasive blast per SSPC-SP-6, d. Prime Coat: Carboline Shop PrimerNo. 1; ICI Devoe 4140; Ameron 5105; International Interlac 260HS; Sherwin-Williams Kem-Bond HS BSONZ Series at 2.0-4.0 mils DFT; PPG SPEEDHIDEOO Int/Ext Rust Inhibitive Steel Primer 6-208 Series; or equal, applied to minimum dry-film thickness of 2 mils. Tnemec Series 10 primer at 2.0-3.5 mils DFT with 56% sbv. e. Finish Coat: Two coats of Carboline Carbocoat 139; two coats ofICI Devoe 4348; two coats of Tnemec Series 2H; two coats of Ameron 5401 HS; two coats of International Interlac 820; two coats of Sherwin-Williams Industrial Enamel B54Z Series at 2.0-3.0 mils DFT/coat; two coats of PPG MetalMax Int/Ext Gloss Alkyd 7-914 Series, or equaL Apply to a minimum dry-film thickness of 1.5-3.5 mils DFT/coat. System No. 18—Exposed Metal Organic Zinc Primer for Shop Coating and Field Touch-Up: a Q Type: Organic zinc primer having a minimum zinc content of 14 pounds per gallon. Service Conditions: For use as a shop-applied primer or field touch- up primer over inorganic zinc prime coatings on exposed metal. c. Surface Preparation: Solvent clean per SSPC-SP1 to remove contaminants from the surface. Abrasive blast per SSPC-SP-10, Near White Metal Blast Cleaning. d. Coating: Coating shall be of the two- or three-component converted epoxy, epoxy phenolic, or urethane type. Products: Tnemec 90-97; International Interzinc 308; Ameron 68HS; ICI Devoe 313; Carboline 859; Sherwin-Williams Zino-Clad III HS B69A100/B69D11/B69D11 at 3.0-5.0 mils DFT; PPG DurethaneTM MCZ 97-679; or equal. Applied to a minimum dry-film thickness of 3 mils. Organic zinc primer shall be manufactured by the prime coat manufacturer. Concrete and Masonry Coating Systems 1. System No. 33—Submerged Concrete, Raw Sewage or Raw Water: Item # 14 BID DOCUMENTS 09900-4 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 467 of 646 a. Type: Vinyl-ester-finish coat system, using Dow Derakane 411 or 470 resin, with epoxy or vinyl-ester prime coat. Minimum resin content in the finish coat system shall be 29% by weight. The vinyl- ester-finish coat system shall be formulated with an abrasion-resistant pigment to provide no more than an average 60-mg weight loss when run on a Taber Abraser using a CS-17 wheel, 1,000-gram weight on 1,000 cycles. b. Service Conditions: Concrete submerged in raw water or raw sewage and structures containing moist hydrogen sulfide such as manholes and sewage pumping station wet wells. c. Surface Preparation: In accordance with Part 3.04. d. Prime Coat - Surfacer: (1) Apply epoxy or vinyl ester filler and surfacer to fill in depressions. Products: Plasite 9029; Tnemec Series 120-5003 (apply Tnemec 120-5002 primer at 10 to 15 mils wet to facilitate application of the 120-5003 surfacer); or Sherwin Williams Corobond Vinyl Ester Primer, B88C10/B88R99 at 3.5-4.5 mils DFT (2) Apply prime coat with trowel or squeegee so that exposed aggregate is covered and the surface is level with the surrounding concrete. e. Finish Coats: Apply three or more coats to a total thickness of 40 mils minimum. Maximum thickness of any single coat shall not exceed 15 mils. Observe manufacturer's recommended recoating time between coats. Products: Plasite 4007; Tnemec 120-5001 Vinester; or Sherwin-Williams Magnalux 304, 921-W-304/531-0-006/970-C-949 at 14.0-16.0 DFT. C. FRP Coating System 1. System No. 41 FRP, Ultraviolet Exposure, or Color Coding]: a. Type: Epoxy primer with minimum volume solids of 54% and a pigmented polyurethane enamel having a minimum volume solids of 66%. b. Service Conditions: FRP exposed to sunlight. Item # 14 BID DOCUMENTS 09900-5 PAINTING AND COATING 03720-035-01 C c. Surface Preparation: Clean the Cleaning. Then, lightly abrade sandpaper. Attachment number 4 Page 468 of 646 surface per SSPC SP-1, Solvent the surface with medium-grain d. Prime Coat: One coat of Tnemec Series [N69 Epoxoline]; International 7510; Ameron 385; ICI Devoe Devran 224 HS; Sherwin-Williams Macropoxy 646 B58 Series/B58V600 at 5.0-8.0 mils DFT; Carboline 888 or 890; PPG PITT-GUARDOO Direct-to- Rust Epoxy Mastic Coating 97-145 Series; or equaL Apply to a minimum dry-film thickness of 4 mils. e. Finish Coat: One coat of Tnemec Series 1075; International Interthane 990HS; Ameron 450 HS; ICI Devoe Devran 379; Carboline 134 HG; Sherwin-Williams Hi-Solids Polyurethane B65- 300 Series/B60V30 at 3.0-4.0 mils DFT; PPG PITTHANEOO Ultra- Gloss Urethane Enamel 95-812 Series; or equaL Apply to a minimum dry-film thickness of 3 mils. [Note: FoN a gloss, finish using Tnemec SeNies 1074 at the same film thickness.J Coating Systems for Nonferrous Metals 1. 2 System No. 51—Aluminum Insulation from Concrete and Carbon SteeL• a. Type: Bituminous paint having a minimum volume solids of 68% coal-tar pitch based. b. Service Conditions: Coat areas of aluminum grating, stairs, structural members or aluminum fabrications, in contact with concrete or carbon steel with this system. c. Surface Preparation: Solvent or steam clean in accordance with SSPC SP-1; do not use alkali cleaning. Then dust blast. d. Prime Coat: Apply synthetic resin or epoxy primer to metal surface before finish coats. Products: International Intervinux VTA528/529, or equal. No primer required for Carboline or Tnemec. e. Finish Coat: Carboline Super Service Black; Tnemec 46-465; International Intertuf 100; or equaL Apply two coats to a minimum dry-film thickness of 8.0-12.0 mils/coat. System No. 54—Aluminum Insulation from Concrete and Carbon SteeL• Item # 14 BID DOCUMENTS 09900-6 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 469 of 646 a. Type: High-solids epoxy or phenolic epoxy having minimum volume solids of 80% (ASTM D2697). b. Service Conditions: Coat areas of aluminum grating, stairs, structural members, or aluminum fabrications in contact with concrete or carbon steel with this system. c. Surface Preparation: Solvent or steam cleaning as specified in SSPC SP-1; do not use alkali cleaning. Then dust blast. d. Coating System: Apply three or more coats of Ameron 400; Tnemec 135; ICI Devoe Bar-Rust 233H; Sherwin-Williams Macropoxy B58- 600 Series/B58V600 at 5.0-8.0 mils DFT; PPG PITT-GUARDOO Direct-to-Rust Epoxy Mastic Coating 97-145 Series; or equal; 30 mils total. Maximum thickness of an individual coating shall not exceed the manufacturer's recommendation. 3. System No. 55—Repair of Galvanized Steel Surfaces: a. Type: Cold galvanizing compound consisting ofpaint containing oils, solvents, and zinc dust and complying with MIL-P-21035. Minimum metallic zinc content in the cured coating shall be 90%. b. Service Conditions: Repair of damaged galvanized coatings on steel surfaces. c. Surface Preparation: Clean damaged surfaces in accordance with SSPC SP-1, Solvent Cleaning and SP-11, Power Tool Cleaning to Bare Metal. d. Coating System: Apply Z.R.C. Galvanizing Compound; RAMCO Specialty Products "Zinckit"; NuWave "Galv-Match-Plus"; Devcon "Cold Galvanizing"; Clearco "Cold Galvanizing Spray"; Tnemec Series 90-1K97; or equal; to a minimum dry-film thickness of 3 mils. Apply as specified in ASTM A780, Annex A2. E. Abrasives for Surface Preparation 1. Abrasives used for preparation of ferrous (excluding stainless steel) surfaces shall be one of the following: a. 16- to 30- or 16- to 40-mesh silica sand or mineral grit. b. 20- to 40-mesh garnet. c. Crushed iron slag, 100% retained on No. 80 mesh. Item # 14 BID DOCUMENTS 09900-7 PAINTING AND COATING 03720-035-01 2. 3 0 Attachment number 4 Page 470 of 646 d. SAE Grade G-40 or G-50 iron or steel grit. Abrasives used for preparation of copper and aluminum surfaces shall be one of the following: a. Crushed slag, 80 to 100 mesh. b. Very fine silica sand, 80 to 100 mesh. Abrasives used for preparation of concrete and masonry surfaces shall be 16- to 30- or 16- to 40-mesh silica sand. In the above gradations, 100% of the material shall pass through the first stated sieve size and 100% shall be retained on the second stated sieve size. PART 3 EXECUTION 3.01 WEATHER CONDITIONS A. B. C. D. Do not paint in the rain, wind, snow, mist, or fog or when steel or metal surface temperatures are less than 5°F above the dew point. Do not apply paint when the relative humidity is above 85%. Do not paint when temperature of inetal to be painted is above 120°F. Do not apply alkyd, inorganic zinc, silicone aluminum, or silicone acrylic paints if air or surface temperature is below 40°F or expected to be below 40°F within 24 hours. E. Do not apply epoxy, acrylic latex, and polyurethane paints on an exterior or interior surface if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. 3.02 SURFACE PREPARATION PROCEDURES A. Remove oil and grease from metal surfaces in accordance with SSPC SP-1. Use clean cloths and cleaning solvents and wipe dry with clean cloths. Do not leave a film or greasy residue on the cleaned surfaces before abrasive blasting. Powerwashing with a biodegradable degreaser is also acceptable. B. Remove weld spatter and weld slag from metal surfaces and grind smoothly rough welds, beads, peaked corners, and sharp edges including erection lugs in accordance with SSPC SP-2 and SSPC SP-3. Grind 0.020 inch (minimum) off the weld caps on Item # 14 BID DOCUMENTS 09900-8 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 471 of 646 pipe weld seams. Grind outside sharp corners, such as the outside edges of flanges, to a minimum radius of 1/4 inch. C. Do not abrasive blast or prepare more surface area in one day than can be coated in one day; prepare surfaces and apply coatings the same day. Remove sharp edges, burrs, and weld spatter. Prime all areas before rust bloom forms and within the same day. D. Do not abrasive blast PVC, CPVC, or FRP piping or equipment. Do not abrasive blast epoxy- or enamel-coated pipe that has already been factory coated, except to repair scratched or damaged coatings. E. For carbon steel, do not touch the surface between the time of abrasive blasting and the time the coating is applied. Apply coatings within 2 hours of blasting or before any rust bloom forms. F. Surface preparation shall conform to the SSPC specifications as follows: Solvent Cleaning SP-1 Hand Tool Cleaning SP-2 Power Tool Cleaning SP-3 White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush-0ff Blast Cleaning SP-7 Pickling SP-8 Near-White Blast Cleaning SP-10 Power Tool Cleaning to Bare Metal SP-11 Surface Preparation and Cleaning of Steel and Other SP-12 Hard Materials by High- and Ultrahigh-Pressure Water Jetting Before Recoating Surface Preparation of Concrete SP-13 G. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning" or similar words are used in these Specifications or in the paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC (Steel Structure Painting Council), surface preparation specifications listed above. H. Dust blasting is defined as cleaning the surface through the use of very fine abrasives, such as siliceous or mineral abrasives, 80 to 100 mesh. Apply a fine etch to the metal surface to clean the surface of any contamination or oxide and to provide a surface profile for the coating. Item # 14 BID DOCUMENTS 09900-9 PAINTING AND COATING 03720-035-01 I. J Attachment number 4 Page 472 of 646 B�ush-off blasting of concrete and masonry surfaces is defined as opening subsurface holes and voids and etching the surface for a coating to bond. For carbon steel surfaces, after abrasive blast cleaning, the height of the surface profile shall be 2-3 mils. Verify the surface profile by measuring with an impresser tape acceptable to the Owner's Representative. Perform a minimum of one test per 100 square feet of surface area. Testing shall be witnessed by the Owner's Representative. The impresser tape used in the test shall be permanently marked with the date, time, and locations where the test was made. Test results shall be promptly presented to the Owner's Representative. K. Do not apply any part of a coating system before the Owner's Representative has reviewed the surface preparation. If coating has been applied without this review, if directed by the Owner's Representative, remove the applied coating by abrasive blasting and reapply the coat in accordance with this Specification. 3.03 ABRASIVE BLAST CLEANING � Use dry abrasive blast cleaning for metal surfaces. Do not use abrasives in automatic equipment that have become contaminated. When shop or field blast cleaning with handheld nozzles, do not recycle or reuse blast particles. B. After abrasive blast cleaning and before coating is applied, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean any blast-cleaned surface not coated within the 8-hour period before applying primer or touch-up coating. C. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard. D. During abrasive blast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating so that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 3.04 PREPARATION OF CONCRETE AND MASONRY SURFACES TO BE COATED C� : Surface preparation of concrete and masonry surfaces shall be in accordance with SSPC SP-13/NACE 6 and the following. Do not apply coating until concrete has cured at least 30 days at 75°F and a minimum 50%. Finish concrete surfaces in accordance with Section 03360. Do not use curing compound on surfaces that are to be coated. Item # 14 BID DOCUMENTS 09900-10 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 473 of 646 C. Concrete and masonry surfaces on which coatings are to be applied shall be of even color, gray or gray-white. The surface shall have no pits, pockets, holes, or sharp changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce no water beads or standing droplets. Concrete and masonry shall be free of laitance and slick surfaces. D. Detergent clean the concrete or masonry surface with trisodium phosphate in accordance with ASTM D4258. Then sandblast surfaces (brush-off blast). Floor slabs may be acid etched as specified in ASTM D4260 in lieu of sandblasting. After sandblasting, wash surfaces with water to remove dust and salts in accordance with ASTM D4258 or D4261. The grain of the concrete surface to touch shall not be rougher than that of No. 10 mesh sand. Use International Concrete Repair Institute (ICRI) standards for concrete and masonry surface preparation. E. Before coating concrete, plaster, and masonry with System No. 33 determine the presence of capillary moisture in accordance with ASTM D4263, except as modified below. Tape a 4-foot-by-4-foot sheet of polyethylene plastic to the concrete surface to be coated. Allow the plastic sheet to remain in place at least 24 hours. After the specified time has elapsed, remove the plastic sheet and visually examine both the underside of the plastic sheet and the concrete surface beneath it. There shall be no indication of moisture on either surface. If moisture is indicated, allow additional curing time for the concrete and then retest. Provide one test sheet for every 300 square feet of concrete surface to be coated. For walls, provide one test sheet for each 10 feet (or fraction thereo� of vertical rise in all elevations starting within 12 inches of the floor or base slab. F. Acceptance criteria for concrete surfaces shall be in accordance with SSPC SP-13, Table 1, "Severe Service." G. Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only when the concrete surface temperature is stable, not rising. Apply concrete coatings when the temperature is falling to reduce the potential of outgassing. 3.05 PROCEDURES FOR ITEMS HAVING SHOP-APPLIED PRIME COATS A. After applying primer to surfaces, allow coating to cure for a minimum of 2 hours before handling to minimize damage. B. When loading for shipment to the project site, use spacers and other protective devices to separate items to prevent damaging the shop-primed surfaces during transit and unloading. If wood spacers are used, remove wood splinters and particles Item # 14 BID DOCUMENTS 09900-11 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 474 of 646 from the shop-primed surfaces after separation. Use padded chains or ribbon binders to secure the loaded items and minimize damage to the shop-primed surfaces. C. Cover shop-primed items 100% with protective coverings or tarpaulins to prevent deposition of road salts, fuel residue, and other contaminants in transit. D. Handle shop-primed items with care during unloading, installation, and erection operations to minimize damage. Do not place or store shop-primed items on the ground or on top of other work unless the ground or work is covered with a protective covering or tarpaulin. Place shop-primed items above the ground upon platforms, skids, or other supports. 3.06 FIELD TOUCH-UP OF SHOP-APPLIED PRIME COATS A. Remove oil and grease surface contaminants on metal surfaces in accordance with SSPC SP-1. Use clean rags wetted with a degreasing solution, rinse with clean water, and wipe dry. B. Remove dust, dirt, salts, moisture, chalking primers, or other surface contaminants that will affect the adhesion or durability of the coating system. Use a high-pressure water blaster or scrub surfaces with a broom or brush wetted with a solution of tri- sodium phosphate, detergent, and water. Before applying intermediate or finish coats to inorganic zinc primers, remove any soluble zinc salts that have formed by scrubbing with a stiff bristle brush. Rinse scrubbed surfaces with clean water. C. Remove loose or peeling primer and other surface contaminants not easily removed by the previous cleaning methods in accordance with SSPC SP-7. Take care that the remaining primers are not damaged by the blast cleaning operation. The remaining primers shall be firmly bonded to the steel surfaces with blast-cleaned edges feathered. D. Remove rust, scaling, or primer damaged by welding or during shipment, storage, and erection in accordance with SSPC SP-10. Take care that the remaining primers are not damaged by the blast cleaning operation. Areas smaller than 1 square inch may be prepared in accordance with SSPC SP-11. The remaining primers shall be firmly bonded to the steel surfaces with cleaned edges feathered. E. Use repair procedures on damaged primer that protect adjacent primer. Blast cleaning may require the use of lower air pressure, smaller nozzles and abrasive particle sizes, short blast nozzle distance from surface, shielding, and/or masking. F. After abrasive blast cleaning of damaged and defective areas, remove dust, blast particles, and other debris by dusting, sweeping, and vacuuming, then apply the specified touch-up coating. Item # 14 BID DOCUMENTS 09900-12 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 475 of 646 G. Surfaces that are shop primed with inorganic zinc primers shall receive a field touch- up of organic zinc primer as specified in System No. 18 to cover scratches or abraded areas. H. Other surfaces that are shop primed shall receive a field touch-up of the same primer used in the original prime coat. 3.07 PAINTING SYSTEMS A. All materials of a specified painting system, including primer, intermediate, and finish coats, shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer for the particular coating system. B. Deliver paints to the jobsite in the original, unopened containers. 3.08 PA1NT STORAGE AND MIXING A. Store and mix materials only in areas designated for that purpose by the Owner's Representative. The area shall be well ventilated, with precautionary measures taken to prevent fire hazards. Post "No Smoking" signs. Storage and mixing areas shall be clean and free of rags, waste, and scrapings. Tightly close containers after each use. Store paint at an ambient temperature from 50°F to 100°F. B. Prepare multiple-component coatings using all of the contents of the container for each component as packaged by the paint manufacturer. Do not use partial batches. Do not use multiple-component coatings that have been mixed beyond their pot life. Provide small quantity kits for touch-up painting and for painting other small areas. Mix only the components specified and furnished by the paint manufacturer. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. 3.09 PROCEDURES FOR THE APPLICATION OF COATINGS A. Conform to the requirements of SSPC PA-1. Follow the recommendations of the coating manufacturer, including the selection of spray equipment, brushes, rollers, cleaners, thinners, mixing, drying time, temperature and humidity of application, and safety precautions. B. Stir, strain, and keep coating materials at a uniform consistency during application. Power mix components. For multiple component materials, premix each component before combining. Apply each coating evenly, free of brush marks, sags, runs, and other evidence of poor workmanship. Use a different shade or tint on succeeding Item # 14 BID DOCUMENTS 09900-13 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 476 of 646 coating applications to indicate coverage where possible. Finished surfaces shall be free from defects or blemishes. C. Do not use thinners unless recommended by the coating manufacturer. If thinning is allowed, do not exceed the maximum allowable amount of thinner per gallon of coating materiaL Stir coating materials at all times when adding thinner. Do not flood the coating material surface with thinner before mixing. Do not reduce coating materials more than is absolutely necessary to obtain the proper application characteristics and to obtain the specified dry-film thicknesses. D. Remove dust, blast particles, and other debris from blast cleaned surfaces by dusting, sweeping, and vacuuming. Allow ventilator fans to clean airborne dust to provide good visibility in working area before applying coating. Remove dust from coated surfaces by dusting, sweeping, and vacuuming before applying succeeding coats. E. Apply coating systems to the specified minimum dry-film thicknesses as determined in accordance with SSPC PA-2. F. Apply primer immediately after blast cleaning and before any surface rusting occurs, or any dust, dirt, or any foreign matter has accumulated. Before applying coating, re- clean surfaces that have surface colored or become moist by blast cleaning. G. Apply a brush coat of primer on welds, sharp edges, nuts, bolts, and irregular surfaces before applying the primer and finish coat. Apply the brush coat before and in conjunction with the spray coat application. Apply the spray coat over the brush coat. H. Before applying subsequent coats, allow the primer and intermediate coats to dry for the minimum curing time recommended by the manufacturer. In no case shall the time between coats exceed the manufacturer's recommendation. I. Each coat shall cover the surface of the preceding coat completely and there shall be a visually perceptible difference in applied shade or tint of colors. J. Applied coating systems shall be cured at 75°F or higher for 48 hours. If temperature is lower than 75 °F, curing time shall be in accordance with printed recommendations of the manufacturer, unless otherwise allowed by the Owner's Representative. K. Assembled parts shall be disassembled sufficiently before painting or coating to ensure complete coverage by the required coating. 3.10 SURFACES NOT TO BE COATED Item # 14 BID DOCUMENTS 09900-14 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 477 of 646 A. Do not paint the surfaces listed below unless otherwise noted in the drawings or in other Specification sections. Protect the following surfaces during the painting of adjacent areas: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Concrete walkways. Mortar-coated pipe and fittings. Stainless steel. Metal letters. Glass. Roofing. Fencing. Copper tubing, red brass piping, and PVC piping except where such piping occurs in rooms where the walls are painted, or required for color coding. Electrical fixtures except for factory coatings. Nameplates. Grease fittings. Brass and copper, submerged. Buried pipe, unless specifically required in the piping specifications. Fiberglass items, unless specifically required in the FRP specifications. Aluminum handrail, stairs, and grating. Insulated pipe. 3.11 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. Protect working parts of inechanical and electrical equipment from damage during surface preparation and painting process. Mask openings in motors to prevent paint and other materials from entering the motors. 3.12 SURFACES TO BE COATED A. The exact coating to be applied in any location is not designated by the descriptive phrases in the coating system titles such as "corrosive environment," "buried metal," or "submerged metal." Coat surfaces with the specific coating systems as described below: 1. Coat mechanical equipment, such as pumps, blowers, and clarifier mechanisms, as described below. The color of the finish coat shall selected by the Owner during submittal review. Item # 14 BID DOCUMENTS 09900-15 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 478 of 646 2. Coat concrete surfaces where shown in the drawings. Apply System No. 33 on submerged concrete surfaces unless otherwise shown [in the drawings. 3. Coat aluminum surfaces in contact with concrete as specified in System No. 51 or 54. 4. Coating Schedule: Coating Surface or Item System No. Mixers (exposed components) 15 Submerged concrete surfaces 33 3.13 DRY-FILM THICKNESS TESTING A. Measure coating thickness specified for carbon steel surfaces with a magnetic-type dry-film thickness gauge in accordance with SSPC PA-2. Provide certification that the gauge has been calibrated by a certified laboratory within the past 6 months. Provide dry-film thickness gauge as manufactured by Mikrotest or Elcometer. B. Test the finish coat of inetal surfaces (except zinc primer and galvanizing) for holidays and discontinuities with an electrical holiday detector, low-voltage, wet- sponge type. Provide measuring equipment. Provide certification that the gauge has been calibrated by a certified laboratory within the past 6 months. Provide detector as manufactured by Tinker and Rasor or K-D Bird Dog. [Note: TesteN types will va�y with the thickness of the coating. Contact the manufactuNe of the Necommended holiday detectoN foN the coating and thickness. Sponge type testeNS aNe used foN thin film systems. HigheN thickness coatings NequiNe a higheN voltage testeN.J C. Measure coating thickness specified for concrete or masonry surfaces in accordance with ASTM D4138. Test the finish coat of concrete and masonry surfaces in accordance with NACE RP-0188-90 or ASTM D4787. Patch coatings at the points of thickness measurement or holiday detection. D. Check each coat for the correct dry-film thickness. Do not measure within 8 hours after application of the coating. E. For metal surfaces, make five separate spot measurements (average of three readings) spaced evenly over each mixer to be measured. Make three readings for each spot measurement of either the substrate or the paint. Move the probe or detector a distance of 1 to 3 inches for each new gauge reading. Discard any unusually high or low reading that cannot be repeated consistently. Take the average (mean) of the three readings as the spot measurement. The average of five spot measurements for each mixer shall not be less than the specified thickness. No single spot measurement Item # 14 BID DOCUMENTS 09900-16 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 479 of 646 on any mixer shall be less than 80% nor more than 120% of the specified thickness. One of three readings which are averaged to produce each spot measurement may underrun by a greater amount as defined by SSPC PA-2. F. For concrete surfaces, make five separate spot measurements spaced evenly over each 100 square feet of area (or fraction thereo� to be measured. The average of five spot measurements for each such 100-square-foot area shall not be less than the specified thickness. No single spot measurement in any 100-square-foot area shall be less than 80% nor more than 120% of the specified thickness. G. Perform tests in the presence of the Owner's Representative. 3.14 REPAIR OF IMPROPERLY COATED SURFACES A. If the item has an improper finish color or insufficient film thickness, clean and topcoat the surface with the specified paint material to obtain the specified color and coverage. Sandblast or power-sand visible areas of chipped, peeled, or abraded paint, feathering the edges. Then prime and finish the coat in accordance with the Specifications. The work shall be free of runs, bridges, shiners, laps, or other imperfections. 3.15 CLEANING A. During the work, remove discarded materials, rubbish, cans, and rags at the end of each day's work. B. Thoroughly clean brushes and other application equipment at the end of each period of use and when changing to another paint or color. C. Upon completion ofpainting work, remove masking tape, tarps, and otherprotective materials, using care not to damage finished surfaces. END OF SECTION Item # 14 BID DOCUMENTS 09900-17 PAINTING AND COATING 03720-035-01 Attachment number 4 Page 480 of 646 Item # 14 Attachment number 4 Page 481 of 646 SECTION 09980 CHEMICAL-RESISTANT COATINGS FOR CONCRETE PART1 GENERAL 1.01 SCOPE OF WORK A. This Section includes materials and installation of a chemical-resistant coating for concrete. The coating systems specified in this Section are based on products by Carboline and Sherwin-Williams, and the Specification is intended to show the quality of the products and the level of preparation and application detail that will be required of other manufacturers in order to be considered equal coating systems. 1.02 RELATED WORK A. Other specifications Sections in the Contract Documents contain work that is related to the general work requirements specified in this Section. This related work includes but is not limited to the following Sections. 1. 2. 3. 4. 5. 6. Section 01330, Submittals and Acceptance Section 01400, Quality Requirements Section 01600, Materials and Equipment Section 01780, Warranties and Bonds Section 01830, Operation and Maintenance Manuals Division 3, Concrete 1.03 SUBMITTALS A. B. Submit all submittals in accordance with Section 01330, Submittals and Acceptance. Submit manufacturer's data sheets showing the following information: 1. 2. 3. 4. BID DOCUMENTS 03720-035-01 Percent solids by volume of coating compound. Number of coats required to give the specified dry thickness. Minimum recommended dry thickness per coat for prime, intermediate, and finish coats. Recommended surface preparation. 09980-1 Item # 14 CHEMICAL-RESISTANT COATINGS FOR CONCRETE Attachment number 4 Page 482 of 646 5. Recommended surface tensile strength of the concrete surface. 6. Recommended procedures for storage of the materials, including temperature limitations. 7. Application instructions including recommended equipment and application atmospheric limitations such as temperature and humidity. 8. Application detailed drawings showing the recommended systems for the treatment of bridging concrete expansion joints, control joints, and structural cracks for vertical and horizontal surfaces. Also at a minimum include detailed drawings showing recommended treatment systems for bridging or sealing the following: a. b. c. d. e. f. g• Concrete corners. Equipment and piping supports with anchors that penetrate into the concrete surfaces. Tank bottoms to concrete support pads and foundations. Pipe penetrations through walls. Sumps and trenches. Floor drains. Recessed areas for grating support. 9. Curing requirements and instructions. C. Submit color selection chart for selection by the Owner. D. Submit documentation showing that the applicator has been certified or approved by the coating manufacturer to apply the coating systems. Submit a list of projects with references that have been constructed in Florida and that have used the specified coating products to demonstrate the applicator's experience. E. Submit documentation demonstrating the credentials of the NACE-certified coatings inspector. 1.04 DELIVERY, STORAGE, AND HANDLING Item # 14 BID DOCUMENTS 09980-2 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 483 of 646 A. The Contractor shall adhere to the requirements specified in Section 01650 and manufacturer's requirements for storing, handling, and protecting the items specified in this Section. PART 2 PRODUCTS 2.01 CHEMICAL-RESISTANT COATING SYSTEM A. The chemical-resistant coating system for concrete and masonry surfaces subject to chemical exposure shall integrate two types of coating systems, Types A and B, to produce one complete coating system. 2.02 TYPE "A" COATING: VINYLESTER 100% SOLIDS A. Type: Vinyl ester 100% solids finish coat system, using Ashland Derakane 411 resin or equal, with vinyl ester prime coat. Minimum resin content in the finish coat system shall be 29% by weight. The vinyl ester finish coat system shall be formulated with an abrasion-resistant pigment to provide no more than an average 60-mg weight loss when run on a Taber Abraser using a CS-17 wheel, 1,000- gram weight on 1,000 cycles. B. Service Conditions: Concrete surfaces in secondary containment service and other concrete surfaces designated on the Drawings and in this Section that are subject to exposure to 12.5% sodium hypochlorite and 40% sodium bisultite. C. Surface Type 1: Vertical Concrete and Masonry Surfaces such as secondary containment walls. 1. Prime Coats: Two-Step Vinyl Ester Primer System Apply vinyl ester primer and filler/surfacer to fill in depressions. Products: Carboline Semstone 800 Series Primer followed by Carboline Semstone 800 Series Primer blended with Part "D" Cab-O-SiI (TS-720) and 50-140 mesh coarse staurolite. a. Apply Carboline Semstone 800 Series Primer at 8 to10 mils using a medium-nap roller. Allow Carboline Semstone 800 primer to cure tack free before overcoating. b. Apply Carboline Semstone 800 Series Primer blended with Part "D" Cab-O-SiI and 50- to140-mesh coarse staurolite using a flat troweL Blend in accordance with the coating manufacturer's instructions. Apply as a scratch coat to provide a level and uniform surface. Pour the blended Semstone 800 primer at the Item # 14 BID DOCUMENTS 09980-3 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE C c Attachment number 4 Page 484 of 646 Allow prime coats to cure a minimum of 12 hours before applying finish coats. 2. Finish Coats: 100% Solids Vinyl Ester Blend Apply Carboline Semstone 870 blended with 50- to 140-mesh Dupont Starblast and Part "D" Cab-O-SiI (TS-720) to a total thickness of 40 mils minimum using a flat trowel or medium-nap roller. Blend and apply in accordance with the coating manufacturer's instructions. Surface Type 2: Horizontal Concrete Surfaces such as secondary containment floors, stairways, and chemical room floors subject to foot traffic. 1 2. 3 Prime Coats: Vinyl ester primer. Products: Carboline Semstone 800 Series Primer. a. Apply Carboline Semstone 800 Series Primer at 8 to 10 mils using a medium-nap roller. b. Allow Carboline Semstone 800 primer to cure tack free before overcoating. Intermediate Coat: 100% Solids Vinyl Ester Base Coat. Products: Carboline Semstone 870. a. Apply Carboline Semstone 870 at 30 mils using a notched squeegee. Broadcast 50/140 mesh DuPont Stargate aggregate evenly and provide a dry beach sand appearance. b. Allow to cure until the system can support bodyweight without disrupting the base-coat. c. Once cured, remove excess aggregate. Finish Coats: 100% Solids Vinyl Ester Finish Coat. Products: Carboline Semstone 870 a. Apply Carboline Semstone 870 to a total thickness of 20 mils minimum using a flat squeegee and back-roll with a medium nap roller. Item # 14 BID DOCUMENTS 09980-4 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 485 of 646 b. Allow to cure a minimum of 36 hours before placing the area into service or subjecting the area to foot traffic. E. Surface Type 3: Vertical Concrete Surfaces associated with concrete surfaces that have frequent transitions such as pump bases, trenches, sump areas, and chemical truck unloading stations. 1. Prime Coats: Two-Step Vinyl Ester Primer System Apply vinyl ester primer and filler/surfacer to fill in depressions. Products: Carboline Semstone 800 Series Primer followed by Carboline Semstone 800 Series Primer blended with Part "D" Cab-O-SiI (TS-720) and 50-140 mesh coarse staurolite. a. Apply Carboline Semstone 800 Series Primer at 8 to10 mils using a medium-nap roller. Allow Carboline Semstone 800 primer to cure tack free before overcoating. b. Apply Carboline Semstone 800 Series Primer blended with Part "D" Cab-O-SiI and 50- to140-mesh coarse staurolite using a flat troweL Blend in accordance with the coating manufacturer's instructions. Apply as a scratch coat to provide a level and uniform surface. Pour Semstone 800 primer blend at the base of the wall and work the material up into the form voids. Do not add thickness. Provide a consistent 1-inch, 45° chamfer at the floor to wall junctures. c. Allow prime coats to cure a minimum of 12 hours before applying finish coats. 2. Intermediate Coat: Carboline Semstone 870 blended with 50- to 150- mesh Dupont Starblast and Part "D" Cab-O-SiI (TS-720) a. Apply Carboline Semstone 870 blended with 50- to 150-mesh Dupont Starblast and Part "D" Cab-O-SiI (TS-720) to a total thickness of 25 mils minimum using a medium-nap roller or flat troweL Blend and apply in accordance with the coating manufacturer's instructions. Move immediately to the reinforcement step. 3. Reinforcement: Carboline Scrim Cloth Item # 14 BID DOCUMENTS 09980-5 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE F Attachment number 4 Page 486 of 646 a. While finish coat is still wet, place pre-cut rolled up scrim cloth at the top of the wall and unroll carefully into the tack coat over the chamfer and 2 to 3 inches onto the floor. Overlap seams a minimum of 1-1/2 inches. Remove all wrinkles and air and saturate cut ends using a flat trowel and serrated roller. b. Allow to cure to a tacky state. 4. Finish Coat: Carboline Semstone 870 blended with 50- to 140-mesh Dupont Starblast and Part "D" Cab-O-SiI (TS-720) a. Apply Carboline Semstone 870 blended with 50- to 140-mesh Dupont Starblast and Part "D" Cab-O-SiI (TS-720) to a total thickness of 80 to 100 mil using a flat troweL Blend and apply in accordance with the coating manufacturer's instructions. Remove trowel marks with Styrene on a clean trowel. b. Allow to cure 36 hours before placing the area in service or allowing other work to start. Surface Type 4: Horizontal Concrete Surfaces with frequent transitions such as pump bases, trenches, sumps, and chemical truck unloading stations. 1 2 3 Prime Coats: Vinyl ester primer. Products: Carboline Semstone 800 Series Primer. a. Apply Carboline Semstone 800 Series Primer at 8 to 10 mils using a medium-nap roller. b. Allow Carboline Semstone 800 primer to cure tack free before overcoating. Intermediate Coat: 100% Solids Vinyl Ester Base Coat. Products: Carboline Semstone 870. a. b. Apply Carboline Semstone 870 at 20 to 25 mils using a notched squeegee. Move immediately to the reinforcement step. Reinforcement: Carboline Scrim Cloth a. While finish coat is still wet, place pre-cut rolled up scrim cloth at the top of the wall and unroll it carefully into the tack coat over the Item # 14 BID DOCUMENTS 09980-6 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 487 of 646 chamfer and 2 to 3 inches onto the floor. Overlap seams a minimum of 1-1/2 inches. Remove all wrinkles and air and saturate cut ends using a flat trowel and serrated roller. 4. Saturant Coat: 100% Solids Vinyl Ester Coat. Products: Carboline Semstone 870. a. Apply Carboline Semstone 870 at 30 mils using a notched squeegee or medium-nap roller. Q c. F� Broadcast 20/40 mesh DuPont Starblast aggregate evenly and provide a dry beach sand appearance. Allow to cure until the system can support bodyweight without disrupting the saturant-coat. Once cured, remove excess aggregate 5. Finish Coats: 100% Solids Vinyl Ester Finish Coat. Products: Carboline Semstone 870 a. Apply Carboline Semstone 870 to a total thickness of 20 mils minimum using a flat squeegee and back-roll with a medium-nap roller. b. Allow to cure a minimum of 36 hours before placing the area into service or subjecting the area to foot traffic. 2.03 TYPE "B" COATING: FLEXIBLE NOVOLAC EPDXY 100% SOLIDS A. Type: Flexible novolac epoxy 100% solids treatment coat system. B. Service Conditions: Treatment of expansion joints, control joints, structural cracks, horizontal and vertical transitions, equipment bases, pipe supports, pipe penetrations, and other transitions subject to movement and exposure to 12.5% sodium hypochlorite and 40% sodium bisulfite.. C. C Prime Coat: 100% solids Epoxy Primer Apply Semstone 110 Primer to a thickness of 8 mils. Intermediate Coat: 100% solids Flexible Novolac Epoxy Apply Semstone 805 Flexible Novolac Epoxy to a thickness of 40 to 50 mils. Item # 14 BID DOCUMENTS 09980-% CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE E F Attachment number 4 Page 488 of 646 Reinforcement: Semstone #100 Fabric Needle Point Polypropylene Apply Semstone #100 Fabric centered on the joint according to the applicable treatment detail sheet provided by the manufacturer. Finish Coat: 100% solids Flexible Novolac Epoxy Apply Semstone 805 Flexible Novolac Epoxy to a thickness of 10 mils to saturate the reinforcement fabric. G. Construction Details: Apply the Flexible Novolac Epoxy system in accordance with the manufacturer's construction details submitted for each treatment application. 2.04 ABRASIVES FOR SURFACE PREPARATION OF CONCRETE C� Abrasives used for preparation of concrete surfaces shall be selected by the coating manufacturer and shall be 16- to 40-mesh angular aggregate or diamond grind. PART 3 EXECUTION 3.01 COATING SYSTEM A. Materials including primer, intermediate, reinforcement, and finish coats shall be produced by the same manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the coating manufacturer. : � Deliver coatings to the jobsite in the original, unopened containers and store materials in accordance with the manufacturer's instructions. The coating shall be applied by qualified agent certified by the coating manufacturer. 3.02 PROTECTION OF SURFACES NOT TO BE COATED A. Remove, mask, or otherwise protect hardware, lighting fiYtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be coated. Provide drop cloths to prevent coating materials from falling on or marring adjacent surfaces. Protect working parts of inechanical and electrical equipment from damage during surface preparation and coating process. Mask openings in motors to prevent coating and other materials from entering the motors. Item # 14 BID DOCUMENTS 09980-8 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE 3.03 WEATHER CONDITIONS � : � C Attachment number 4 Page 489 of 646 Do not coat in the rain, wind, snow, mist, and fog or when surface temperatures are less than 5°F above the dew point. Do not apply coatings when the relative humidity is above 85% or the temperature is above 90°F. Do not coat when temperature of concrete to be painted is above 120°F. Do not apply coatings if air or surface temperature is below 60°F or expected to drop below 60°F in 24 hours. 3.04 SURFACE PREPARATION � Surface preparation of concrete and masonry surfaces shall be in accordance with SSPC SP-13 / NACE 6 and the following: 1. Do not apply coating until the concrete has cured at least 30 days. Finish concrete surfaces in accordance with Section 03300, Cast-in-Place Concrete for Structures. Do not use curing compound on surfaces that are to be coated. 2. Concrete surfaces on which coating is to be applied shall be of even color, gray, or gray-white. The surface shall have no pits, pockets, holes, or sharp changes of surface elevation. Scrubbing with a stiff-bristle fiber brush shall produce no dusting or dislodging of cement or sand. Sprinkling water on the surface shall produce no water beads or standing droplets. Concrete and masonry shall be free of laitance and slick surfaces. The grain of the concrete surface to touch shall not be rougher than that of 40- to 60-grit sandpaper. 3. Repair or replace damaged or poorly cast concrete in accordance with Section 03300, Cast-in-Place Concrete for Structures, before preparation. 4. Detergent clean the concrete or masonry surface with trisodium phosphate in accordance with ASTM D 4258 or D 4261. Then abrasive blast surfaces (brush-off blast) in accordance with ASTM D 4259. After blast cleaning, wash surfaces with water to remove dust and salts, in accordance with ASTM D 4258 or D 4261. Rinse thoroughly to achieve a surface pH of 7 to 11. Take at least two pH readings for each 500 square feet or portion. Item # 14 BID DOCUMENTS 09980-9 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 490 of 646 5. Test for surface strength in accordance with ASTM D 4541, as modified by ACI 503R. Provide one test for every 500 square feet. The minimum surface tension shall be 300 psi unless the coating manufacturer recommends a higher value. 6. Before coating new concrete walls and ceilings, determine the presence of capillary moisture in accordance with ASTM D 4263, except as modified below. Tape a 4-foot-by-4-foot sheet of polyethylene plastic to the concrete surface to be coated. Allow the plastic sheet to remain in place at least 24 hours. After the specified time has elapsed, remove the plastic sheet and visually examine both the underside of the plastic sheet and the concrete surface beneath it. There shall be no indication of moisture on either surface. If moisture is indicated, allow additional curing time for the concrete and then retest. Provide one test sheet for every 500 square feet or portion of concrete surface to be coated. For walls, provide one test sheet for each 10 feet of vertical rise in all elevations starting within 12 inches of the floor or base slab. 7. Before coating concrete floors, determine the presence of moisture by the calcium chloride test in accordance with ASTM F 1869. The MVER shall not exceed 3 pounds per 1,000 square feet per 24 hours. If test results exceed this value, provide additional drying and retest until test results meet this value. 8. Acceptance criteria for concrete surfaces shall be in accordance with SSPC SP-13 Table 1"Severe Service." 9. Test concrete for contamination and porosity with water. When water is applied to horizontal surfaces, the water should spread out and penetrate immediately. On vertical surfaces a stream of water should zig-zag, spread out, and penetrate. This is a good indication that the surface has been properly prepared. If water beads up on horizontal surfaces and moves in a rapid straight line down a vertical surface, the surface is contaminated with oil, curing compounds, or other contaminant. 10. Some manufacturer's systems may require treatments to certain transitions before applying coatings. Apply manufacturer's recommended treatments to these transitions as required before applying coatings as recommended by the coatings manufacturer. The coating manufacturer's factory representative shall observe the conditions of the concrete and treatments and provide the Owner with written notice that the substrate has been properly prepared and is suitable for coatings before applying coatings. Should the manufacturer's representative note deficiencies, a deficiency list shall be provided in writing to the Contractor and Engineer and the Item # 14 BID DOCUMENTS 09980-10 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 491 of 646 3.05 ABRASIVE BLAST CLEANING A. Use dry abrasive blast cleaning material. When field blast cleaning with hand- held nozzles, do not recycle or reuse blast particles. B. After blast cleaning and before application of coating, dry clean surfaces to be coated by dusting, sweeping, and vacuuming to remove residue from blasting. Apply the specified primer or touch-up coating within an 8-hour working day. Do not apply coating over damp or moist surfaces. Reclean any blast-cleaned surface not coated within the 8-hour period before applying primer or touch-up coating. C. Keep the area of the work in a clean condition and do not permit blasting particles to accumulate and constitute a nuisance or hazard. D. During blast cleaning, prevent damage to adjacent coatings. Schedule blast cleaning and coating so that dust, dirt, blast particles, old coatings, rust, mill scale, etc., will not damage or fall upon wet or newly coated surfaces. 3.06 PRE-APPLICATION PREPARATION A. The Contractor shall arrange a pre-application meeting with the Engineer and Owner, the NACE coatings inspector, and the coating manufacturer's representative at the jobsite to review the application procedures and the overall plan for applying and inspecting the chemical-resistant coatings. : C. The Contractor shall ensure that all liquid materials are stored below 75 °F prior to application or in accordance with the manufacturer's instructions. The Contractor shall pre-cut scrim cloth and carefully roll up and store the cloth until it is required. The cloth shall be stored in a moisture-protected environment. D. Do not apply coatings to concrete when the concrete is outgassing. Apply coatings only when the concrete surface temperature is stable or dropping, not rising. Item # 14 BID DOCUMENTS 09980-11 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE E Attachment number 4 Page 492 of 646 Surface and ambient temperatures shall be above 50°F during application and cure. 3.07 COATING APPLICATION � : When applying multiple coats, each successive coating shall be a different color from the previously applied coat. The entire coating shall be pinhole free. C. Apply coatings and treatments in accordance with the manufacturer's recommended procedures for the types of surfaces and transitions as described previously in Part 2 and as submitted in the Shop Drawing by the manufacturer. D. Apply coating to the following surfaces: 1. Surface Type 1: Vertical concrete and masonry surfaces with infrequent transitions such as secondary containment walls and storage tank pads. 2. Surface Type 2: Horizontal Concrete Surfaces such as secondary containment floors, concrete floor, storage tank pads, stairway treads, and chemical feed room floors subject to foot traffic. 3. Surface Type 3: Vertical concrete surfaces that have frequent transitions such as pump bases, stairways, trenches, sump areas, and chemical truck unloading stations. 4. Surface Type 4: Horizontal concrete surfaces with frequent transitions such as pump bases, undersides of walkways, trenches, sumps, and chemical truck unloading stations not subject to foot traffic. 5. Apply chemical resistant coatings for the fermentation, first anoxic and second anoxic tank from top of wall to one foot below water surface. 3.08 SURFACE PREPARATION OBSERVATION, COATINGS OBSERVATION, AND DRY-FILM THICKNESS TESTING A. The Contractor shall employ the services of a NACE-certified coatings inspector to perform surface preparation inspections, coatings inspections, and dry film thickness testing of field-applied coatings. The Contractor shall schedule and coordinate the inspections with the work. The NACE-certified inspector shall provide the Engineer and the Owner with signed reports of the inspection work. No coatings shall be applied until the NACE-certified inspector provides the Engineer and the Owner with a signed report indicating that surface preparation meets the requirements specified in this Section: Item # 14 BID DOCUMENTS 09980-12 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 493 of 646 1. Measure coating thickness specified for concrete or masonry surfaces in accordance with ASTM D 4138. Test the finish coat of concrete and masonry surfaces in accordance with NACE RP-0188-90 or ASTM D 4787. Patch coatings at the points of thickness measurement or holiday detection. 2. Check each coat for the correct dry-film thickness. Do not measure within 8 hours of the application of the coating. 3. Make five separate spot measurements spaced evenly over each 100 square feet of area (or fraction thereo� to be measured. The average of the five spot measurements for each such 100-square-foot area shall not be less than the specified thickness. No single-spot measurement in any 100- square-foot area shall be less than 80% or more than 120% of the specified thickness. B. In addition to the NACE inspector, the chemical-resistant coating manufacturer's representative shall make periodic site visits to the jobsite to observe progress during each step of the coating process to observe the applicator's work and to provide written reports to the Engineer and the Owner noting deficiencies and recommending corrective actions if any are deemed necessary. 3.09 HOLIDAY (CONTINUITY) TESTING OF APPLIED COATING The Contractor's NACE-certified inspector shall inspect each coat of primer and finish coating in accordance with ASTM D 4787 to determine integrity. Each coating application shall be checked and deficiencies shall be marked. After observing the specified recoat time, apply additional coating materials over areas having any holidays or pinholes. After the correction of deficiencies, the Contractor shall reinspect those areas to determine the acceptability of the additional coating. Each coating application must be 100% to the satisfaction of the NACE inspector, the coating manufacturer's representative, and the Engineer before succeeding coating applications. END OF SECTION Item # 14 BID DOCUMENTS 09980-13 CHEMICAL-RESISTANT COATINGS 03720-035-01 FOR CONCRETE Attachment number 4 Page 494 of 646 Item # 14 Attachment number 4 Page 495 of 646 SECTION 11000 GENERAL EQUIPMENT REQUIREMENTS PART1 GENERAL 1.01 SCOPE OF WORK A. This Section specifies general work requirements regarding the products and execution services that are specified in the Division 11 Sections incorporated in the Contract Documents. The requirements specified shall apply to all of the Division 11 Sections, unless noted otherwise. 1.02 RELATED WORK A. Other Specifications Sections in the Contract Documents contain work that is related to the general work requirements specified in this Section. This related work includes but is not limited to the following Sections: 1. Section 01330, Submittals and Acceptance. 2. Section 01650, Delivery, Storage, and Handling. 3. Section 09900, Painting and Coating. 4. Division 11, Equipment. 5. Division 16, Electrical. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: A. The submittal contents for equipment, instrumentation, controls, and appurtenances specified in the Division 11 Sections shall contain the general information listed below. Additional submittal requirements are contained in the Division 11 Sections. 1. A list and description of all deviations from the Contract Documents. 2. A list of equipment and components on each drawing with each product identified by legend reference. Include product name, manufacturer, and model number. 3. Completely dimensioned plan, elevations and cross-sections of system equipment and sub-assemblies. 4. Shop and erection drawings showing details, anchor bolt locations, and field connections. Item # 14 BID DOCUMENTS 11000-1 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 1.04 1.05 1.06 5. 6. 7. 8. 9. 10 Attachment number 4 Page 496 of 646 Manufacturer's equipment installation instructions. Descriptive literature, technical bulletins, and catalog data sheets for all equipment and purchased sub-components. Installation, operation, maintenance and start-up procedures. Total equipment weight (while operating). Drive mechanism torque rating and bearing life rating. Motor data and catalog information. 11. Submit complete electrical drawings, schematics, and interconnecting wiring diagrams and schedules for the equipment control system, instrumentation, and control panel(s) showing numbered wiring terminals in the control panel conforming to NEMA ICS-1-101. Identify field device terminals, wire number, wire sizes, control and power wire types, and interfaced elements. 12 13 14 Control panel construction and panel layout drawing, if applicable. Complete technical literature for all factory-applied paint systems. Clearly indicate the components to be coated and the corresponding paint system. Manufacturers' descriptive literature, product specifications, and published details. WORK SEQUENCE (NOT USED) REFERENCE STANDARDS (NOT USED) QUALITY ASSURANCE A. Requirements of Regulatory Agencies: The Contractor shall comply with construction requirements of State, County, and other local political subdivision specifications as may exceed the requirements of the codes, standards, and approving bodies referenced in this Section. 1. NFPA Standards: The Contractor shall comply with requirements of the National Fire Protection Association (NFPA) Standards referenced in the various Specifications Sections and as directly appropriate to the work and workmanship. Item # 14 BID DOCUMENTS 11000-2 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 497 of 646 2. Electrical Requirements: The Contractor shall comply with requirements for both the Underwriters' Laboratories, Inc. (UL) Listings, Labels, and Approvals and the National Electrical Manufacturers' Associations (NEMA) Stamps or Seals as applicable to electrical equipment or apparatus forming parts of the Mechanical Equipment. B. Certificates and Permits: Upon completion of work and before final payment, the Contractor shall furnish to the Engineer formal certification of final inspections from authorities having jurisdiction over the work in this project and secure required permits, if any, from such authorities. Additionally, the Contractor shall prepare any detailed diagrams and drawings that are required by those authorities having jurisdiction over the work of this project at no additional cost to the Owner. C. Source Quality ControL• Products used throughout these Specifications and as indicated on the Drawings shall be from companies having established reputations in the manufacture of the particular materials, equipment, or apparatus specified. Such products may be of their own make or products of others for which they assume full responsibility when used in finished products which are not manufactured completely by them and with replacement parts available. D. Products: The equipment specified in Division 11 was based on the latest models that were available from the specified equipment manufacturers at the time the Contract Documents were developed. If any equipment models specified in the Division 11 Sections have been discontinued or will be discontinued within 1 year after the bid date, the Contractor shall furnish and install the latest and most recent equipment model at no additional cost to the Owner. E. For each category of materials and equipment (Products) specified in the Division 11 Sections, the Contractor shall provide Products of the same manufacturer and type. F. Equipment Selection: The Contractor may furnish equipment of higher electrical characteristics, physical dimensions, capacities, and ratings provided such proposed equipment is approved by the Engineer in writing. Upon receiving the Engineer's approval to provide such equipment, the Contractor shall furnish the connecting mechanical and electrical services including but not limited to circuit breakers, conduit, increased control panel enclosure size, motors, bases, and any other electrical equipment needed to accommodate the higher electrical characteristics at no additional cost to the Owner. G. If minimum energy ratings or efficiencies of equipment are specified in Division 11, the Contractor shall furnish and install equipment that meets or exceeds the specified design and commissioning requirements (no exceptions) as determined by the Engineer. Item # 14 BID DOCUMENTS 11000-3 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 1.07 1: Attachment number 4 Page 498 of 646 H. All the equipment specified in the Contract Documents shall be standard units of proven ability as manufactured by a competent organization that is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed, and installed in accordance with the best practice and methods and shall operate satisfactorily when installed. WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650 for storing and protecting the items specified in this Section. 1.09 QUALIFICATIONS A. The manufacturer of each piece of equipment described in the Division 11 Sections shall meet the following requirements, unless noted otherwise: 1. Have a record of operation, manufacturing and servicing similar items specified in the Division 11 Sections for a minimum of 10 years before the Bid Date. 2. Have a minimum of five installations of equipment similar to that specified in this Section at municipal wastewater treatment facilities in Florida before the bid date. 3. Have been in business for at least the 10 consecutive years manufacturing similar equipment before the Bid Date. B. If the equipment manufacturer that the Contractor proposes to furnish and install the equipment described in the Division 11 specifications does not meet these qualifications and is not specified in the Contract Documents, the Engineer reserves the right to reject the equipment from this manufacturer for use on this project. Any costs incurred by the Contractor as a result of providing equipment from a manufacturer that does not meet the qualifications described in this Section shall not be incurred by the Owner. C. The Contractor shall furnish documentation that the manufacturer meets these qualifications as part of the submittals specified in Section 01330. 1.10 TESTING REQUIREMENTS (NOT USED) Item # 14 BID DOCUMENTS 11000-4 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 499 of 646 1.11 MAINTENANCE 1.12 1.13 A. Spare Parts 1. The Contractor shall furnish the spare parts specified in the Division 11 Sections. The Contractor shall also submit a list of recommended spare parts, special tools, and lubricants for each equipment item. The list shall include contact information for local sources for supply of all parts and professional service. SYSTEM DESCRIPTION (NOT USED) OPERATION AND MAINTENANCE (O&M) MANUALS A. The Contractor shall furnish O&M manuals as specified in Section 01780. 1.14 PATENTS AND LICENSES (NOT USED) PART 2 PRODUCTS 2.01 MOTORS A. All motors identified in Division 11 shall be furnished and installed under Division 11 and in accordance with Division 16. 2.02 CONTROLS A. General 1. All control panels specified in the Division 11 Sections shall be furnished and installed under Division 11 and in accordance with Division 16. 2. The Contractor shall furnish and install controls designed to operate on 120-volt, single-phase, 60 Hertz electric service unless otherwise specified. The Contractor shall furnish and install 120-volt step-down voltage transformers as specified in Division 16 in each control panel as required. 3. The Contractor, as required, shall furnish and install elapsed time meters in each control panel for each piece of motor-driven equipment being controlled by that control paneL All elapsed-time meters shall be furnished and installed in accordance with Division 16. 4. All control panels shall be furnished with a main circuit breaker to enable/disable electric service to the panelboard as required in the Contract Documents Item # 14 BID DOCUMENTS 11000-5 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 500 of 646 5. All control panels that will annunciate a local and/or remote alarm shall be furnished with an ALARM ACKNOWLEDGE reset pushbutton switch (momentary contact) wired to each alarm contact in accordance with Divisions l land 16, and Contract Drawings. 6. All indicating lamps in each control panel shall be furnished in accordance with the color-coded scheme: a. ON indicating lamps: Green b. OFF indicating lamps: Red c. Alarm indicating lamps: Amber d. POWER ON indicating lamp: White 7. Provide a heater inside of each control panel enclosure to prevent condensation in accordance with Divisions 11 and 16, and Contract Drawings. Heater size shall be in accordance with the equipment manufacturer's recommendations. 8. The face of each control panel shall be installed so it is facing north whenever possible, or provided with a sunshield when not possible. 2.03 FLOAT SWITCHES A. Float switches shall be of the suspended type with polypropylene or PVC body. Units shall have an integral electrical cable with two #19 AWG stranded conductors. Switches shall be pilot duty, normally open or normally closed, as required for application. Switches shall be suitable for use with intrinsically safe circuits. Each switch shall be supported from an AISI Type 316 stainless steel cable support bracket with individual stainless steel Kellems grip strain relief supports. Each switch shall be provided with sufficient cable length to extend from the float switch to the final termination point at the pump control panel with an additional 18 inches of looped cable. The float switch cables shall be bundled to an AISI Type 316 stainless steel cable with heavy-duty nylon strap wire ties. The upper end of the stainless steel cable shall be attached to the cable support bracket and the lower end attached to a 5-pound (minimum) cable weight. The cable weight shall be firmly attached to the cable and shall be constructed of noncorrosive metal and/or materials. Float switches and cables shall be intrinsically safe when used in classified locations. 2.04 EQUIPMENT ANCHORING SYSTEMS A. All anchoring systems including, but not limited to, expansion anchors, adhesive anchors, anchor bolts, cinch anchors, and screws that are required to install the equipment and appurtenances specified in the Division 11 Specifications shall be AISI Type 316 stainless steel unless noted otherwise. The Contractor shall furnish Item # 14 BID DOCUMENTS 11000-6 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 501 of 646 and install all equipment anchoring systems in accordance with Sections 03930 and 05500. 2.05 EQUIPMENT NAMEPLATES A. The Contractor shall provide engraved laminated phenolic nameplates with white legend and black field that provides the following information for each piece of equipment described in the Division 11 Specifications. 1. Equipment Description (i.e. Mixer No. 1, etc). 2. Equipment Identification Label No. B. Letter height on each nameplate shall not be less than 3/4-inch. Nameplates shall be factory drilled for fasteners. Secure nameplates to equipment or nearby wall using AISI Type 304 stainless steel fasteners. The locations of each nameplate shall be coordinated with the Owner and approved by the Owner before their installation. C. The Contractor shall obtain the Engineer's approval for the nameplate information for each equipment item described in the Division 11 Specifications before ordering these nameplates from the manufacturer. PART 3 EXECUTION 3.01 INSTALLATION A. General: The Contractor shall install the equipment in accordance with the manufacturer's instructions and recommendations and approved submittals at the locations shown on the Drawings. If the equipment locations shown on the Drawings are in conflict with the manufacturer's recommendations or will interfere with the installation or operation of any other item indicated in the Contract Documents, the Contractor shall relocate this equipment and provide the necessary appurtenances to install the equipment in accordance with the manufacturer's recommendations at no additional cost to the Owner. The Contractor shall not install any equipment at locations not in accordance with the Contract Documents or approved submittals. B. The Contractor shall install equipment, slabs, walls level and plumb, parallel and perpendicular to other building and components in exposed interior spaces, unless otherwise shown on the Drawings. C. The Contractor shall apply an anti-seize compound to threaded fasteners of equipment components that require removal, replacement, or adjustment as part of any maintenance or inspection procedure. Item # 14 BID DOCUMENTS 11000-7 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 502 of 646 D. The Contractor shall furnish and install the required oil and grease for initial operation in accordance with the manufacturer's recommendations. E. Provide means of oil lubrication for bearings and other metallic parts in sliding contact. Use alemite industrial type fittings except where otherwise specified. The Contractor shall also perform the following work: 1. Locate lubrication points on equipment readily accessible without the necessity of removing covers, plates, housings or guards, or without creating safety hazards at installed equipment elevations. 2. The Contractor shall exhaust pressure-lubricated units to the atmosphere to prevent excessive greasing. 3. The Contractor shall extend grease fittings to locations that are readily accessible to the Owner. The Contractor shall coordinate the location of these grease fittings with the Owner before their installation. F. The Contractor shall furnish and apply touch-up paint to any equipment's factory painting finish that is chipped or damaged during installation. All factory-finish touch-up paint shall be mutually compatible with the factory finish on the equipment and shall be furnished by the manufacturer of the equipment to be touched up in the field. G. If equipment mounting heights are not shown on the Drawings, the Contractor shall install that piece of equipment to provide the maximum amount of headroom (defined as the distance from the bottom of the structure to the top of finished floor or grade), as possible. In such an instance, the Contractor shall obtain the Engineer's approval for this mounting location before installing that piece of equipment in the field. H. The Contractor shall furnish and install all mechanical equipment to facilitate service, maintenance, and repair or replacement of the equipment components. The Contractor shall connect equipment for ease of disconnecting, with minimum interference to other installations. 3.02 FIELD TESTING A. General: The Contractor shall provide services of a factory-authorized service representative to perform, approve, and certify the field testing specified in this Section. Field testing shall generally consist of performing the pre-startup and startup tests as specified in the Division 11 Specifications and the final mechanical performance test specified in this Section. The Contract Documents may require the Contractor to perform factory testing on equipment items before the Engineer approves their use for this project. The Contractor shall refer to the Division 11 Specifications regarding equipment shop testing requirements. Item # 14 BID DOCUMENTS 11000-8 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 503 of 646 B. The Contractor shall adhere to the following requirements regarding the field testing to be provided for this project: 1. The service representative shall be employed by the manufacturer of the equipment specified at the time field testing is being performed. The service representative shall be authorized by the factory to perform the field testing specified in Division 11. Upon request by the Engineer, the Contractor shall submit a letter from a company officer of the equipment manufacturer stating that the service representative performing the field testing is authorized by the manufacturer. 2. Before scheduling each field test with the equipment manufacturer, the Contractor shall coordinate with the Owner and Engineer to obtain a list of dates that both parties would be available to attend the testing. The Contractor shall notify the Owner and Engineer of the field testing dates no less than 14 calendar days before the date of the field test. 3. If directed by the Engineer, the Contractor shall perform a second pre- startup and/or startup test, in accordance with the procedures specified in the Division 11 Sections, at no additional cost to the Owner if the original pre-startup and/or startup test did not pass because of any work that was deemed by the Engineer to be non-compliant with the Contract Documents and/or manufacturer's recommendations. 4. The Contractor shall only perform startup testing after the Contractor has reached Substantial Completion for the project as defined in the Agreement and General Conditions. 5. The Contractor shall furnish, install, and remove any temporary piping, valves, appurtenances, and equipment necessary to perform the pre-startup and startup testing to the Engineer's satisfaction. 6. All field testing shall be performed Monday through Friday at the project site, unless otherwise approved by the Owner. 7. The duration that the manufacturer's representative is required to be onsite to perform the pre-startup and startup training is specified in the Division 11 Sections. C. Operating Costs 1. Costs for Pre-startup and Startup Testing: The Contractor shall include in the Contract Price the following operating costs for satisfactorily completing the Initial Mechanical Performance Tests on equipment being tested: Item # 14 BID DOCUMENTS 11000-9 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 504 of 646 a. Lubricating grease. b. Lubricating oils. c. Such other materials or utilities not specifically identified in this Section, but required to conduct the pre-startup and startup testing. d. Portable diesel power generation sets and diesel fuel as needed for lighting, portable tools, and furnishing electrical to any temporary pumping units used to transfer [potable water][reclaimed water] to each treatment or storage structure for startup testing. 2. Costs for Final Mechanical Performance Tests: The Cost for the Final Mechanical Performance Test shall be borne by the Contractor. D. The intent of the field testing for each equipment item specified in the Division 11 Sections is provided in this Section. If the individual equipment field testing procedures specified in the Division 11 are not sufficient to obtain a Manufacturer's Certification or to demonstrate compliance with the Contract Documents, the Contractor shall perform these additional field test procedures at no additional cost to the Owner. 1. Pre-startup Testing: Upon the Contractor's completion of the installation and adjustment of the equipment; the Contractor, with his own forces and with the manufacturer's representative(s), shall demonstrate to the Engineer's satisfaction that the equipment has been furnished and installed in accordance with the Contract Documents and the manufacturer's recommendations. a. The Contractor shall repair any equipment items that do not pass the pre-startup test, as identified by the Engineer and/or manufacturer's representative, to the satisfaction of the Engineer before performing the startup testing for that equipment. 2. Startup Testing: Upon successful completion of the pre-startup testing, the Contractor shall demonstrate that the mechanical performance and controls of each equipment item, when operated in accordance with the design intent indicated by the Contract Documents, are satisfactory to the Owner and Engineer. a. Startup testing shall be performed with each equipment item and associated treatment structure simulated under similar operating conditions as the final mechanical performance testing specified in this Section. For equipment that will operate while being submerged as shown on the Drawings, the Contractor shall fill the Item # 14 BID DOCUMENTS 11000-10 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 505 of 646 respective treatment structure to its maximum water surface with reclaimed water for wastewater systems or potable water for water systems and perform startup testing while that equipment is submerged. The Contractor shall not use wastewater to fill any treatment structures for startup testing. b. After the startup testing procedures specified in the Division 11 Sections have been completed to the satisfaction of the Engineer, the Contractor shall operate that equipment for one successful continuous 72-hour period without assistance from the Owner as a condition of startup testing. If the equipment needs to be taken out of service for repair during this 72-hour period because it not operating in accordance with the intent of the Contract Documents, this operating period shall cease. A new operating period will not begin until the equipment has been operating in accordance with the Contract Documents and manufacturer's recommendations for at least 72 consecutive hours. The Contractor shall furnish any additional supervision or provisions necessary to verify that each equipment item was successfully operated during this 72-hour operating period. c. Upon completion of the startup test, the Contractor shall dewater each treatment and storage structure in accordance with local and State regulations and in a manner that is satisfactory to the Owner and Engineer. 3. Final Mechanical Performance Testing: The Contractor shall perform final mechanical performance testing of the equipment specified in the Division 11 Sections once the following conditions have been satisfied: a. The Contractor has successfully completed the pre-startup and startup testing requirements specified in the Division 11 Sections. b. The Contractor has performed the training services specified in this Section. c. The Contractor has procured all of the required permits for each building and treatment structure within the project site. d. The Engineer has received and approved all of the manufacturer's certifications of compliance, warranties, and operation and maintenance manuals for all required items as specified in the Contract Documents. The intent of the final mechanical performance test is for the entire facility to be operated by the Owner for a continuous 30-day period while the Item # 14 BID DOCUMENTS 11000-11 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 506 of 646 facility is receiving and treating raw sewage or raw water. During this 30- day testing period the Contractor shall furnish personnel who shall be on- site as needed and available at all times 24 hours per day during the final mechanical performance test. Personnel shall be competent in the troubleshooting and repair of the equipment and related electrical and mechanical systems specified in the Contract Documents. The Contractor's electricians and mechanical technicians shall be on-site as needed (minimum 8 hours/week) and available 24 hours per day to assist with this testing. If the final mechanical performance testing needs to be stopped and suspended due to equipment not operating in accordance with the design intent of the Contract Documents as determined by the Engineer, the following conditions shall apply: e. The Contractor shall repair and troubleshoot these items immediately at no additional cost to the Owner. f. The 30-day period for the final mechanical performance testing will start over (i.e. be reset to zero hours). g. Upon restarting the final mechanical performance testing, the Contractor shall furnish the appropriate personnel defined above on-site as needed and available (minimum 8 hours/week) for 24 hours per day during the 30-day period at no additional cost to the Owner even though the total duration of the final mechanical performance testing (including restarts), may exceed 30 days. The final mechanical performance test shall end when the Engineer determines that all of the equipment and related systems are operating in accordance with the design intent of the Contract Documents and all deficiencies that hinder the normal day-to-day operation of the facility have been corrected to the satisfaction of the Engineer. The Engineer shall notify the Contractor in writing when the final mechanical performance testing has been successfully completed. 3.03 TRAINING SERVICES A. Upon completion of the pre-startup and startup testing and before the final mechanical performance testing, the manufacturer of the equipment specified in the Divisions 11 Sections shall provide an authorized representative to train the Owner's personnel in the operation and maintenance of the equipment. The representative shall provide additional onsite startup and troubleshooting services during this training upon request by the Engineer or Owner while performing these training services. The duration of the training services for each equipment item are specified in the Division 11 Sections. Item # 14 BID DOCUMENTS 11000-12 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 Attachment number 4 Page 507 of 646 3.04 MANUFACTURER'S CERTIFICATIONS OF COMPLIANCE A. Upon successful completion of the pre-startup testing, startup testing, and training services specified in this Section, the Contractor shall obtain the equipment manufacturer's certification that the equipment specified in the respective Division 11 Sections has been installed, adjusted, and tested in accordance with the manufacturer's recommendations. The Contractor shall furnish the Engineer with Manufacturer's Certificates of Compliance and Equipment Manufacturer's Certificate of Installation Testing and Instruction for each specified equipment item before performing the final mechanical performance testing specified in this Section. Item # 14 BID DOCUMENTS 11000-13 GENERAL EQUIPMENT REQUIREMENTS 03720-035-01 OWNER EQPT TAG NO: PROJECT NO: Attachment number 4 Page 508 of 646 MANUFACTURER' S CERTIFICATE OF COMPLIANCE EQPT SERIAL NO: EQPT/SYSTEM: SPEC. SECTION: I hereby certify that the above-referenced equipment/system has been: (Check Applicable) Comments: Installed in accordance with Manufacturer's recommendations. Inspected, checked, and adjusted. Serviced with proper initial lubricants. Electrical and mechanical connection meet quality and safety standards. All applicable safety equipment has been properly installed. System has been performance tested, and meets or exceeds specified performance requirements (when complete system of one manufacturer). I, the undersigned Manufacturer's Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment, and (iii) authorize the make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: Manufacturer: 20 By Manufacturer's Authorized Representative: BID DOCUMENTS 03720-035-01 11000-14 (Authorized Signature Item # 14 GENERAL EQUIPMENT REQUIREMENTS EQUIPMENT MANUFACTURER'S CERTIFICATE OF INSTALLATION TESTING AND INSTRUCTION � �I� ' PROJECT CONTRACT NO. Jones Edmunds No. EQUIPMENT SPECIFICATION SECTION EQUIPMENT DESCRIPTION I (Print Name) hereby CERTIFY that Authorized representative of (Print Manufacturer's Name) (Print equipment name and model with serial No.) Attachment number 4 Page 509 of 646 Installed for the subject project has have been installed in a satisfactory manner, has have been satisfactorily tested, is/are ready for operation, and that Owner assigned operating personnel have been suitably instructed in the operation, lubrication, and care of the units on Date: Time: CERTIFIED BY: DATE: (Signature of Manufacturer's Representative) OWNER'S ACKNOWLEDGEMENT OF MANUFACTURER'S 1NSTRUCTION I/We the undersigned, authorized representatives of the and/or Plant Operating Personnel have received classroom and hands on instruction on the operation, lubrication, and maintenance of the subject equipment and am are prepared to assume normal operational responsibility for the equipment: 100% Submittal 03720-035-01 END OF SECTION 11000-2 DATE: DATE: DATE: Item # 14 GENERAL EQUIPMENT REQUIREMENTS Attachment number 4 Page 510 of 646 Item # 14 SECTION 11228 MIXERS PARTI GENERAL 1.01 SCOPE OF WORK Attachment number 4 Page 511 of 646 A. The Contractor shall furnish all labor, materials, equipment, and incidents required and unload, install, place in operation, and field test mixers, motors, gearboxes, and isolator in the fermentation tanks, first anoxic tanks, and second anoxic tanks as specified in these Specifications. Each mixer unit shall be specifically designed to provide sufficient mixing to fermentation, first anoxic, and second anoxic tanks. B. The mixers have been purchased by the City. The shop drawings from the manufacturer is attached. The Contractor shall be responsible for the storage, loading, unloading, installation, testing, and warranty of the mixer as specified the ODP requirements. C. These Specifications are intended to give a general description of what is required but do not cover all details which will vary with the requirements of the equipment application. The Specifications are, however, intended to cover the furnishing, shop testing, delivery, unloading, on-site storage, complete installation, and field testing of all materials, equipment, appurtenances for the complete mixing system as specified in this Section, whether specifically mentioned in these Specifications or not. 1.02 RELATED WORK Other Specifications Sections in the Contract Documents contain work that is related to the general work requirements specified in this Section. This related work includes but is not limited to the following Sections: A. B. C. D. E. F. G. H. I. J. � BID DOCUMENTS 03720-035-01 Section 01330, Submittal and Acceptance Section 01650, Delivery, Storage, and Handling Section 01755, Equipment Testing and Startup Section 01780, Warranties and Bonds Section 01785, Record Documents Section 01815, Maintenance of Plant Operation and Sequence of Construction Section 01820, Training Section 01830, Operations and Maintenance Manuals Section 09900, Painting and Coating Division 3, concrete work and the installation of anchor bolts; however, anchor bolts for these units shall be furnished under this Section. Division 16, Electrical, except as specified in this Section. 11228-1 Mixers Item # 14 Attachment number 4 Page 512 of 646 1.03 SUBMITTALS A. The Contractor shall submit shop drawings (see attach) in accordance with Section 01330, Submittals and Acceptance. B. The Contractor shall submit to the Engineer copies of all materials required to establish compliance with this Section. Submittals shall include at least the following: BID DOCUMENTS 03720-035-01 1. Descriptive literature, bulletins, catalog cuts, and drawings for the equipment including minimum submergence requirements. 2. Materials of construction, specifications, grade or type. 3. Coating information. 4. Identify each mixer by tag number to which the catalog data and detail sheets pertain. 5. Certified shop and installation drawings showing all details of construction, dimensions and anchor bolt requirements. 6. Shaft size and material. 7. Mixer body size, type, and material. 8. Complete bill of materials for the equipment. 9. Description of surface preparation and shop prime painting, including certification that the paint to be used to shop prime the equipment is compatible with the finish coat paint to be applied to the equipment. 10. The weight of each component: motor, gearbox, shafting, and impeller. 11. The total weight of the complete assembled mixer. 12. Dynamic torque and moment. 13. Complete motor data including size, make, type, and characteristics of the electric motor along with wiring diagram. 14. A list of manufacturer's recommended spare parts to be supplied in additional to those specified in Article 1.11, with the manufacturer's current price for each item. 11228-2 Mixers Item # 14 15 Attachment number 4 Page 513 of 646 Design calculation demonstrating that specified performance requirements are met. C. Test Reports to be Submitted: 1. 2. Description of test procedures and equipment. Copies of all test results, as specified in Parts 2 and 3 of this Section. D. Complete Operation and maintenance instructions shall be furnished for all equipment specified in this Section in accordance with Section III — General Conditions, and Division 1. E. The Contractor shall submit the manufacturer's Certificate of Installation, Testing, and Instruction as specified in Division 1. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of this Section. Where this Section differs from these documents, the requirements of this Section shall apply. A. B. C. D. E. F. G. H. I. J. K. American Iron and Steel Institute (AISI) American Bearing Manufacturers Association (ABMA) American Gear Manufacturers Associations, Inc. (AGMA) American Society for Testing and Materials (ASTM) American Welding Society (AWS) Anti-friction Bearing Manufacturer's Association (AFBMA) National Electrical Code (NEC) National Electrical Manufacturers Association (NEMA) Occupational Safety and Health Administration (OSHA) The Society of Protective Coatings (SSPC) Underwriter's Laboratory (UL) 1.06 QUALITY ASSURANCE A. The Contractor shall provide quality assurance measures for the items specified in this Section in accordance with Section 11000, General Equipment Requirement. 1.07 WARRANTIES � BID DOCUMENTS 03720-035-01 Warranties shall be in accordance with Section III — General Conditions, and Specification Section 0178, Warranties and Bonds. 11228-3 Mixers Item # 14 Attachment number 4 Page 514 of 646 B. All equipment supplied under this Section shall be warranted for a period of, at least, three (3) years by the manufacturer. The warranty period shall begin at the date when the equipment is accepted by the Owner. C. The equipment shall be warranted to be free form defects in workmanship, design, and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. D. The manufacturer's warranty period shall run concurrently with the Contractor's warranty period. No exception to this provision shall be allowed. E. Refer to the General Conditions and Division 1 for additional warranty requirements. F. The manufacturer shall guarantee the performance of each mixer and shall demonstrate that each mixer achieves uniformity of the suspended solids within each tank. G. If the equipment should fail during the warranty period due to defect in the workmanship, design, or material, the manufacturer shall replace the affected part(s) and restore the equipment to service or replace the entire mixer. 1.08 DELIVERY, STORAGE AND HANDLING A. The Contractor shall adhere to the requirements specified in the Section 01650 for storing and protecting the items specified in this Section. B. All equipment and parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. C. The equipment shall be delivered on-site as fully assembled as transportation allow. Factory assembled parts and components shall not be dismantled for shipment unless permission is received in writing from the Engineer. D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. E. Each box or package shall be properly marked to show its net weight in addition to its contents. F. Finished surfaces of al exposed openings shall be protected by wooden blanks, strongly built and securely bolted thereto. G. Finished iron or steel surfaces shall be painted in accordance with Section 09900. BID DOCUMENTS 11228-4 Mixers 03720-035-01 Item # 14 Attachment number 4 Page 515 of 646 H. Care shall be taken to avoid supporting or lifting the mixers in a manner that will place excessive stress on parts or shafts that are not designed to support the weight of the unit. The mixer assembly shall be lifted by eyebolts provided in the top of motor drive or by slings. 1.09 QUALIFICATIONS A. The Contractor shall assume full responsibility for the satisfactory installation and operation of the entire mixers, gearboxes, and motors as specified. B. All the equipment specified under this Section shall be furnished by a single manufacturer and shall be standard units of proven ability as manufactured by a competent organization which is fully experienced, reputable, and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed, and installed in accordance with the best practice and shall operate satisfactory when installed. C. All equipment furnished under this Section shall be new and unused and shall be the standard products of manufacturers having a successful record of manufacturing and servicing the similar equipment for a minimum of five (5) years. D. The manufacturer shall be fully responsible for the design, arrangement, and operation of all connected rotating components of the assembled mixer unit to ensure that neither harmful nor damaging vibration occurs during operation. The design shall include al supporting plans and fabrication SS316 steel base plate for mounting the unit to the existing structure. E. These Specifications are intended to give a general description of what is required but do not cover all details which may vary in accordance with the exact requirements of the equipment as offered. The Specifications are, however, intended to cover the furnishing, delivery, unloading, installation, and field testing of all material apparatus as required. Any additional equipment necessary for the proper operation of the proposed installation not specifically mentioned in these Specifications or shown on the Drawings shall be furnished and installed at no change in Contract price or Time. 1.10 TESTING REQUIREMENTS A. Testing shall be performed as specified in Part 2 and Part 3 of these Specifications. BID DOCUMENTS 03720-035-01 11228-5 Mixers Item # 14 Attachment number 4 Page 516 of 646 1.10 MAINTENANCE A. Spare Parts (NOT USED) B. Special Tools 1. The Contractor shall furnish one set of all special tools required for normal operation and maintenance of the equipment 2. Tools shall be furnished in a suitable steel case, clearly and indelibly marked on the exterior to indicate the equipment for which the tools are intended. 1.12 SYSTEM DESCRIPTION A. Nineteen mixers shall be provided for the fermentation, first anoxic and second anoxic tanks at the locations shown on the Drawings. The mixer shall be adequately designed to mix the mixed liquor suspended solids completely within the fermentation, first anoxic and second anoxic tanks with geometry, volume, and side water depth shown in the Contract Drawing and this Section. Variation in the mixed liquor suspended solids shall be less than 10% over the range of the side water depth. The mixer shall be consist of a complete assembly of drive unit, gear box, shaft, seals, impeller, base plate, isolator, and all other necessary components. The mixer shall be specifically designed and furnished to meet the requirements specified in this Section and related sections. B. All of the equipment included in this Section is intended to be standard for mixing application. C. The mixer units required under this Section shall be complete, including motor, speed reducer, shaft, impeller, and base plate with proper alignment of the unit. All parts shall be so designed and proportioned as to have liberal strength, stability and stiffness and to be especially adapted for the work to be done. D. Equipment furnished under this Section shall be designed for a municipal wastewater treatment plant environment in which the equipment is exposed to the atmosphere. The equipment shall be designed for humid atmospheric conditions in west central Florida and shall be designed to operate continuously. 24 hours per day, 365 days per year. E. Based plate, jacking stud, anchor bolts, washers, and nuts shall be Type 316 stainless steel. 1.13 OPERATION AND MAINTENANCE (O&M) MANUALS BID DOCUMENTS 11228-6 Mixers 03720-035-01 Item # 14 Attachment number 4 Page 517 of 646 A. The manufacturer shall provide Operation and Maintenance manuals for the specific equipment with appropriate model numbers, motor data specific for this project. Operations and Maintenance Manuals shall be in accordance Section III — General Conditions, and Specification Section 01830, Operations and Maintenance Manuals. 1.14 PATENTS AND LICENSES (NOT USED) PART 2 PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. The mixing equipment is used to mix the contents of the fermentation tanks, first anoxic tanks, and second anoxic tanks with one mixer per tank as shown on the Contract Drawings. B. Each mixer shall operate independently and shall be controlled from the existing motor control center. The mixers shall be constant speed units designed to operate continuously. C. Equipment Identification Labels: 1. Fermentation Tanks — Mixers No. 1 to 4 2. First Anoxic Tanks — MiYers No. 5 to 12 3. Second Anoxic Tanks — Mixers No. 13 to 16, and 18 to 20 D. Design Flows, Loads, and Concentrations Flows and Loads to the fermentation, first anoxic, and second anoxic tanks are as follow: Desi n Flow Parameter Flow (MGD) Annual Avera e Dail (AAD) Flow 5.0 Peak Dail (PD) Flow 12.5 Returned Activated slud e(RAS) 5.0 Internal Rec cle (IR) 20.0 E. Tank Volumes BID DOCUMENTS 03720-035-01 Number of Fermentation Tanks 4 Number of First Anoxic Tanks 8 Number of Second Anoxic Tanks 7 Tank Dimension 27 ft x 27 ft Side water de th 15 ft — 6 in Minimum Sidewall Freeboard 1 ft-6 in 11228-7 Mixers Item # 14 Attachment number 4 Page 518 of 646 Desi n MLSS Concentrations 3,500 � 500 m/L Desi n Minimum Mixed Li uor Tem erature 60°F Slud e Volume Index 80 ml/ F. Performance Criteria Mixer Design Horse ower <2.0 h Rotational Speed < 25 rpm Mixin Intensit 70 s�i Bottom Velocit 1.0 ft/s Avera e Bottom Velocit 2.0 ft/s Mixer Flow Rate <5,910 ft3/min Motor Volta e 460 Phase 3 Hertz 60 Nominal Motor S eed 1,800 r m Service Factor < 3 Bearin Life 100,000 L10 Rated Current 2.6 A Start-u Current 15.9 A G. The mixer manufacturer and model shall be one of the following: i T �.,� rr t, � � T u � � �°���i�cnn �iro'�iirvirrrr°c-m-ccrr°ccrsrvz9g'r°"c�ir�percrcc�r"�rir9cc z�vv- � 1�r 2. Philadelphia Mixing Solutions, model 4020-PTOS-20RPM-IHP- 80XELSC 2.02 MATERIALS AND EQUIPMENT A. Philadelphia Mixing Solutions 1. Mixer Design and Construction a. Each mixer assembly shall consist of a installed heavy duty speed reducer with solids SS316 shaft, electric motor, base plate, and FRP mixing impeller. b. Mixers shall be capable of handling biological activated sludge with a solids concentration from 3,500 � 500 mg/L, with a Sludge Volume Index (SVI) of 80 mL/g or greater and shall be designed to prevent settlement in the tanks and to re-suspend biological BID DOCUMENTS 11228-8 Mixers 03720-035-01 Item # 14 BID DOCUMENTS 03720-035-01 Attachment number 4 Page 519 of 646 material on the tank bottom. The mixer shall be capable of mixing the mixed liquor without introduction of air. c. The mixer shall be designed as a vertical shaft mixer, with a dry installed motor. During operation the mixer shall not generate any upward forces on the bridge construction. d. The mixer shall have a steady stationary flow pointed downward parallel to the mixer shaft, the highest speeds and turbulent fluctuations shall be produced in the bottom area. No separation vortex shall appear on the water surface. e. The mixing impeller shall be the XELSC model manufactured by Philadelphia Mixing Solutions, LTD., Palmyra, PA. 2. Gear Drive a. The mixer gear drive must be built and rated in accordance with the current AGMA Standard 6010-E88. The AGMA calculated drive HP rating shall be stamped on drive nameplate. Drive housings shall be of high quality close-grained cast iron, stress relieved and reinforced, and shall be provided with lifting lugs or holes. Housings not composed entirely of inetal will not be allowed. Plastic or fiberglass housing components will not be allowed. Fabricated housings will not be allowed. b. All gear reducers shall incorporate only helical gearing to insure highest efficiency coupled with convenience of mounting, maintenance, and installation. It shall not be necessary to remove the motor to perform routine maintenance on the speed reducer. Worm gears and combinations of helical and spiral bevel gears are not acceptable. c. The gearbox shall be built as a parallel helical gear shaft with the following requirements: i. A calculated lifetime L10 of the bearings of approximately 100,000 hours. ii. 4000 Unifirst Series. iii. High quality protection against corrosion. iv. Covered hollow shaft. v. Service factor of 2.0. d. Thermal rating of the gear reducer must exceed design mechanical rating. No external cooling devices are allowed. 11228-9 Mixers Item # 14 Attachment number 4 Page 520 of 646 e. Each drive must have an effective drywell feature to eliminate oil leakage down the output shaft. This drywell feature must be integral to the reducer housing casting. £ All gearing must be contained within a single housing and lubricated by a common oil bath. 3. Motor a. Motor shall be a three phase squirrel cage motor with helical gear having the following specifications: i. Squirrel cage induction for operation on 460 volt, 3 phase, 60 Hz current. Synchronous speed shall not exceed 1800 rpm. The motor shall be of the totally enclosed, fan-cooled type suitable for outdoor operation having NEMA Class F insulation and Class B temperature rise at full load, a service factor of 1.1.5, rated for 40°C ambient temperature. ii. Motors shall have a weather protection hood and be suitable for operation in a moisture-laden atmosphere. The conduit boxes shall be gasketed with neoprene or equivalent material, so as to prevent moisture from entering the stator through the conduit box. Condensation drains shall be suitable positioned in the lower external surface, so that nay accumulation of moisture can drain from the complete motor housing. iii. Increased protection of the winding against humidity and acid. iv. Inner corrosion protection of motor. v. High-quality protective varnishing against corrosion. vi. Protection type IP55. vii. ISO-Class F. viii. The motor shall be 1 hp severe duty premier efficient type. 4. Mounting Base: a. The mounting base of the mixer shall consist of a gear base plate mounted on rubber buffers connected permanently to the bridge by Type 316 stainless bolted connection. The gear plate shall be BID DOCUMENTS 11228-10 Mixers 03720-035-01 Item # 14 Attachment number 4 Page 521 of 646 designed as a distortion-proof steel structure with an impact-proof powder-coated surface. The plate shall be able to be leveled using threaded bolts which adjust in height. The rubber buffers/isolator shall absorb starting-up jolts, prevent any transfer of vibrations to the bridge and constitute the galvanic separation of the mixer from its surroundings. The mounting base shall be supplied with a fastening set with Type 316 stainless steel anchor bolts for connecting to the concrete bridge. 5. Shaft a. The drive shaft of the mixer shall be SS316 with a diameter of 2.5 inches. The top end of the shaft shall be a steel tappet for the connection to the gear hollow shaft. At the lower end there shall be a flange. The connection to the mixer body itself shall consist of a flanged screwed. 4. Impeller Assembly a. Impeller Blades shall be bolted to central impeller hub. b. Central Hub shall be enclosed in a polyurethane resin and formed to match the contours of the impeller blades. No sharp edges or open areas shall be exposed. Hub shall connect to the shaft with a hook-key arrangement. c. The shaft-impeller system design shall be such that its operating speed shall not exceed 75% of its first lateral critical speed. The use of stabilizing rings or fins will not influence this limitation. d. The impeller shall be 80 inches diameter XELSC 2000 Down pumping anti-ragging Hydrofoil type with fiberglass reinforced plastic body and SS316 interface with shaft. 5. Bolts and Hardware a. All assembly blots, nuts, washers, fasteners shall be Type 316 stainless steel as specified. 2.03 SHOP PAINTING B. Before exposure to weather and before shop painting, all surface shall be thoroughly cleaned, dry, and free from al mill-scale, rust, grease, dirt, and other foreign matter. BID DOCUMENTS 11228-11 Mixers 03720-035-01 Item # 14 Attachment number 4 Page 522 of 646 C. The mixers, base plates, and gear boxers shall be prepared and shop primed in accordance with Division 9. Primer shall be compatible with the finish paint specified in Section 09900. D. All nameplates shall be properly protected during painting. E. Gears and other similar surfaces obviously not to be painted shall be given a heavy shop coat of grease or other suitable rust-resistant coating. This coating shall be maintained as necessary to prevent corrosion during period of storage and erection and shall be satisfactory to the Engineer up to the time of final acceptance test. 2.04 SHOP TESTING B. The Engineer shall have the right to inspect, test, or witness tests of all materials or equipment to be furnished under this Section before their shipment from the point of manufacture. C. The Engineer shall be notified in writing before initial shipment in ample time so that arrangement can be made for inspection. D. The mixers shall be shop tested in accordance with the approved testing procedures to ensure the quality of materials used in the manufacture of the mixers and workmanship conform to the specified requirements. PART 3 EXECUTION 3.01 INSTALLATION A. Installation of the mixer, motor, shaft, associated equipment and accessories, and support and access walkways shall be in strict accordance with the manufacturer's instructions and recommendations in the locations shown on the Drawings. Installation shall include diverting flow to the tanks, removing the existing vortex baffles, furnishing the required lubricant for initial operation. The grade of the lubricant shall be in accordance with the manufacturer's recommendations. Anchor bolts shall be set in accordance with the manufacturer's recommendations. B. The Contractor shall submit a certificate from the manufacturer stating that the installation of the equipment is satisfactory; that the equipment is ready for operation; and that the operating personnel have been suitably instructed in the operation, lubrication, and care of each unit. C. The Contractor shall make all adjustment to each unit as directed by the equipment manufacturer prior to placing the unit in operation. BID DOCUMENTS 03720-035-01 11228-12 Mixers Item # 14 Attachment number 4 Page 523 of 646 3.02 FIELD PAINTING A. Field painting is specified in Division 9. The primer and paint used in the shop shall be products of the same manufacturer as the field paint to ensure compatibility. B. All nameplates shall be properly protected during painting. 3.03 FIELD TESTING A. Prior to testing, each mixer shall be checked by the manufacturer's technical representative for lubrication, alignment, and rotation. The manufacturer's technical representative shall notify the Contractor and the Engineer of anything in the installation which affects the manufacturer's guarantee. The Contractor shall make the adjustment based on manufacturer's recommendation. The manufacturer's representative shall provide certification that each mixer is rotating in the right direction and is ready for testing. B. The test runs of the mixers shall be undertaken with water in the tanks filled up to the peak water elevations as shown on the Contract Drawings. The test runs on the mixers shall determine acceptable running noise, speed, and rotational direction. C. In the event of improper installation, the Contractor shall correct the Work and re- test the mixers at no additional cost to the Owner. Manufacturer will provide certification that the improper installation has been corrected. D. The Contractor shall perform testing on suspended solids concentration after the installation is complete and the plant is in operation. The Contractor shall furnish all labor, materials, laboratory testing, and equipment required for the test. The cost of the testing shall be included in the Contract price. The suspended solids test shall be conducted as follows: BID DOCUMENTS 03720-035-01 1. Suspended solids concentration test shall be conducted at mixed liquor suspended solids concentrations of 3,500 mg/L � 500 mg/L in all zone with the tank. The SVI shall be greater than 80 mL/g. 2. The test shall be conducted in two of the tanks selected by the Engineer and the test shall demonstrate that a uniform concentration of the mixed liquor suspended solids is achieved. Uniformity shall be defined as plus or minus ten percent of the arithmetic average of suspended solids concentration for all samples taken. 3. A total of six samples shall be taken in each tank. The sample location shall be selected by the Engineer and shall be equally spaced horizontally and vertically within the tank. The maximum depth at which any sample shall be taken shall be a minimum of six inches above the floor level. In addition, samples shall be taken a minimum of 12 inches from the tank walL Samples shall be tested at an independent laboratory approved by the Engineer. The cost for the laboratory shall be borne by the Contractor. 4. If request by the Engineer, the Contractor shall collect additional samples to be tested by the City's laboratory for verification. 11228-13 Mixers Item # 14 Attachment number 4 Page 524 of 646 5. If any of the samples fail to meet the requirements specified, the Contractor and the manufacturer shall make all necessary modification to correct the problem and re-test at no additional to the Owner. If necessary, the Contractor shall replace the non-perform mixer(s) at no additional to the Owner. 3.04 TRAINING SERVICES The manufacturer technical representative shall be on-site to perform training services in accordance with Section 01820, Training and Section 11000, General Equipment Requirements. The training shall include a four (4) hours training session on operation and maintenance, and troubleshooting. The training shall be performed before the startup testing specified in this Section. 3.05 CERTIFICATION The Contractor shall provide a written certification from the manufacturer certificating that the equipment has been installed properly according to the plans, specifications, and manufacturer's instructions, and that the equipment is operating normally. 3.06 MANUFACTURER'S SERVICES A. The equipment manufacturer shall furnish the services of a competent and experienced factory representative who has complete knowledge of proper installation, operation, and maintenance of the equipment for not less than ten 8- hour days (exclusive of travel time), in not less than five separate visits, to inspect the installed equipment, perform an initial test run and startup testing, conduct final performance testing, and provide operation and maintenance instructions to the plant personnel. B. If there are difficulties in operation of the equipment due to manufacturer's design or fabrication, additional service shall be provided at no cost to the Owner or time. C. The instruction period shall be scheduled with the Owner at least 10 days in advance and shall take place before equipment startup and acceptance by the Owner. The final approved copies of operation and maintenance manuals must have been delivered to the Engineer before the instruction period is scheduled with the Owner. D. The Contractor shall videotape, in a digital format, all training provided by the manufacturer's representative. The videotape(s) or other electronic media shall become the property of the Owner. BID DOCUMENTS 03720-035-01 END OF SECTION 11228-14 Mixers Item # 14 Attachment number 4 Page 525 of 646 APPRQVAL SUBMITTAL ���� ' `� z� � � ` �� �� � � y� � 4 , Y 'fii � �� ��`' ,� � s���� ,: � . � ����. �,} ;�� � �` 5�;�'Y `� � � � \ ri @�1 ���Sk���:i ,, � ; �`fF.. �_.. t�,,. i ,�.,. � _� a�tiy I;.so. �� ..��' ANQXIC TANK l��IIXERS CUSTOMER TBD MODEL NUMBER(S) 4020-PTOS SERIAL NUMBER(S) l0UBP1014-19 CUSTOMER P.O. NUMBER TBD PMSL ORDER NUMBER 54110 ���� ������������ �"} � � � � ���`��� �,� �, �������� ��������� 1221 EAST MAIN STREET PALMYRA, PA 1707$ PHONE: (717)$32-2$00 FAX: (717)$32-1740 "�'r�ovic�irag Tiae �est Solzetioras To �'ozer� 1Vli�irag �per�tetioras" rvrvrv.piailcer�ai�er�s.eor�a Item # 14 TABLE OF CONTENTS 1. Approval Specifications 2. Parts Information 3. Impeller Data 4. Motor Data 5. Paint Data 6. Flexible Coupling 7. Drawing(s) , j , , �, Attachment number 4 Page 526 of 646 Item # 14 j:,;,�x,���{ — �, 5,, , ,�, ,ti b t 3, t't; �� , �� � V1r(tti � �U�i 1' t \�ib�� )� +� r, i t�} � �( ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� t � 11{�=' ¢, + t� 4�it ���s 1 ��. t � n 1� �(� � �� �<<1`:� ttit,�< � t ��� t� �i{ } tis ) � �i � ( i��l f, i �a � � � � � l � i � � Approval Specifications Attachment number 4 Page 527 of 646 Item # 14 N � <D D �. � =� ei � 0 �', � O � N l�� /� ��3��1 �,s ����fi������� , �����'�iw �� � � ���° � �� ����� ������ � � �������k � ��i�vr1��� S�r \��� ' Speed Reducer This drive is a heavy duty, parallel shaft speed reducer with rugged output shaft design. The gearing is all helical. The AGMA service factor, based on full motor nameplate horsepower, is such that it meets the requirements of the applicable portions of the specification. All gearing is contained in a single housing and is lubricated by a common oil bath. The full load operating noise levels of the mixer drive will not exceed 85 dBa, at three feet, from any part of the drive assembly, per AGMA Standard 297.01, "Sound for Enclosed Helical, Herringbone, and Spiral Bevel Gear Drives". The output shaft will be supported by two adapter type, anti-friction bearings. All bearings within the drive, including the output shaft bearings meet the specified requirements for bearing life when operating at design speed and full motor nameplate horsepower. The reducer's housing is cast iron, and is designed to withstand all loads imposed by the nature of the application. Drive housing is provided with lifting lugs for ease of handling. Lubrication is by means of combination fail-safe oil immersion bath and grease packed bearings. No external or internal lubrication pumps are required. Oil fill and drain locations are easily accessible. Thermal rating of the speed reducer will exceed design mechanical ratings, eliminating the need for external cooling devices. Drywell construction is utilized to prevent lubricant leakage down the output shaft. Output shaft bearings are grease lubricated. A dipstick is provided for visual monitoring of oil levels in the reducer housing. Attachment number 4 Page 528 of 646 '�22� �. IVlain �treet • F'almyra, P'A � �7(i7�3 Ph�nea T17-��2-��(�0 F�x; 717-���-174ti 5N5N'W,��! I I� i111 X�°t'S.CtJCiI Routine maintenance procedures, including oil changes and general maintenance, such as motor replacement, can be performed without removing the speed reducer from its mounting base. Wetted Parts Wetted parts shall be defined as the bottom half of the upper most coupling, the agitator shaft, any additional shafts impeller hubs, impeller blades and hardware below the mounting surface with exception of the gearbox output shaft coupling hardware. Aqitator Shaft The agitator shaft is designed to operate within practical critical speed and shaft stress limitations. Operating speed is limited to less than the percent of first lateral critical speed of the mixer shaft required by the project specifications. Lower shaft straightness, rigid coupling squareness, and output shaft accuracy are such that the shaft will be straight within 1/8" for every ten feet of length. Shaft straightness is a perishable commodity and can be affected by transportation, improper strapping on truck beds, improper lifting, or material coming in contact with the shaft or coupling faces. For this reason PMSL cannot guarantee shaft straightness past the point of our shipping dock. As always, our customers are welcome to witness shaft straightness at our facility prior to shipment. Impeller The stress in any impeller component will not exceed the specified limits under maximum design conditions. For further mixer detaiis, piease refer to the Outiine Instaliation Item # 14 Drawing inciuded in this submittai. Philadelphia Mixing Solutions, Ltd. �02008 s;,��i�kr��s - �s Si� i sti � 4 b t 3, t't; �� � , t V1r(tti � �U�i 1' �t ��i��� )� +� rt i t�} � �� ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� �� (t,% � !' t t� ��it St�s� 1 ��<<,, {� �nU � t � s �t< <� rt . . ���i � �i�� 1,,,, lr';7� �1��... � �yt � �{� t� '�{ } tis ) � �i � ( i��l f, i �a i � �� d� � :�; � �� � l .�� � .. I � � Parts Information Attachment number 4 Page 529 of 646 Item # 14 ^V, W � N 7 � O � � � ..� O� 7 11 PA RTS D RAW I N G Attachment number 4 Page 530 of 646 Double Reduction Item # 14 Philadelphia Mixing Solutions, Ltd. 11_7 UniFirst 4020 11 PA RTS D RAW I N G Attachment number 4 Page 531 of 646 Double Reduction U Item # 14 Philadelphia Mixing Solutions, Ltd. ��_$ UniFirst 4020 11 PARTS LIST Attachment number 4 Page 532 of 646 Double Reduction �� � � �- � � � 2 31000-1960 Cylindrical Roller Bearing 1 3 consult factory HS Pinion & Shaft 1 4 80245-0041 HS Oil Flinger 1 5 33000-5434 Hex Socket Set Screw Dog Point 1 6 33000-5435 Hex Socket Set Screw Cup Point 1 7 31000-1905 Ball Bearing 1 9 31000-1854 Spherical Roller Bearing 1 10 80315-0400 Spacer (Int. Shaft) 1 11 consult factory HS Gear 1 12 34000-3040 Key 1 13 consult factory Int. Pinion & Shaft 1 15 31000-1851 Spherical Roller Bearing 1 16 31000-1961 Spherical Roller Bearing 1 17 36000-3454 V Ring 1 18 consult factory Drive Sleeve 1 19 34000-3028 Retaining Ring 1 20 36000-3634 O-Ring 1 21 80040-0287 Thru Cap (LS) 1 22 33000-4768 Socket Head Cap Screw 6 24 consult factory LS Gear 1 25 33000-4829 Hex Head Cap Screw 12 26 36000-3648 Grease Shield 1 27 31000-1989 Roller Bearing 1 29 33000-5553 Shoulder Screw 2 30 33000-4759 Socket Head Cap Screw 10 31 35000-0264 Pipe Plug Square Head 1 32 35000-0658 Breather 1 33 80225-0393 Gasket (LS Blind Cap) 1 34 80025-0186 Blind Cap LS 1 35 33000-4492 Lock Washer 6 36 33000-4594 Hex Head Cap Screw 6 37 34000-2716 Eyebolt 4 38 35000-0301 Lube Fitting (Zerk) 2 39 35000-0577 Lube Fitting (Relief) 2 40 35000-0271 Pipe Plug Soc 1 41 35000-2349 Oil Level Window 1 42 35000-0241 Pipe Plug Square Head 1 43 35000-0576 Lube Fitting (Zerk) 1 44 35000-0259 Pipe Plug Square Soc 1 45 36000-0374 Oil Seal 1 48 34000-3043 Key 1 55 80085-0139 Thrust Plate 1 Item # 14 Philadelphia Mixing Solutions, Ltd. 11_9 UniFirst 4020 11 PARTS LIST 56 57 58 59 60 61 33000-4759 34000-0106 33000-4889 33000-1036 90255-0154 35000-2640 Socket Head Cap Screw Key HS Set Screw Hex Head Cap Screw Stand Pipe Dip Stick Attachment number 4 Page 533 of 646 Double Reduction 6 1 3 1 1 1 Item # 14 Philadelphia Mixing Solutions, Ltd. 11-10 UniFirst 4020 s;,��i�kr��s - �s Si� i sti � 4 b t 3, t't; �� � , t V1r(tti � �U�i 1' �t ��i��� )� +� rt i t�} � �� ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� �� (t,% � !' t t� ��it St�s� 1 ��<<,, {� �nU � t � s �t< <� rt . . ���i � �i�� 1,,,, lr';7� �1��... � �yt � �{� t� '�{ } tis ) � �i � ( i��l f, i �a i � �� d� � :�; � �� � l .�� � .. I � � Impeller Attachment number 4 Page 534 of 646 Item # 14 � � � � � Attachment number 4 Page 535 of 646 F � � . � � �,� � . . ■ # . ir s11 �r �� 1M �1 f '� � IMPELLER: DIAMETER: MATL: ANTI-RAGGING HYDROFOIL IMPELLER 80 INCH FIBERGLASS REINFORCED PLASTIC BODY, 316 S/S INTERFACE W/ AG I TATO R S H A FT Item # 14 s;,��i�kr��s - �s Si� i sti � 4 b t 3, t't; �� � , t V1r(tti � �U�i 1' �t ��i��� )� +� rt i t�} � �� ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� �� (t,% � !' t t� ��it St�s� 1 ��<<,, {� �nU � t � s �t< <� rt . . ���i � �i�� 1,,,, lr';7� �1��... � �yt � �{� t� '�{ } tis ) � �i � ( i��l f, i �a i � �� d� � :�; � �� � l .�� � .. I � � Motor Data Attachment number 4 Page 536 of 646 Item # 14 � � � � � � � lL�� Date: DATA SHEET Three-phase induction motor - Squirrel cage rotor Customer . Product line : Three-Phase : W21 TEFC (IP55) - NEMA Premium Efficiency Frame Output Frequency Poles Full load speed Slip Voltage Rated current Locked rotor current Locked rotor current (II/In) No-load current Full load torque Locked rotortorque Breakdown torque Design Insulation class Temperature rise Locked rotor time Service factor Duty cycle Ambient temperature Altitude Degree of Protection Approximate weight Moment of inertia Noise level 143T 1 HP : 60 Hz :4 : 1765 : 1.94 °/a : 208-230/460 V : 3.15-2.85/1.43 A : 25.1/12.5 A : 8.8 : 1.70/0.850 A : 2.94 Ib.ft : 290 % : 400 % :B :F : 80 K : 20 s (hot) : 1.25 : S1 : -20°C - +40°C : 1000 m : I P55 : 51 Ib : 0.11960 sq.ft.lb : 51 dB(A) Attachment number 4 Page 537 of 646 D.E. N.D.E. Load Powerfactor Efficiency (°/o) Bearings 6205 ZZ 6204 ZZ 100°/o 0.77 85.5 Regreasing interval --- --- 75°/o 0.71 84.0 Grease amount --- --- 50°/o 0.58 80.0 Notes: 00118ET3E143TC Performed by: Checked: � � ��� �� ��� �� �� �� �� �� ��w �: �: �: ���� � - 1.0 - 0.9 - o.� - 0.7 - o.s - o.� - o.� � � _� � � _� � � No.: Date: PERFORMANCE CURVES RELATED TO RATED OUTPUT Three-phase induction motor - Squirrel cage rotor C � � � ¢ � a� � } _ . .. . ...._ �. rerceni oi raiea ouipui � io/ �ustomer . 'roduct line : Three-Phase : W21 TEFC (IP55) - NEMA Premium Efficiency Output Frame Full load speed Frequency Voltage Insulation class Rated current Notes: 00118ET3E143TC Performed by: 1 HP 143T 1765 60 Hz 208-230/460 V F 3.15-2.85/1.43 A Locked rotor current (II/In) Duty cycle Service factor Design Locked rotor torque Breakdown torque Checked: 8.8 S1 1.25 B 290 % 400 % .� � � .a -� .a .a .a .a Attachment number 4 Item # 14 � � ��� ��� ��� �_ �.7 ��� � � ��� r� �_ � ��� .� ;� � ��� c� � 1�� � _� ;� 1 � � m� r� �_ � ��� � � ��� 0 No.: Date: CHARACTERISTIC CURVES RELATED TO SPEED Three-phase induction motor - Squirrel cage rotor 1 . W � 9. � � � m �. � � m os 7. m � a 6. � c� �. mm 5. �° c � 4. � 3. � 2. 1. 10 20 30 40 50 60 70 80 Speed related to rated speed (%) 90 100 � �ustomer . 'roduct line : Three-Phase : W21 TEFC (IP55) - NEMA Premium Efficiency Output Frame Full load speed Frequency Voltage Insulation class Rated current Notes: 00118ET3E143TC Performed by: 1 HP 143T 1765 60 Hz 208-230/460 V F 3.15-2.85/1.43 A Locked rotor current (II/In) Duty cycle Service factor Design Locked rotor torque Breakdown torque Checked: 8.8 S1 1.25 B 290 % 400 % Attachment number 4 Item # 14 � � � - � � N � � � I 00 o � � � >o� � o�� � o° �� �'r'�� N L L � �0���� N � N � � a � � � � � � 0 > � � _ � � � � � 0 > � 0 J tfl � .. � ti 0 Attachment number 4 Page 540 of 646 M M � J N N � J � � � J d� M .. • � r M J N J r J Item # 14 s;,��i�kr��s - �s Si� i sti � 4 b t 3, t't; �� � , t V1r(tti � �U�i 1' �t ��i��� )� +� rt i t�} � �� ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� �� (t,% � !' t t� ��it St�s� 1 ��<<,, {� �nU � t � s �t< <� rt . . ���i � �i�� 1,,,, lr';7� �1��... � �yt � �{� t� '�{ } tis ) � �i � ( i��l f, i �a i � �� d� � :�; � �� � l .�� � .. I � � Paint Data Attachment number 4 Page 541 of 646 Item # 14 � � �� � v a� � a� I / � Attachment Page 542t@ The Next Ueneration of Amerloc% 400 ���� �r � �i%� .,�, Fast drying surface tolerant VOC compliant epoxy Amerlock Series Product Data/ Application Instructions • Fast dry, dry to touch in 2 hours at 70°F (21 °C) • Recoat in 3 hours at 70°F (21 °C) • Low temperature cure down to 0°F (-18°C) • Exceptional corrosion protection in industrial and marine corrosive environments • Surface tolerant, excellent adhesion to tight rust and prepared damp surfaces • Self priming topcoat over most existing coatings • Can be overcoated with a wide range of topcoats • Meets all existing VOC regulations including SCAQMD Rule 1113 requirements for 2002 Amerlock 2's low solvent level meets VOC requirements, reduces the chances for film pinholing and solvent entrapment at the substrate-coating interface, often a major cause of coating failure with conventional epoxies and lower solids systems. Amerlock 2 is available in a variety of colors, and therefore does not require a topcoat. For extended weatherability or special uses, a topcoat may be desired. Typical Uses Amerlock 2 is designed for use in a variety of areas, even those where surface preparation is impossible. As a maintenance coating, Amerlock 2 protects steel structures in industrial facilities, bridges, tank exteriors, marine weathering, offshore, oil tanks, piping, roofs, water towers and other exposures. Amerlock 2 has good chemical resistance to splash/spillage, fumes and immersion in neutral, fresh and salt water (see resistance table). Contact your Ameron representative for specific information. Qualifications (Amerlock 2) 1. USDA — Incidental food contact ��� 2. NSF Standard 61- For use in drinking water. See current NSF listing at www.nsf.org for restric- tions and approved colors. 3. FDA 21 CFR 175.300 extraction test for direct food contact Page 1 of 4 Physical Data Finisn Color Components Curing mechanism Volume solids (ASTM D2697 modified) Amerlock 2 Amerlock 2AL Dry film thickness (per coat) Coats Theoreticalcoverage 1mi1(25 microns) Amerlock 2 Amerlock 2AL 5 mils (125 microns) Amerlock 2 Amerlock 2AL VOC Amerlock 2 mixed* mixed/thinned (lf pt/gal)* Amerlock 2AL rriixed** mixed/thinned (lf pt/gal)** * EPA method 24 ** Calculated Temperature resistance, continuous intermittent Flash point (SETA) Amerlock 2/400 resin* Amerlock 2 cure Amerlock 2AL resin Amerlock 2AL cure Amercoat� 8 Amercoat 65 Semigloss Standard, Rapid Response, custom colors and aluminum 2 Solvent release and chemical reaction between components 83%± 3% 85%± 3% 4-8 mils (100-200 microns) 1or2 ftZ/gal mZ/L 1331 32.6 1363 33.1 266 273 lb/gal 1.5 1.8 1.0 2.0 6.5 6.7 g/L 180 216 123 234 wet dry �F �� �F �� 100 38 200 93 100 38 350 177 �F 131 114 110 122 20 78 o� 55 29 43 50 -7 25 Amercoat 12 2 -17 *Arnerlock2 resire andArnerlock 400 resire are idereGical, and are packaged under a cornrnore lahel asArnerlock2/400 resire. Arnerlock2 cure andArnerlock 400 cure are differereG, ared are laheled iredividually. Item # 14 Typical Properties (Amerlock 2) Physical Abrasion resistance (ASTM D4060) 1 kg load/1000 cycles weight loss CS-17 wheel 102 mg Impact resistance (ASTM D2794) Direct 24 in • lb Reverse 6 in • lb Moisture vapor transmission (ASTM F 1249) 4.0 gm/m'-/day Adhesion (ASTM D4541) 1200 psi Performance Salt spray (ASTM B 117) 3500 hours Face corrosion/blistering Humidity (ASTM D2247) 1500 hours Face corrosion/blistering Prohesion (ASTM G85-A5) 3000 hours Face corrosion/blistering Chemical Resistance Guide None None None Splash and Fumes and Environment Immersion Spillage Weather 2 2AL 2 2AL 2 2AL Acidic * * F F G G Alkaline * * E G E E Solvents * * G G E E Salt water E * E E E E Water E * E E E E F-Fair G-Good E-Excellent *Contuct yourAmeron representutive. This table is only a guide to show typical resistances ofAmerlock 2 andAmerlock 2AL. For specific recommendations, contact your Ameron representutive for your purticulur corrosion protection needs. Systems usingAmerlock 2 or Amerlock 2AL 1=t coat 2°d Coat 3i�dcoat Amerlock 2 None None Amerlock 2 Amerlock 2 None Amerlock 2 450H None Amerlock 2 Amershield None Amerlock 2 PSX 1001 None Dimetcote�' 9, 9FT or 9HS Amerlock 2 None Dimetcote 9, 9FT or 9HS Amerlock 2 450H NoGe: For color coreGrasG where Gwo coaGS ofArnerlock2Alumireum are used, Arnerlock 2Alurnireum Red can he zused as Ghe fcrsG coaG. Surface Preparation Coating performance is, in general, proportional to the degree of surface preparation. Abrasive blasting is usually the most effective and economical method. When this is impossible or impractical, Amerlock 2 can be applied over mechanically cleaned surfaces. All surfaces must be clean, dry and free of all contaminants, including salt deposits. Amerlock 2 may be used over most types of properly prepared and tightly adhering coatings. A test patch is recommended for use over e�sting coatings. Steel – Remove all loose rust, dirt, moisture, grease or other contami- nants from surface. Power-tool clean SSPGSP3 or hand-tool clean SSPGSP2. For more severe environments, dry abrasive blast SSPC- SP7. Water jetting is also acceptable. For immersion service – dry abrasive blast SSPGSPIO. Aluminum – Remove oil, grease or soap film with neutral detergent or emulsion cleaner, treat with Alodine� 1200, Alumiprep� or equivalent or blast lightly with fine abrasive. Galvanizing – Remove oil or soap film with detergent or emulsion cleaner, then use zinc treatment such as Galvaprep� or equivalent or blast lightly with fine abrasive. Concrete –Acid etching (ASTM D4260) or abrasive blast (ASTM D4259) new concrete cured a minimum of 14 days. Application Data Applied over Surface preparation Steel Concrete Aluminum Galvanizing Method Mixing ratio (by volume) Environmental conditions Attachment number 4 Page 543 of 646 Steel, concrete, aluminum, galvanizing SSPGSP2, 3, 6, 7, 10 or 11 ASTM D4259 or 4260 Alodine°, Alumiprep° or light abrasive blast Galvaprep� or light abrasive blast Airless or conventional spray. Brush or roller may require additional coats. 1 part resin to 1 part cure Air and surface temperature 20° to 120°F (-6° to 49°C) Surface temperatures must be at least 5°F (3°C) above dew point to prevent condensation. At freezing temperatures, surface must be free of ice. Dryingtime (ASTM D1640) (hours) touch °F/°C 120/49 90/32 70/21 50/10 32/0 20/-6 Amerlock 2 0.5 1 2 8 24 48 Amerlock 2AL 0.5 2 3.5 11 30 — through Amerlock 2 1 2 4.5 13 38 96 Amerlock 2AL 1.5 3.5 7 17 48 — Amerlock 2 (cure to immersion* (days) 1 2 3 7 21 — *non-potable water Thinner Amercoat 8 or 65 Equipment cleaner RecoatlI'opcoat time minimum (hours) Thinner or Amercoat 12 °F/°C 90/32 70/21 50/10 1 3 6 Recoat/Topcoat time @ 70°F (21°C) System Maximum time Amerlock 2/Amerlock 2 1 month Amerlock 2/Amershield or 450H 1 week Amerlock 2/Amercoat 5405 1 day Amerlock 2AL/Amerlock 2AL 2 weeks Note: Ifmaximum time is exceeded, roughen surface. For topcoats (J'inish coats) not listed, see ProductData sheet for specific topcoat time limitations. Pot life (hours) Amerlock 2 unthinned �z pint thinner Amerlock 2AL unthinned �z pint thinner °F/°C 90/32 70/21 50/10 32/0 0.75 1 2 4 1 1.5 2.5 5 0.5 0.75 1.5 1 1.25 2 Pot life is the period of time afler mixing that a five-gallon unit of material is sprayable when thinned as recommended. Mixture may appear fluid beyond this time, but spraying and film build characteristics may be impaired. 2 PDS/AI Page 2 of 4 Item # 14 Application Equipment The following is a guide; suitable equipment from other manufacturers may be used. Changes in pressure, hose and tip size may be needed for proper spray characteristics. Airless spray - Standard equipment having a 45:1 or higher pump ratio, with a 0.017- to 0.021-inch fluid tip. Conventional spray - Industrial equipment, such as DeVilbiss MBC or JGA or Binks 18 or 62 spray gun. A moisture and oil trap in the main air supply line, a pressure material pot with mechanical agitator and separate regulators of air and fluid pressure are recommended. Power mixer - Jiffy Mixer powered by an air or explosion- proof electric motor. Brush or roller - Additional coats may be required to attain proper thickness. Application Procedure 1. Flush all equipment with thinner or Amercoat� 12 before use. 2. Stir resin and cure using an explosion-proof power rriixer to disperse pigments. 3. Add cure to resin. Mix thoroughly until uniformly blended to a workable consistency. 4. Do not mix more material than can be used within the expected pot life. 5. For optimum application, material should be from 50° to 90°F (10° to 32°C). Above 122°F (50°C), sagging may occur. 6. Use only Ameron recormnended thinners. Above 70°F (29°C) use Amercoat 8, at lower temperatures use Amercoat 65. A small amount of thinner greatly reduces viscosity; excessive thinning will cause running or sagging. Thin cautiously as follows: Amerlock 2 Amerlock 2AL Airless - up to lf pt/gal 1 pt/gal Conventional-upto lf pt/gal 1pt/gal Below 50°F additional thinning may be needed and multiple coats required to achieve specified thickness. 7. To minimize orange peel appearance, adjust conventional spray equipment to obtain adequate atomization at lowest air pressure. 8. Apply a wet coat in even, parallel passes with 50 percent overlap to avoid holidays, bare areas and pinholes. If required, cross spray at right angles. 9. When applying Amerlock 2 directly over inorganic zincs or zinc rich primers, a mist coat/full coat technique may be required to minimize bubbling. This will depend on the age of the Dimetcote�, surface roughness and conditions during curing. 10.Ventilate confined areas with clean air during application and while curing the final coat. Prevent moisture conden- sation on the surface between coats. 11.Repair damaged areas by brush or spray. 12.Clean equipment with thinner or Amercoat 12 immediately after use. Note: Do not apply Amerlock 2AL on water-damp surfaces. Shipping Data Packaging unit cure resin Shipping weight (approx) 2-gal unit Amerlock 2 cure Amerlock 2/400 resin Amerlock 2AL resin Amerlock 2AL cure 5-gal unit Amerlock 2 cure Amerlock 2/400 resin Amerlock 2AL resin Amerlock 2AL cure Attachment number 4 Page 544 of 646 2 gal 5 gal 1-gal can 2.5-gal can 1-gal can 2.5-gal can lbs kg 12.8 5.8 13.7 6.2 11.0 5.0 13.3 15.9 33.0 35.0 28.3 34.5 15.0 15.9 12.8 15.6 Shelf life when stored indoors at 40° to 100°F (4° to 38°C) resin and cure 1 year from shipment date. �umerical values are subject to normal manufacturing tolerances, color and testing variances. Allow for application Iosses and surface irregularities. This mixed product is photochemically reactive as deiined by the South CoastAir Quality Management District's Ru1e 102 or equivalent regulations. Item # 14 Page 3 of 4 2 PDS/AI Safety Precautions Read each component's material safety data sheet before use. Mixed material has hazards of each component. Safety precautions must be strictly followed during storage, handling and use. CAUTION — Improper use and handling of this product can be hazardous to health and cause fire or explosion. Do not use this product without first taking all appropriate safety measures to prevent property damage and injuries. These measures may include, without limitation: implemen- tation of proper ventilation, use of proper lamps, wearing of proper protective clothing and masks, tenting and proper separation of application areas. Consult your supervisor. Proper ventilation and protective measures must be pro- vided during application and drying to keep solvent vapor concentrations within safe limits and to protect against to�c hazards. Necessary safety equipment must be used and ventilation requirements carefully observed, especially in conf'med or enclosed spaces, such as tank interiors and buildings. This product is to be used by those knowledgeable about proper application methods. Ameron makes no recommen- dation about the types of safety measures that may need to be adopted because these depend on application and space, of which Ameron is unaware and over which it has no control. If you do not fully understand the warnings and instructions or if you cannot strictly comply with them, do not use the product. Note: Consult Code of Federal Regulations Title 29, Labor, parts 1910 and1915 concerning occupational safety and health standards and regulations, as well as any other applicable federal, state and local regulations on safe practices in coating operations. This product is for industrial use only. Notfor residential use. Limitation of Liability Ameron's liability on any claim of any kind, includin aclaims based upon Ameron's negligence or strict liability, for any loss or damage arising out of, connected with, or resulting from the use of the products, shall in no case exceed the purchase price allocable to the products or part thereof which give rise to the claim. In no event shall Ameron be liable for consequential or incidental damages. �1AMERON Attachment number 4 Page 545 of 646 Warranty Ameron warrants its products to be free from defects in material and workmanship. Ameron's sole obligation and Buyer's exclusive remedy in connection with the products shall be limited, at Ameron's option, to either replacement of products not conforming to this Warranty or credit to Buyer's account in the invoiced amount of the nonconforming products. Any claim under this Warranty must be made by Buyer to Ameron in writing within five (5) days of Buyer's discovery of the claimed defect, but in no event later than the expiration of the applicable shelf life, or one year from the delivery date, whichever is earlier. Buyer's failure to notify Ameron of such nonconformance as required herein shall bar Buyer from recovery under this Warranty. Ameron makes no other warranties concerning the product. No other warranties, whether expressed, implied, or statutory, such as warranties of inerchantability or fitness for a particular purpose, shall apply. In no event shall Ameron be liable for consequential or incidental damages. Any recommendation or suggestion relating to use of the products made by Ameron, whether in its technical literature, or in response to specific inquiry, or otherwise, is based on data believed to be reliable; however, the products and information are intended for use by Buyers having requisite skill and know- how in the industry, and therefore it is for Buyer to satisfy itself of the suitability of the products for its own particular use and it shall be deemed that Buyer has done so, at its sole discretion and risk. Variation in environment, changes in procedures of use, or extrapolation of data may cause unsatisfactory results. Ameron U.S.A. • 13010 Morris Rd, Suite 40Q Alpharetta, GA 30004 •(678) 393-0653 Ameron B.V. • J. F. Kennedylaan 7, 4191 MZ Geldermalsen, The Netherlands •(31) 345-587-587 Item # 14 2 PDS/AI Page 4 of 4 OO 1999 Ameron • Printed In U.S.A. • R5/04 supersedes R4/03 � AMERON M, s. o. s. Coatings Material Safety Data Sheet :���.: SECTION 1- CHEMICAL PRODUCT AND COMPANY IDENTIFICATION PRODUCT NAME : AMERLOCK 2/400 RT-1805 BLUE RESIN IDENTIFICATION NUMBER: 2B40068 PRODUCT CLASS : HIGH SOLIDS EPDXY (FAST DRY) HEALTH : WARNING HMIS/NFPA : H2F2R0 Ameron International Protective Coatings Group 201 North Berry St. Brea, CA 92821 EMERGENCY:800-424-9300 (ChemTrec) 24 Hours Emergency Hotline INFORMATION: William B. Dances, PHONE: 714-529-1951 PREPARE DATE: 09/24/02 PREVIOUS REVISION DATE: New Form SECTION 2- COMPOSITION/INFORMATION ON INGREDIENTS WT/WT o ITEM -------------- CHEMICAL NAME --------------- CAS NUMBER LESS THAN Ol EPDXY RESIN 25068-38-6 55.0 0 (Also CAS# 25085-99-8. Diglycidyl ether<2ppm, phenyl glycidyl ether**<6ppm) 02 + TITANIUM DIOXIDE 13463-67-7 30.0 0 (As Ti02 trace contaminants 2.5o aluminum hydroxide 3o amorphous silica) 03 MAGNESIUM SILICATE 14807-96-6 15.0 0 (Respirable quartz** <O.lo) 04 DIISODECYL PHTHALATE 68515-49-1 (Also CAS# 26761-40-0. Manufacturer's exposure limit 5mg/m3) 05 HIGH FLASH NAPHTHA 64742-95-6 (Mfg TLV 50ppm; trace contaminant benzene**#<lppm SARA, toluene#<O.loSARA) 06 1,2,4-Trimethyl benzene SECTION 2- COMPOSITION/INFORMATION ON INGREDIENTS 95-63-6 5.0 0 2.40 0 1.80 0 Attachment number 4 Page 546 of 646 wz/wz o Item # 14 ITEM -------------- CHEMICAL NAME --------------- CAS NUMBER LESS THAN Attachment number 4 Page 547 of 646 (SARA) EXPOSURE LIMITS ----- ACGIH ---- ----- OSHA ----- VP TOXICITY TLV-TWA TLV-TWA PEL-TWA PEL-TWA mmHg LD50 LC50 ITEM ppm Mg/M3 ppm Mg/M3 @68F g/kg ppm Ol dna dna dna dna N.A. 20.000 dna 02 dna 5.0 dna 5.0 N.A. 10.000 6820.000 03 dna 2.0 dna 2.0 N.A. dna dna 04 dna dna dna dna N.A. dna dna 05 dna dna 100 dna 2.7 3.100 3670.000 06 25.0000 125.00 25.000 125.000 1.0 dna dna REGULATORY: + Pigment content is dependent on color. **CALIF.TITLE 26:22-12000 (PROP 65). WARNING: This product contains a chemical known to the State of California to cause cancer. #CALIF.TITLE 26:22-12000 (PROP 65). WARNING: This product contains a chemical known to the State of California to cause birth defects or other reproductive harm. All ingredients are on TSCA inventory or are exempt. Toxic chemicals marked (SARA, CERCLA, HAPs) are subject to reporting requirements of SARA (40CFR 355 and 372), CERCLA (40CFR 302), or HAPs (40CFR 63) . (S)=Skin; LD50=Dermal.rabbit; LC50=Inhalation,rat; dna=data not available; na=not applicable SECTION 3 - HAZARDS IDENTIFICATION EXPOSURE EFFECTS: Vapor or spray mist or spattered material can be harmful. Irritating to eyes, skin, and if inhaled; to nose and throat. Excessive or prolonged inhalation can cause headache, nausea or dizziness. Repeated and prolonged occupational overexposure to solvents is associated with permanent brain and nervous system damage. Intentional abuse, misuse or other massive exposure to solvents may cause multiple organ damage and/or death. OVER-EXPOSURE (prolonged or repeated use): CAN AGGRAVATE OR ACCENTUATE ANY OF THESE EFFECTS. SKIN: Irritant. Sensitization or allergic reaction, such as rash or hives. Can be absorbed through skin. INHALATION: Irritant. Lung injury. Central nervous system damage. SECTION 3 - HAZARDS IDENTIFICATION EYES: Irritant. INGESTION: Harmful if swallowed. Aspiration into lungs can damage lungs and cause chemical pneumonia. TARGET ORGANS: Lungs. Skin. Eyes. Stomach. Central nervous system. MEDICAL CONDITIONS AGGRAVATED: Skin. Eyes. Respiratory. Allergies. Lungs. PRIMARY ROUTE(S) OF ENTRY: SKIN CONTACT INHALATION INGESTION EYE CONTACT SECTION 4- FIRST AID MEASURES Item # 14 FIRST AID PROCEDURES: INHALATION: Remove to fresh air. Restore normal breathin Treat s m tomaticall See h sician. SKIN: Wash thorou hl with Attachmentnumber4 g• Y P Y• P Y g Y Page 548 of 646 soap and water. Remove contaminated clothing.Consult physician if irritation persists. EYES: Flush immediately with plenty of water for at least 15 minutes and get medical attention. INGESTION: Drink 1 or 2 glasses of water to dilute. Never give anything by mouth to an unconscious person. Do not induce vomiting. Consult physician or poison control center IMMEDIATELY. Treat symptomatically. SECTION 5- FIRE FIGHTING MEASURES FLASH POINT: 131 F(SETA) LOWER EXPLOSIVE LIMIT: 1.0 0 UPPER EXPLOSIVE LIMIT: 7.0 0 FLAMMABILITY - OSHA: COMBUSTIBLE - CLASS II DOT: FLAMMABLE EXTINGUISHING MEDIA: FOAM CO2 DRY CHEMICAL LOWEST FLASHING SOLVENT: 64742-95-6 UNUSUAL FIRE AND EXPLOSION HAZARDS: Closed containers may explode when exposed to extreme heat and pressure buildup. May produce a floating fire hazard. Isolate from electrical equipment, sparks, heat and open flame. Vapors may spread long distances, cause flash fire or ignite explosively. FIREFIGHTING PROCEDURES: Wear full protective equipment, self-contained breathing apparatus. Water may be used to cool closed containers to prevent pressure build-up or explosion when exposed to extreme heat. SECTION 6- ACCIDENTAL RELEASE MEASURES SPILL, LEAKS: Remove all sources of ignition. Avoid breathing vapors. Ventilate area. Use absorbent, inert cleanup materials. (DO NOT use sawdust.) Remove absorbent material with non-sparking tools. Place in separate container. Keep out of sewers and waterways. If entry is threatened or occurs, notify local authorities. SECTION 7- HANDLING AND STORAGE HANDLING AND STORAGE: Keep container closed, upright when not in use. Store in cool, dry, well-ventilated area. Avoid prolonged storage temperatures above 100F. Use caution when pouring. Avoid breathing sanding dust. Do not weld or flame cut on empty container. SECTION 8- EXPOSURE CONTROLS/PERSONAL PROTECTION VENTILATION: Implement administrative and engineering controls to reduce exposure. Provide sufficient ventilation in volume and pattern to keep air contaminant concentrations below the TLV limits. Remove welding or flame cutting decomposition products; follow current,ANSI Z49.1,"Safety in Welding and Cutting". Refer to 29 CFR parts 1910 and 1915, for coating operations; part 1910.146, Confined Spaces. RESPIRATORY PROTECTION: Wear NIOSH/MSHA certified respirator designed to remove a combination of particulates (dust or spray mist) and vapor. When brushing, rolling or spreading; select the appropriate respiratory protection for the conditions. For specific conditions, refer to current "NIOSH Pocket Guide to Chemical Hazards". In confined or restricted ventilation areas use air-line respirators or hoods. Refer to 29 CFR, OSHA parts 1910.134 and 1915 for coating operations;part 1910.146 Confined Spaces;ANSI Z88.2,Practices for Respiratory Protection; 42 CFR, part 84 Particulate Respirators. Iterp # �4 PROTECTIVE CLOTHING AND EQUIPMENT: De endent u on a lication method wear Attachmentnumber4 P P PP � Page 549 of 646 resistant coveralls, gloves and shoe coverings to prevent skin contact. Wear solvent resistant glasses with splash guards or face shield to protect eyes from splash, spatter and/or spray mist.Consult 29 CFR 1910.132, 133, 136, 138; ANSI Z87.1, Z41. Use explosion and spark-proof equipment. HYGIENIC PRACTICES: Wash thoroughly after handling and before eating, smoking or using toilet. Launder contaminated clothing before use. Destroy contaminated leather and absorbent shoes, which cannot be decontaminated, to prevent reuse. SECTION 9- PHYSICAL AND CHEMICAL PROPERTIES BOILING RANGE : 300 - 336 F ODOR : SOLVENT APPEARANCE : LIQUID SOLUBILITY IN H20 : NO EPA MIXED VOC, G/L: 180 THINNER : 65 @ 0.5 pints VOLATILE VOLUME o : 9.12 SECTION 10 - STABILITY AND REACTIVITY VAPOR DENSITY : Is heavier than air WEIGHT PER GAL : 12.7967 EVAPORATION RATE: Is slower than Butyl Acetate EPA MIXED THIN VOC, G/L : 216 PHOTOCHEMICALLY REACTIVE: Yes CONDITIONS TO AVOID: Heat, open flame, arc or sparks. INCOMPATIBILITY: Strong oxidizers, acids and alkalies. HAZARDOUS DECOMPOSITION PRODUCTS: (BY FIRE, BURNING OR WELDING); CO3 CO2. Aldehydes. Phenols. Toxic gases or fumes. HAZARDOUS POLYMERIZATION: Will not occur under normal conditions. STABILITY: This product is stable under normal storage conditions. SECTION 11 - TOXICOLOGICAL PROPERTIES TOXICOLOGICAL PROPERTIES: See Section 2. SECTION 12 - ECOLOGICAL INFORMATION ECOLOGICAL INFORMATION: No Information. SECTION 13 - DISPOSAL CONSIDERATIONS EPA Waste No.: D001 DISPOSAL METHOD: Place in separate, appropriate, closed container in accordance with all applicable local, State, and Federal regulations. This material has NOT been tested by Toxicity Characteristic Leaching Procedure (TCLP) . SECTION 14 - TRANSPORTATION INFORMATION DOT PROPER SHIPPING NAME: Paint Item # 14 DOT HAZARD CLASS: 3 DOT UN/NA NUMBER: 1263 SECTION 15 - REGULATORY INFORMATION IMO: NA U.S. FEDERAL REGULATIONS: AS FOLLOWS - HAZARD SUBCLASS: NA PACKING GROUP : III OSHA: Hazardous by definition of Hazard Communication Standard (29 CFR 1910.1200) NEW JERSEY RIGHT-TO-KNOW: The following materials are non-hazardous, but are among the top five components in this product: ----------- CHEMICAL NAME ----------- CAS NUMBER No non-hazardous materials are among the top five ingredients. PENNSYLVANIA RIGHT-TO-KNOW: The following non-hazardous ingredients are present in the product at greater than 30: ----------- CHEMICAL NAME ----------- CAS NUMBER No non-hazardous ingredients are present at greater than 30. INTERNATIONAL REGULATIONS: AS FOLLOWS - CANADIAN WHMIS: This MSDS has been prepared in compliance with Controlled Product Regulations except for use of the 16 headings. CANADIAN WHMIS CLASS: No information available. SECTION 16 - OTHER INFORMATION NOTICE: Removal of old lead paint by sanding, scraping or other means may generate dust or fumes that contain lead. Exposure to lead dust or fumes may cause adverse health effects, especially in children or pregnant women. Controlling exposure to lead or other hazardous substances requires the use of proper protective equipment, such as a properly fitted respirator (NIOSH approved) and proper containment and cleanup. For additional information, contact the USEPA/Lead Information Hotline at 1-800-424-LEAD. Attachment number 4 Page 550 of 646 Item # 14 s;,��i�kr��s - �s Si� i sti ,� b t 3, t't; �� i � � t V1r(tti � �U�i 1' t \�ib�� )� 1� rs't�}� �� ii � I)} 1� �t�lf� � i � 4 i } t l� � � ) � � � } �{� t � 11{�=' ¢, + t� 4�it ���s 1 ��. i n � t ��i i l, �,'� ri�,�< ' �it � �{� t� '�{ } tis ) � �i � ( i��l f, i �a � � � � r l � I � � Flexible Coupling Attachment number 4 Page 551 of 646 Item # 14 n � O � � x, � a � � � Attachment number 4 Page 552 of 646 APPENDIX — Couplings Motor Coupling 1. Avoid sudden shock loads during start up and operation. 2. Coupling assembly should operate quietly and smoothly. If coupling assembly vibrates or makes bearing sound, shut down immediately and recheck alignment. 3. Shortly after initial operation and periodically thereafter, inspect coupling assembly for alignment, wear of elastomeric element, bolt torques, and flexing elements for signs of fatigue. 4. Do not operate assembly if alignment is improper or, where applicable, if elastomeric element is damaged or worn beyond 25% of its original thickness. Coupling Mounting 1. Mount both coupling halves, including keys if any, on their respective shafts. 2. Insert the flexible spider and bring coupling halves together, leaving approximately 1/16" space between the ends of the jaws. Spacer dots molded onto spiders provide a guide for correct spacing. 3. Check alignment (see table below) between the two halves using a steel straight edge across the top of both coupling halves. Item # 14 Philadelphia Mixing Solutions Attachment number 4 Page 553 of 646 APPENDIX — Flexible Coupling Installation A flexible coupling is utilized to connect the motor shaft to the drive input shaft. Normally, the motor is mounted at the factory. When the motor is mounted at the site, follow the instructions below. 1. Clean the mixer drive and motor shafts. Check for burrs. 2. Place key in the coupling keyways to check for proper fit. 3. Place keys into shaft keyways. 4. Place coupling housings on shafts. 5. Mount coupling hubs on proper shaft extensions. Check for snug fit. 6. Move motor into position with correct gap between coupling hubs, as shown on outline installation drawing. 7. Check coupling proof diameter for run-out of the drive input shaft hub. 8. Use a thickness gauge to make a preliminary rough alignment. Shim under motor as needed. Secure all mounting bolts around the base of motor. 9. Check angular alignment by mounting dial indicator on the motor shaft coupling hub, with the indicator pin on the drive shaft coupling hub face. Rotate the motor shaft and record readings at 90° intervals. Shim under motor feet as necessary, until reading is maximum of 0.003 inch Total Indicated Run-out. 10. Check parallel alignment by relocating the dial indicator pin on the OD of the drive shaft coupling hub. Rotate the motor shaft and record dial indicator readings at 90° intervals. Shim under motor feet as necessary, until reading is maximum of 0.003 inch Total Indicated Run- out. 11. Repeat steps 9 and 10 until both angular and parallel misalignment tolerances are satisfied. Then bolt motor securely. 12. Lubricate coupling in accordance with instructions in Lubrication section. 13. Recheck coupling alignment after 100 hours of mixer operation (steps 9 and 10). DIAL INDICATOR HOU: Hll �____.� � I`�p� ___� �: :�� I \ + ANGULAR ALIGNMENT ROUGH ALIGNMENT Philadelphia Mixing Solutions � 'HICKNESS p�p� iAUGE INDICATOR _____. \�p� ---�i I� � -. .- � �% �� PARALLEL ALIGNMENT Item # 14 � Lovejoy elastomeric jaw �` �r'�" � type flexible cauplings do not require lubrication and are the accepted industry standard. They offer ease of assembly or disassembly, permit visual inspection of the flexible element (wear members) and allows for their removal without tlisturbing the motor or pump alignment in most applications. Lovejoy spider type, individual load cushions, and snap wrap spiders satisfy all standard application requirements as well as I � C � ����� i �� ��� l���l� _-, A --- � I I�- e DIMENSIONAL DATA TYPE l FLEXIBLE CQUPLIN6S PERFORMANCE oaTa r- - E � ` _ _��t�f � ���II � ul�� ( � I-� D �I ������� combinations of low speed/high torque, low speed/high temperature, high torque and other special conditions. Lovejoy's one piece spider construction also includes raised spacer dots on each side of the cushion to give pre-measured separation between the jaws of � each coupling half. DIMENSION IN INCHES Momenf � ���� Distance Length Appron Wt4ght WR° 9ore Outslde Overall Between Thru Hub Pounda LB-�N= CoupRng $tyle Diameter Lenglh FWngea Bore Diameter ����tl) Number No. Min. Ma�c. A B C D E Solid Max. Bae 1.-035 1 1/8 3/8 5/8 13/16 9/32 17/64 5/8 .�S .06 .003 L-O50 7 1/4 5/8 1-5/64 1-23/32 15J32 5/8 1-S/6A .31 .22 .054 L-070 1 1/4 3/4 1-23/64 2 1/2 3/4 1-23/64 .& .4 .715 L-075 1 1/4 7!8 1-3/4 2-1/8 1/2 13/16 1-3/4 1.0 .8 .388 L-090 1 1/4 7/8 2-7/64 2-1/S 1/2 13/16 2-7/64 1.5 12 .772 L-095 1 7/i6 1-1/8 2-7/64 2-1/2 1/2 1 2-7/64 1.8 1.3 .890 L�099 1 1/2 1-3/16 2-17/32 2-7/S 3/4 1-1/i6 2-17/32 2.5 2.0 2.048 L-10� 1 1/2 1-3/8 2-17/32 3-1/2 3/4 1-3/8 2-17/32 3.5 2.5 2.783 1-110 1 5/8 1-5/8 3-5/76 4-1/4 7/8 1-11/16 3-5/16 6.6 5.0 8.993 L-150 1 5i8 y-7ie 3-3ia a-1�2 1 1-3/4 3-3ia s.i 7.0 71.477 L-190 2 3/4 2-1 /8 4-1 /2 5-114 1 2�1 /8 4 17 13 39256 L-225 2 3/4 2-3/8 5 6 1 2-1/2 4-1/4 23 18 65.003 L-276 2 7/S 2-�/8 fi-3/16 7-7/8 7-5/8 3-1/8 5 47 36 188 Rated Torque Horaepower Capaelly at Varying Spead (RPM) In: Lbs. HP/100 RPM NBR Ruhber Coupling Ma�c. Coupling Number NBR Rubbsr Hytrel N8R Rubber Nytrel 30D 1200 1800 3600 8ore Number L-035 3.5 .0056 .017 .067 .1 .2 3/8 L-035 L-050 25.2 .04 .12 .48 .72 1.44 5/8 L-O50 L-070 37.8 .06 .18 .72 1.08 2.16 3/4 L-070 L-075 75.6 .12 .36 7.44 2.16 4.32 7/8 L-075 L-090 126.00 .20 .60 2.4 3.6 7.2 1 L-090 L-095 176.00 .28 .84 3.36 5.04 10.08 1-1/8 L-095 L-099 265.0 795 .42 1.3 126 5.04 7.5fi 15.1 1-3/ 16 L-099 L-100 378.0 113Q .60 1.8 1.8 72 10.8 21.6 1-318 L-10U L-110 693.0 2079 1.1 3.3 3.3 132 19.8 39.6 1-5/8 L-110 L-150 1071.0 3213 1.7 5.i $.7 20.4 30.6 61.2 1-7/8 L-150 L-190 1386.0 4158 2.2 6.6 6.6 26.4 39.6 792 2-1 /8 L-190 L-225 2080.0 6240 3.3 9.9 9.9 39.6 59.4 118.8 2-3/8 L-225 L-276 4600 7.3 21.9 87.6 131.4 262.8 2-7/8 L-276 ��'�Z�p ihis installation and specificatian guide was prepared tor use by Aurora Pump Item # 14 s;,��i�kr��s - �s Si� i sti � 4 b t 3, t't; �� � , t V1r(tti � �U�i 1' �t ��i��� )� +� rt i t�} � �� ii � I)} 1� �t�lf�fi � i t� l� � � ) � � � } �{� �� (t,% � !' t t� ��it St�s� 1 ��<<,, {� �nU � t � s �t< <� rt . . ���i � �i�� 1,,,, lr';7� �1��... � �yt � �{� t� '�{ } tis ) � �i � ( i��l f, i �a i � �� d� � :�; � �� � l .�� � .. I � � Drawing(s) Attachment number 4 Page 555 of 646 Item # 14 v � � 5' c� .-. N ... �� _ � �z 0 � _ c m \� Q � � £ � `' £ W - - M LL _ � _ � � \ d . cn � c � � � w C� i � a �d \ £ � c \o � ~ C~ ' £ _s S \ C C � - � � - - _ � Q � _ Q � 4 ~ �X O w ti � _ � � �r C> � C£ CJ �' � d� .� z .z a : w � N ir. � C E C� -£ � � � N z - � � �^. N Q � u ¢ J ^. � � C(1 _ � J � 6 � �yJ - J V � - � � � K Q \ . � ¢ N - C � . l� � � r: �Q �w � w C _ } N � '- ' � - � X CQ z ma N w v N s L(? � C o � � x � o � o N s �-'' s �s � s M i a ' � C Z o C - C � c� � - m N � � _ s N ^ � ° \ N W �] � U ¢ ¢ ~ Z = W � C a � E i - - C i z � � C cn \ N - 3 M = N u - � M � \ 3 (� t; - o - (.(t � � N C o m N J w �; N N � C - o w £ ¢ \ • - - �; u - in v ' £ � CJ L�l [ �����dWI � g GI'8 ZI' �es�Q es�� � Q � H � � � U1 � � � � � M � � � � O N � ¢ m N 3 � w Qa M E Za z wm o J o w p � J � � N a V N _ _ Q � - w u u+ w _ - _ l!) � Xz aw> C O - L°,, - �° `^m° _ � _ � _ _ Z ¢ C ` _ - _ � - . - - a�n� z - - �-vo ij - £ � o Z � a w �a°W v, a K � 3 Q] £ � V _ Q` � 0� ° - C� Q` LL x w w � Q] � 0� £ Q] ¢ � � ^ ¢ F w w Z � ¢ _ z � z �� �L' in o o a - in N o- o - � � _ - ¢ � � _ � i" � � H J - `�.� _ C � � � z m - p � w � C 3 Z m � � � � \ w � Q W Q C \ J � m Q� I` L \ 2 Z� � lR � Qo � � ^ � � � z • � � _ N Q v� C m Q a w N � Q _ � � Y J Z - a U J N Q - - H J E l��ll w - z � � - E W � N � Q a � C E � C e _ � � o � - � N m x � �`^• - � c� z � _ Q � w c C � C � Q C J i': � � c� N W M w C LL � M� � z N o C m ¢ o a � s N- � 3 N - t7 � w � � Q 2 2 � J � Q Q � ¢ �] ` ¢ Q Z x N ¢ £ Z o= w ¢ E¢tr! 2 -NMV I "' � N 3 C w � > p O a O �,. mI � C � Q / (� Q O j �� � � N Q \ I� p • m � � � m M �,�'' _ � '- J � I �� �, � �.� w Z � l(1 � w i � W Z a 2 (1'! � I2 Z � � � K � 2 O K l] � v1 v1 W Q U VI VI t F- VI �W W � W K > W K > 1� � � Z O � Z 0� vl � G o O Q O � W U ¢ U Z ¢ U U '-. K � N � _ a J m c � � °w � Vl o _ Z�}Q J _ O �n N z . - o'�-�s 2 o inw ~ - ' O � ti W �" �" J� G, � � a � lf1 ¢ � �I � Vi � 3 } Q W NQ ti z W � �- �Q Q W N ¢ �"�J��U ~Z�L:6 x� ¢ V1 Q L. � = 2 � L� �°zz � � ��o¢ __ 3 L� � O K Q d' � W £ Z ¢ � � � � � � � _ U � Ut � Z = � o N J � ¢ a z � F _ W ir�¢zaa �Jw O � Z£ N¢ W m � J Z ��- � O �o N � �r � o�n w in Q i 2 - � x- J �nLL� a w ¢s� '� - � a V3 . . 2 °JZ� ¢ l3 - N M V � 6 C¢- Z _ Q a u°t ¢ C - L� C Z - � � ¢ z in � p 0 H w w 0 J 0 W Q 0 N - �� Attachment number 4 Page 557 of 646 SECTION 11260 TEMPORARY CHEMICAL FEED SYSTEM PART1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment, loading, unloading, delivery, and documentation for the installation of a temporary chemical feed system to feed chemical (Micro-CG) in the anoxic tanks as shown in the Drawings and specified in this Section. B. The temporary chemical fee system shall be capable of providing adequate carbon source for maintaining the performance of the biological nutrient removal process to meet effluent permit requirements during construction activities. C. The chemical feed system shall be capable of inetering chemical under the design and flow condition specified in this Section. D. The Contractor shall be responsible for the maintenance of the temporary chemical feed system and to keep the system in operation at all time during construction. The City is responsible for the operation of the temporary chemical system and providing the chemical Micro-CG. 1.02 RELATED WORK A. Section 01100, Summary of Work B. Section 11228, Mixer 1.03 SUBMITTALS A. The Contractor shall submit shop drawings and calibration curves in accordance with Section 01330, Submittals and Acceptance. B. The Contractor shall submit design calculation of the temporary chemical feed system to the Engineer for review. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS (NOT USED) 1.06 QUALITY ASSURANCE BID DOCUMENTS 03720-035-01 11260-1 TEMPORARY CHEMICAL FEED SYSTEM Item # 14 1.07 1: Attachment number 4 Page 558 of 646 A. The Contractor shall provide quality assurance measures for items specified in this Section in accordance with Section 11000, General Equipment Requirements. The temporary chemical feed system shall be capable of handling Micro-CG. WARRANTIES (NOT USED) DELIVERY, STORAGE, AND HANDLING The Contractor shall deliver the temporary chemical feed system onsite and adhere to the requirements specified in Section 01650. 1.09 QUALIFICATIONS The manufacturer of the temporary chemical feed system shall have a minimum of 5 years of experience with a successful record of manufacturing and servicing such system as specified in this Section. 1.10 TESTING REQUIREMENTS (NOT USED) 1.11 MAINTENANCE A. The Contractor shall stock sufficient spare parts for the temporary chemical feed system to facilitate repair and minimize downtime of the temporary chemical feed system. B. The Contractor shall be responsible for the maintenance of the temporary chemical feed system during the construction to ensure the system can supply sufficient Micro-GC to anoxic tanks to maintain the biological nutrient removal process and meet effluent permit requirements. 1.12 1.13 1.14 SYSTEM DESCRIPTION (NOT USED) OPERATION AND MAINTENANCE (O&M) MANUALS (NOT USED) PATENTS AND LICENSES (NOT USED) PART 2 PRODUCTS 2.01 GENERAL A. The temporary chemical feed system shall be self-contained, suitable for outdoor installation, designed to safely feed metered amounts of Micro-CG. The system shall include chemical metering pumps, chemical storage tank, accessories, and controls as required to flow pace the chemical. BID DOCUMENTS 03720-035-01 11260-2 TEMPORARY CHEMICAL FEED SYSTEM Item # 14 I: C � Attachment number 4 Page 559 of 646 The system shall be completely assembly and tested before delivery to the job site. The material of the system components shall be selected specifically for use with Micro-CG. The chemical storage tank shall be suitable for outdoor installation and comparable for the chemical to be stored. 2.02 PERFORMANCE AND DESIGN REQUIREMENTS A. Chemical: Micro-CG 1. Density: 2. Specific Gravity: 3. Minimum Temperature: 4. Maximum Temperature: 5. Viscosity: B. Design Summary 1. 2. 3. 4. 5. 6. 7. 8. 9. Number of pump Type of pump: Controller: Stroke length: Stroke Rate: Pump capacity: Pump pressure: Pipe materiaL• Accessories: 10 lbs/gal 1.2 18°F 100°F 20 centipoises Two (one duty, one standby) Electronic metering Built-in to pump Manual Automatic 54 gpd each 30 psi Schedule 80 PVC Calibration column, strainers, pressure relief valves, pressure gauge, pulsation dampeners, surge protection, analog control C. The system controller shall be operated in manual mode through the operator keypad. The operator shall set the desired chemical dose and adjust it accordingly to achieve the desired treatment output. 2.03 EQUIPMENT The temporary chemical feed system shall consist of a skid mounted unit with pumps, control panel, and all accessories necessary for the operation of the system, and chemical storage tank. PART 3 EXECUTION 3.01 INSTALLATION BID DOCUMENTS 03720-035-01 11260-3 TEMPORARY CHEMICAL FEED SYSTEM Item # 14 Attachment number 4 Page 560 of 646 A. The Contractor shall install the equipment on-site near the anoxic tanks. The location shall be approved by the Owner. B. The Contractor shall calibrate the metering pump and provide the Owner with the calibration curves. C. The Contractor shall coordinate and supply temporary power for the temporary chemical feed system. D. At the completion of the work, the Contractor shall remove the temporary system from site. 3.02 INSPECTION AND TESTING When installation is complete, a full operation test shall be performed in the presence of the Owner and Engineer. The Contract shall furnish all labor, materials, and equipment required for such test. 3.03 PAINTING AND SURFACE PREPARATION (NOT USED) 3.04 FIELD TESTING (NOT USED) 3.05 MANUFACTURER'S CERTIFICATION OF COMPLETION (NOT USED) 3.06 MANUFACTURER'S SERVICES The manufacturer shall provide the following services as specified: A. Provide equipment inspection, startup, and troubleshooting services. B. Instruct the operation personnel on the operation of the system prior to commencing the operation of the system. BID DOCUMENTS 03720-035-01 END OF SECTION 11260-4 TEMPORARY CHEMICAL FEED SYSTEM Item # 14 Attachment number 4 Page 561 of 646 SECTION 11378 POSITIVE DISPLACEMENT BLOWERS PART1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, and incidentals required to provide two reaeration basin positive displacement (PD) blower packages specified in this Section and shown on the Drawings. The blowers shall be rotary, positive displacement, belt-driven, and shall be complete with all appurtenances necessary to make the equipment complete and operable in compliance with the following Specifications. 1.02 RELATED WORK A. Section 01330, Submittals and Acceptance. B. Section 01600, Materials and Equipment C. Section 01650, Delivery, Storage, and Handling. D. Section 01780, Warranties and Bonds. E. Section 01830, Operations and Maintenance Manuals. F. Section 09900, Painting and Coating. G. Section 11000, General Equipment Requirements. H. Section 11550, Medium Bubble Diffused Aeration System I. Section 16401, Low-Voltage Electrical Work—General Requirements. 1.03 SUBMITTALS A. The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance. B. The Contractor shall submit shop drawings including the manufacturer's descriptive literature and installation instructions for approval. C. The following information shall also be submitted: 1. The manufacturer's certificates. 2. Data Curves: Performance data curves showing pressure, capability, horsepower demand, and speed over the entire operating range of the units(s). 3. Motor Information: Complete motor nameplate data as defined by NEMA, the manufacturer, and any motor modifications. For energy-efficient Item # 14 BID DOCUMENTS 11378-1 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 562 of 646 motors, provide a certified copy of the test report for a similar motor tested in accordance with NEMA Standards Publication No. MG 1-12.54 and IEEE Standard No. 112, Test Method B, showing full-load efficiency meeting or exceeding specified values. Motors not as specified will be rej ected. 4. The manufacturer shall supply an engineered blower selection showing the expected noise level of the blower without the enclosure and the attenuation rating for the enclosure in dBA. 5. Operation and Maintenance Manuals and manufacturer's instructions in accordance with Section 01830, Operations and Maintenance Manuals. D. If it is impossible to conform to certain details of this Section due to different manufacturing techniques, describe completely all non-conforming aspects. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCE STANDARDS Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of this Section. Where this Section differs from these documents, the requirements of this Section shall apply. A. American National Standards Institute (ANSI). : � 1. ANSI B16.1—Cast Iron Pipe Flanges and Flanged Fittings. 2. ANSI B40.100—Pressure Gauges and Gauge Attachments. American Society for Testing and Materials (ASTM): 1. ASTM A36—Standard Specification for Carbon Structural Steel. 2. ASTM A106—Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. 3. ASTM A283—Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. 4. ASTM A304— Standard Specification for Carbon and Alloy Steel Bars Subject to End-Quench Hardenability Requirements. 5. ASTM A325—Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. American Gear Manufacturers' Association (AGMA) Item # 14 BID DOCUMENTS 11378-2 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 D E, F. G Attachment number 4 Page 563 of 646 1. AGMA 2001—Fundamental Rating Factors and Calculation Methods for Involute Spur and Helical Gear Teeth. 2. AGMA 6035—Design, Rating and Application of Industrial Globoidal Wormgearing. 3. AGMA 6034—Practice for Enclosed Cylindrical Wormgear Speed Reducers and Gearmotors. American Welding Society (AWS) 1. ANSI/AWS D1.1—Structural Welding Code—Steel. Anti-Friction Bearing Manufacturers Association (AFBMA) 1. Bearing Life Specifications. National Electrical Manufacturers Association (NEMA) 1. Motor Design Standards and Standards for Control Enclosures. American Water Works Association (AWWA) 1.06 QUALITY ASSURANCE A. The Contractor shall provide quality assurance measures for the items specified in this Section in accordance with Section 11000. B. All air blowers and appurtenances furnished under this Section shall be furnished by a single manufacturer who is fully experienced, reputable, and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best industry practices and methods. C. Routine tests shall be performed on representative motors and shall include the information described on NEMA MG1-12.54 Repo�t of Test Fo�m fo� Routine Tests on Induction Moto�s. Efficiency shall be determined in accordance with IEEE Publication No. 112, Method B. D. Should equipment which differs from this Section be offered and determined to be the equal of that specified, such equipment will be acceptable only on the basis that any revisions in the design and/or construction of the structures, piping, appurtenant equipment, etc required to accommodate such a substitution shall be made at no additional cost to the Owner and be as approved by the Engineer. Item # 14 BID DOCUMENTS 11378-3 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 E. Attachment number 4 Page 564 of 646 Equipment furnished under this Section may be supplied through a system packager other than the blower manufacturer only if the following conditions are complied with: 1. The blower manufacturer shall supply in writing that they have reviewed the intended application and the complete prepared package and that all components are satisfactorily sized and arranged for the intended use and location. 2. The blower manufacturer shall supply warranties on the blowers in compliance with Section 01780. Such warranties shall be in addition to warranties supplied by the system packager and shall be all-inclusive with regard to the blower equipment, including acknowledgement that the warranty applies to the units as packaged by others. 1.07 WARRANTIES 1: 1.09 A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds. DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650, Delivery, Storage, and Handling, for storing and protecting the items specified in this Section. QUALIFICATIONS A. The manufacturer(s) of the equipment specified in this Section shall the meet the qualifications specified in Section 11000. 1.10 TESTING REQUIREMENTS (NOT USED) 1.11 MAINTENANCE � Spare Parts 1. The Contractor shall furnish the following spare parts in clearly identified containers, labeled for easy identification without opening the packaging and suitably protected for long-term storage in a humid environment. a. Q One set of drive belts for each blower supplied. One interchangeable set of sheaves for each PD Blower. Item # 14 BID DOCUMENTS 11378-4 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 565 of 646 c. One filter element for each inlet filter/silencer supplied. d. One-year supply of each lubricant required. Lubricants shall include alternate references to equal products of other manufacturers, including specifications such as AGMA numbers, viscosity, etc. e. Additional spare parts shall be provided in accordance with the recommendations of equipment manufacturers. 1.12 SYSTEM DESCRIPTION (NOT USED) 1.13 OPERATION & MAINTENANCE MANUALS A. Operations and Maintenance Manuals shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01830, Operations and Maintenance Manuals. 1.14 PATENTS AND LICENSES (NOT USED) 1.15 SPECIAL CONSIDERATIONS A. The Contractor shall obtain the Engineer's approval for all of the submittals related to the equipment specified in this Section before forwarding to the Engineer any submittals related to the structural construction of the Aerobic Digester Structure shown on the Drawings. 1.16 DEFINITIONS A. SCFM. Standard cubic feet per minute is understood to be air at 68° F, 14.7 pounds per square inch gauge (psig), and 36% relative humidity flowing at a rate of 1 cubic foot per minute. : � � ICFM. The volume of air in cubic feet per minute actually entering the blower inlet at the atmospheric condition specified. Discha�ge P�essu�e. The pressure in psig measured at the blower discharge flange. Ove�all Efficiency. The total efficiency for the motor, drive, and blower from the motor terminals to the pumped air. Item # 14 BID DOCUMENTS 11378-5 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 566 of 646 PART 2 PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Equipment Identification Labels: 1. PD Blower No.l: Reaeration Basin Blower 1 2. PD Blower No.2: Reaeration Basin Blower 2 B. Each of the reaeration basin PD blowers shall be designed for the following conditions of service: each PD blower shall be capable of delivering the volume of air when operating at an elevation of 10 feet above sea level and inlet temperatures varying from 30°F to 100°F. The equipment manufacturer shall indicate separately the pressure, capacity, and horsepower demand with 30° F and 85% relative humidity ambient air winter condition; 100°F and 90% relative humidity ambient air summer condition; overall efficiency at the guarantee point. Blower enclosures shall be suitable for outdoor installation. C. Process Performance Requirements: 1. PD Blower No. 1 and 2 a. Minimum Inlet Airflow (SCFM, each): 375 b. Discharge Pressure (psig): 8.5 c. Maximum Brake Horsepower: 21 d. Maximum Motor Speed (RPM): 1770 e. Maximum Blower Speed (RPM): 2610 f. Minimum Efficiency (%): 59 g. Sound pressure level with enclosure (dB(A)): 75 (Measured in the field at 3 feet from the outline of the unit) h. Installation Location: [Outside reaeration basin as shown on the Drawings] 2.02 ACCEPTABLE MANUFACTURER � :. The blower assembly package, including frame, base, and sound-limiting enclosure, shall be as manufactured by: a. Aerzen USA Corporation, Model GM: 25S b. Universal Blower Pac, Inc., ModeL• Sutorbilt Legend Q Model SMQ c. Engineer-approved equal. All PD blowers shall be provided by the same manufacturer. Item # 14 BID DOCUMENTS 11378-6 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 567 of 646 2.03 EQUIPMENT A. Blower Assembly Frame and Base 1. A common base and frame shall be supplied with each blower assembly with provisions on which to mount the blower, drive, motor, and intake silencer with filter, discharge silencer, and sound limiting enclosure. Each base shall be welded fabricated-steel construction, suitably reinforced. 2. Each motor mounting base shall include all necessary provisions to permit proper blower/motor alignment. For V-belt drive unit(s), motor mounting bases shall be the adjustable two-rail type, each rail having a corresponding threaded rod to facilitate alignment and drive belt replacement/tensioning or shall sit on a hinged plate that uses the weight of the motor for automatic belt tensioning. B. Blower 1. The blower shall be the two or three -lobe, two-impeller, belt-driven, rotary positive-displacement type, with top inlet and bottom outlet. The blower shall be frame mounted with intake silencer, blower, motor, and discharge silencer. Blower output shall be regulated by motor speed, which is controlled by interchangeable motor and blower sheaves and corresponding drive belts. 2. Each blower casing shall be of one-piece construction with separate headplates. Casings and head plates shall be made of close-grained cast iron suitably ribbed to prevent distortion under the specified operating conditions. Inlet and outlet connections shall be flanged and shall be an integral part of the blower casing. 3. The impellers shall be the straight or helical, two or three -lobe type and shall operate without rubbing or liquid seals or lubrication. Impellers shall be constructed of ductile iron or close-grained cast iron, suitably ribbed internally. All impellers shall be statically and dynamically balanced and machined on all exterior surfaces for operating at close tolerances. The impellers shall be attached to forged, machined alloy-steel shafts by flanges, or shafts may be an integral part of the impeller. Shafts shall be of one-piece straight-through design or two-piece design designed to withstand all operating loads imposed. Item # 14 BID DOCUMENTS 11378-7 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 568 of 646 4. The impellers shall be positively timed by a matched pair of timing gears. Timing gears shall be designed and manufactured for continuous service in accordance with AGMA Standards. 5. Each impeller and shaft assembly shall be supported at each end by double-row spherical bearings. All bearings shall have a rating life of 100,000 hours as defined by AFBMA Standards. 6. Lubrication to the timing gears and gear-end bearings of each blower shall be maintained by an oil bath relying on gears to splash lubricate all moving parts. The oil system shall have sufficient capacity and cooling provisions to provide adequate oil to the gears and bearings with a continuous service interval between oil changes of not less than 2,000 hours. High-temperature Viton oil seals shall be provided to prevent lubricant from leaking into the air stream or into the atmosphere. The drive end bearings shall be grease lubricated through exterior grease fittings. 7. Sight glasses shall be provided for oil level observation. Each sight glass shall be able to indicate that a safe oil level exists during blower operation and accurately indicate the amount of oil present when the blower is off. 2.04 ACCESSORIES A. Lifting Lugs 1. Where practical or applicable, individual equipment and/or each component part over 100 pounds shall be provided with lifting lugs for easy handling. B. Intake Filter 1. Each blower shall be furnished with a cleanable polyester fiber media inlet filter. The filter shall be capable of filtering 10-micron solids with a 99% solids-retention efficiency with a pressure drop of less than 2 inches of water column. C. Inlet Silencers 1. The inlet silencer shall be heavy-duty, welded-steel construction, two- chamber absorptive type. The silencers shall provide attenuation suitable for critical pitch line velocity applications. 2. Pressure drop through the inlet silencer shall be minimal. Item # 14 BID DOCUMENTS 11378-8 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 � E. F � H. I. 3 Attachment number 4 Page 569 of 646 The inlet silencers shall be capable of handling the conditions specified in Paragraph 2.O1C. Discharge Silencers 1. The discharge silencers shall be heavy-duty, welded-steel construction, reactive type. The silencers shall provide attenuation suitable for critical pitch line velocity applications. 2. The blower discharge silencers shall be capable of handling the conditions specified in Paragraph 2.O1C. Pressure Relief Valves 1. The Contractor shall provide a spring or weighted discharge pressure- relief valve installed on the discharge silencer. This valve is to be set to relieve at 1 psig above the blower maximum operating pressure and shall be factory set and tested during the shop performance test. Check Valve 1. Provide wafer, cast-iron body, disc-type check valve for mounting on blower discharge piping or integrated full bore flapper style check valve in the discharge manifold. Furnish a valve with 304 SS internals, 304 SS spring, and Teflon seat material. Discharge Butterfly Valve 1. Provide a wafer body, resilient-seated, lever-operated, tight-closing butterfly valve for positively isolating the blower from the discharge manifold piping. Furnish a valve with cast-iron body, ductile-iron disc, 316 SS valve stem and disc screws, Teflon seat, acetal stem bushing, Buna N O-ring and stem packing, and aluminum lever. Valves shall be as manufactured by Pratt, DeZurik, Watts Regulator Industries, Inc., or an Engineer-approved equal, Vibration Isolator Pads 1. Provide molded, synthetic rubber and cork, vibration-isolation pads for each blower. Vibration-isolation pads shall be sized to fit the structural steel base. Inlet Vacuum Gauge Item # 14 BID DOCUMENTS 11378-9 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 1 Attachment number 4 Page 570 of 646 The Contractor shall furnish and field install a differential pressure gauge to indicate pressure drop through the air filter at each PD blower. a. b. c. d. e. f. Range: 0 to 10 inches water gauge. Accuracy: 2% of full scale. DiaL• 4 inches, 120° scale, .20 WC minor divisions. Mounting. Vertical Construction: Die-cast aluminum case, silicone rubber diaphragm, calibrated range spring, samarium-cobalt magnehelic of high- magnetic permeability mounted in sapphire bearings, clear plastic cover with O-ring seal and zeroing screw, litho-painted scale, red- tipped pointer with rubber pointer stops. Gauges shall be Dwyer Instruments, Inc. Model 2010, or Engineer- approved equal. J. Discharge Pressure Gauge 1. The Contractor shall furnish and field install a glycerine-filled pressure gauge at each blower discharge. a. Range: 0- 15 psi. b. Accuracy: 2% of full scale, maximum. c. DiaL• 2-1/2-inch-diameter 270° scale; heavy-gauge aluminum with white background and black markings; 0.25-psig minor divisions. d. Case: Stainless steel. e. f. g• h. Ring: Stainless steel. Movement: Stainless steel. Bourdon Tube: Phosphor bronze, large bore tubing which is silver soldered to socket and tip. Connection: Forged brass �/4-in NPT black connection. Item # 14 BID DOCUMENTS 11378-10 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 K. L Attachment number 4 Page 571 of 646 Gauges shall be WIKA Model 233.53, Ashcroft Type 1009, or approved equal. Blower Enclosure 1. The blower package supplier shall supply and include in the contract price a blower assembly enclosed within an acoustical sound-limiting enclosure that covers the blower to limit noise to 75 dB (A) or less at 3 feet in a free field environment. Each enclosure will have removable service panels covering at least 80% of the long-axis side surface area and held closed with half-turn compression latches. The interior will be lined with polyester acoustic foam, of a thickness required to give the desired attenuation, held in place by high-temperature adhesive and clamps. The foam shall have an oil-resistant inner covering. Weather/sound seals will be fitted on all enclosure penetrations. The enclosure shall be constructed with an internal painted steel frame with exterior sheet panels resistant to a marine atmosphere, stainless steel fasteners, and stainless steel hinges and latches for exterior doors. Enclosure will be shipped installed on the base. The enclosure shall be manufactured by Aerzen USA Corporation, Universal Blower Pac, Inc., or approved equal. 2. The blower enclosure shall be fitted with a weather hood-covered intake sized for the maximum airflow specified in Paragraph 2.O1C. Lubrication and Special Operating Supplies 1. Lubrication oil shall be the manufacturer's approved synthetic high- temperature-duty type (e.g. Mobil 1) as manufactured by Mobil Oil Company or approved equal. 2.05 MOTORS AND DRIVERS � :. Motors 1. The blowers motors shall be rated for 25 hp with a nominal motor speed of 1800 rpm. Motors shall operate on 460-volt, 60-Hertz, three-phase power. Motors shall be TEFC type with 1.15 service factor. The motor shall be premium efficiency. 2. The horsepower rating of all motors shall accommodate all brake horsepower conditions of blower performance without exceeding the temperature rating of the motor windings. Belt Drive Item # 14 BID DOCUMENTS 11378-11 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 2.06 Attachment number 4 Page 572 of 646 1. Each blower shall be driven by a constant-speed V-belt drive assembly, equipped with integral electric drive motor and motor support. The drive assembly shall employ a belt transmission consisting of two pulleys connected by a V-belt. The output speed of the drive shall be capable of being changed by replacement of the pulleys. All rotating surfaces shall be enclosed by a removable guard. The drive assembly shall have a service factor of 1.15. CONTROL PANEL, EQUIPMENT CONTROLS, AND ALARMS � Control Panel 1. The Contractor shall furnish and install a combination PD BLOWER POWER/CONTROL PANEL for the blower system to control and provide electric service to the blower motor starters. This control panel shall meet the following requirements: a. See Section 16401, Low-Voltage Electrical Work — General Requirements, for the requirements for pushbutton and selector switches, indicator lamps, disconnects, circuit breakers, transient voltage surge suppressors, identification of devices, and other applicable requirements specified in those Sections. b. All Control Panel(s) shall be designed for external supply of 480- VAC, 60-Hz, three-phase power. c. Panel Enclosure: The control panel enclosure shall be NEMA 4X, Type 316 Stainless Steel construction with internal deadfront subpanel and stainless steel continuous hinge and pin. � e Operator controls and indictors mounted on the control panel exterior face: (1) (2� START AERATOR/STOP AERATOR push buttons. AERATOR RIIN (Green) pilot light. Controls and devices located within paneL• (1) Control power disconnected and over-current protection. Item # 14 BID DOCUMENTS 11378-12 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 573 of 646 (2) Transient-voltage surge suppressor (surge protection). (3) 120VAC single-phase output for acoustical enclosure ventilation fan. f. Blower Control Panel Functional Requirements: (1) Manually start and stop blower motor with START and STOP switch positions 2. Special Control Panel Requirements: a. Provide a heater inside the control panel enclosure to prevent condensation. b. The control panel face shall be directed north. c. All devices mounted on the exterior of the panel shall be weatherproof, heavy-duty, oil-tight, with weatherproof boots. d. e. In each control panel provide a solid-state reduced-voltage motor starter] of the size to start one 25 hp motor. Solid-state reduced- voltage motor starts shall be in accordance with Section 16401, Low-Voltage Electrical Work — General Requirements. The starters shall be rated 600 VAC, 60 Hz. B. Equipment Controls and Alarms 1. Provide the following discrete inputs and/or outputs for the BLOWER CONTROLPANEL a. ControlOutputs: (1) Blower run signal output to SCADA. 2. Control panel functions and requirements: a. ManualOperation: Item # 14 BID DOCUMENTS 11378-13 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 574 of 646 (1) Subsequent to a loss of electrical power, the blower shall automatically restart upon the return of power to the control panel. C. Provide and install solid state reduced voltage (SSR� starters. Refer to Section 16401 for SSRV requirements. D. Equipment disconnect shall be provided for de-energizing of equipment for maintenance and service. All panels shall be equipped with a main disconnect to de-energize circuits within the panel. E. The control panel shall be mounted at a height not greater than 5 feet 6 inches or less than 4 feet 6 inches as measured from the equipment pad or finished grade to the enclosure's vertical centerline. F. The manufacturer-recommended spare parts shall be provided with the equipment. Spare parts for each panel shall be properly packaged and labeled for ready identification without opening the packaging and packaging shall be suitable for long term storage under humid conditions. Spare parts and tools shall be delivered to the client before the time of startup. G. The control panel requirements outlined in this Section are the basic requirements to be provided by the equipment supplier. It is the responsibility of the equipment supplier to provide a control panel that, at a minimum, meets these basic requ�rements. H. There shall be permanently affixed to the interior of the control panel door a laminated electrical schematic diagram indicating the rated current and voltage for all electrical components. A copy of this schematic diagram shall be provided to the Owner at the time of startup and be included in the system Operations and Maintenance Manuals. I. Panel Wiring 1. All internal component device wiring shall be furnished by the manufacturer. All interconnecting wiring and wiring to terminals for external connection shall be stranded copper, insulated, rated for not less than 600 volts, with a moisture-resistant and flame-retardant covering rated for not less than 90° C. 2. The power feed to each panel shall be provided with a transient voltage surge suppressor (TVSS). See Division 16 for TVSS requirements. Item # 14 BID DOCUMENTS 11378-14 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 3 0 Attachment number 4 Page 575 of 646 Power wiring shall be minimum 12 AWG. Control wiring shall be minimum 14 AWG. Terminal blocks for external connections shall be suitable for 12 AWG wire and shall be rated 30 amperes at not less than 300 volts. 5. All wiring shall be grouped or cabled and firmly supported inside the panel. Wiring shall be bundled in groups and bound by nylon cable ties or shall be routed in Panduit or similar nonmetallic slotted ducts. 2.07 HEARING PROTECTION A. Provide two Circumaural Hearing Protection Devices; MSA Noisefoe Mark IV Earmuffs or equal. B. Provide a wall-mounted, clear plastic dispenser for holding and dispensing 200 pairs of individually-packaged, individual-use hearing protector ear plugs, with cords. Provide an initial fill of 200 pairs and two complete replacement fills. The ear plugs shall be Model QG16496, and the dispenser shall be Model QG11722 furnished by Lab Safety Supply or equal. The dispenser shall be installed as directed by the Owner. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall install the equipment specified in this Section in accordance with Section 11000, General Equipment Requirements. B. Install the equipment in the locations as shown on the Drawings and in accordance with the manufacturer's instructions and recommendations and the approved shop drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 3.02 PAINTING AND SURFACE PREPARATION A. Factory surface preparation and painting shall be the manufacturer's standard. 3.03 SHOP TESTING � Each blower shall be statically and dynamically balance tested at the factory. Each blower shall receive a certified flow and power performance test in Item # 14 BID DOCUMENTS 11378-15 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 576 of 646 accordance with the ISO 1217 test. A test report confirming capacity shall be furnished complete with data and calculations. B. Each blower shall be given a factory mechanical test to ensure mechanical integrity. If the test indicates that adjustments are necessary to ensure conformance with specifications, such adjustments shall be made before shipment. 3.04 FIELD TESTING A. The Contractor shall provide services of a factory-authorized service representative to perform, approve, and certify the pre-startup testing and startup testing specified in this Section. The service representative shall be certified and employed by the manufacturer of the equipment specified in this Section. Field tests shall be made in conformance with Section 01600, Materials and Equipment. All field testing shall be provided in accordance with Section 11000. 1. The factory-authorized service representative shall be onsite to perform the testing services specified in this Section for one 8-hour day, excluding travel time. 2. Pre-Startup Testing: a. Visually inspect the blowers and certify that the motor has been furnished in accordance with the Specifications in this Section as to horsepower, maximum input torque (100% rated load), voltage, phase, and hertz. b. Visually inspect and verify that the incoming electrical service and controls have been installed in accordance with the manufacturer's recommendations. c. Verify that the blower control panel has been furnished with all of the controls and alarms specified in this Section and has been installed in accordance with the manufacturer's recommendations. d. Verify that the units have been properly installed and are in proper alignment. e. Verify that there are no mechanical defects in any of the parts 3. Startup Testing: Item # 14 BID DOCUMENTS 11378-16 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 577 of 646 a. The factory-authorized service representative shall perform the startup testing specified in this Section in accordance with Section 11000. b. With the reaeration basin filled to the maximum water surface elevation shown on the Contract Documents, verify: (1) �2) (3) That the units operate without overheating or overloading of any parts and without objectionable vibration. That the blowers can deliver the specified pressures and air flow rates. That the controls meet the performance requirements stated in this Section. (4) That the alarms and safety shutdowns have been installed in accordance with the Contract Documents and the manufacturer's recommendations. These features shall be checked by artificially simulating an alarm and/or safety shutdown or control condition. 4. Final Mechanical Performance Testing: The Contractor shall perform final mechanical performance testing for this equipment in accordance with Section 11000 and shall operate without interruption for 14 consecutive days. 5 � Noise and vibration tests shall be conducted to ensure that the equipment noise level conforms to this section. Final acceptance depends on the satisfactory operation and performance after installation. 3.05 TRAINING SERVICES � The factory-authorized service representative shall be onsite to perform training services in accordance with Section 11000 for one 8-hour day, excluding travel time. 3.06 MANUFACTURER'S CERTIFICATION OF COMPLIANCE C� The Contractor shall furnish a Manufacturer's Certification of Compliance for the equipment specified in this Section in accordance with Section 11000. Item # 14 BID DOCUMENTS 11378-17 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 578 of 646 B. The equipment manufacturer shall provide a written report covering findings and installation approval. The report shall describe all inspections and any deficiencies noted and shall be mailed directly to the Engineer. END OF SECTION Item # 14 BID DOCUMENTS 11378-18 POSITIVE DISPLACEMENT BLOWERS 03720-035-01 Attachment number 4 Page 579 of 646 PART 1 SECTION 11550 MEDIUM BUBBLE DIFFUSED AERATION SYSTEM GENERAL 1.01 SCOPE OF WORK This section includes provisions for the complete installation of the Medium Bubble Diffused Aeration System consisting of but not limited to all "in-basin" air supply piping, air headers, diffuser drop assemblies, supports, anchorage, fasteners and appurtenances as shown in the Contract Drawings and as specified herein. The Contractor shall furnish all labor, materials and incidentals required for the complete medium bubble diffused aeration system and appurtenances for the reaeration basin. 1.02 RELATED SECTIONS The specification sections listed below are an integral part of this equipment's specifications, and the Contractor shall be responsible for providing these sections to the equipment suppliers. A. B. C. D. E. F. G. H. I. J. K. L. Section 01200 — MEASUREMENT AND PAYMENT Section 01330 — SUBMITTALS AND ACCEPTANCE Section 01355 — SPECIAL PROVISIONS Section 01400 — QUALITY REQiJIREMENTS Section 01600 — MATERIALS AND EQiJIPMENT Section 01650 — DELIVERY, STORAGE, AND HANDLING Section 01755 — EQiJIPMENT TESTING AND STARTUP Section 01770 — PROJECT CLOSEOUT Section 01780 — WARRANTIES AND BONDS Section 01820 — TRAINING Section 01830 — OPERATION AND MAINTENANCE MANUALS Section 11378 — POSITIVE DISPLACEMENT (PD) BLOWERS 1.03 SUBMITTALS Submit to the Engineer, in accordance with Section 01330, copies of all materials required to establish compliance with this Section. Submittals shall include at least the following: � : Shop Drawings Manufacturer's certificates BID DOCUMENTS 03720-035-01 11550-1 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 580 of 646 C. Operation and maintenance manuals and manufacturer's instructions in accordance with Section 01830. D. Complete description of the medium bubble diffused aeration system, which shall include information for the low pressure air (LPA) drop pipes, manifold pipes, header pipes, drop pipe brackets, header pipe supports, manifold pipe supports, guide rails, lifting cables, anchorage details, expansion joints, gaskets, bolts, nuts, and washers, and all materials used and as generally shown in drawings. E. Detailed Plan and Elevation Drawing(s) of the proposed aeration system layout for the reaeration basin, showing LPA drop pipes, manifold pipes, header pipes, pipe sizes and lengths, and the elevation and location of all diffusers, supports, and expansion joints, and locations and types of all field welds. F. Complete engineering calculations to showing complete headloss for the aeration equipment from the top of the dropleg to the farthest diffuser bubble release point, uniform air distribution (10% maximum variation) through lateral piping and diffuser element orifice system, and piping and support components. G. Diffuser, diffuser connector, and system headloss curves covering the range of diffuser airflow rates specified in Subsection 1.06, PERFORMANCE REQUIREMENTS OR CONDITIONS. H. Manufacturer's certification of proper installation (see attached form). I. Manufacturer's certificate of warranty. J. Manufacturer's written certification that all applicable stainless steel aeration system components were cleaned (passivated) according to the requirements contained herein. K. The Contractor shall obtain the Engineer's approval for all of the submittals related to the equipment and materials specified in this Section prior to forwarding the Engineer any submittals related to the structural construction of the Reaeration Tank Structure shown on the Drawings 1.04 REFERENCES Design, manufacturing and assembly of elements of the products herein specified shall be, at a minimum, in accordance with the standard of the below list organizations. A. American Iron and Steel Institute (AISI) B. American Society for Testing and Materials (ASTM) C. American Welding Society (AWS) D. American Water Works Association (AWWA) Where reference is made to a standard of one of the above, or other organization, the version of the standard in effect at the time of bid opening shall apply. BID DOCUMENTS 03720-035-01 11550-2 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 581 of 646 1.05 SYSTEM DESCRIPTION The Medium Bubble Diffused Aeration System shall consist of individual air drop assemblies consisting of a non-clogging air diffuser, header pipe, pipe supports, valves, and other appurtenances that supply air to the reaeration basin from the positive displacement (PD) blowers. The medium bubble diffuser manufacturer shall supply the diffusers, all in-basin piping including the dropleg up to the quick connect coupling and isolation valve, and lifting cables and attachment hardware. The Contractor shall supply all blower piping from the dropleg to the blowers, valves, pipe supports, removable stainless steel diffuser support structure, guide rails and appurtenances as required and shown on the contract drawings. 1.06 PERFORMANCE REQUIREMENTS OR CONDITIONS A. The medium bubble diffused aeration system shall be suitable for receiving air from positive displacement (PD) blowers to the reaeration basin. B. The medium bubble diffused aeration system shall be designed and orifices sized so that at minimum and maximum airflows, the airflow rate output of any two diffusers in the same basin shall not differ by more than 10 percent. The distribution and balancing of air shall be controlled by the use of orifices and proper LPA header pipe size selection only. C. The medium bubble diffused aeration system shall be designed and orifices sized to provide adequate mixing throughout the reaeration basin at the stated airflow requirements. Adequate mixing shall be defined as a variation in mixed reaeration basin solids (total residue) of less than 15 percent between the mean value of samples taken at any two depths along any vertical line extending between the water surface and the top elevation of the diffusers. D. The equipment manufacturer shall be responsible for determining the size and number of all diffusers, air drops, shear tubes, draft tubes, baffles and other equipment required for the specified air flow ranges indicated below. The medium bubble diffused aeration system shall be capable of providing the following design airflows at 8.5 psig, measured at the top of the LPA drop pipes to each reaeration basin. 1. Reaeration basin 375 SCFM E. The centerline of the medium bubble diffusers shall be located 12 inches from the top of the finished tank floors at an elevation of -2.17 feet. The medium bubble diffuser submergence shall be 15.5 feet. F. The medium bubble diffused aeration system shall be capable of providing complete and uniform mixing of the mixed liquor suspended solids concentrations of 4,000 mg/L � 500 mg/L. G. Maximum number of inedium bubble diffusers per basin: BID DOCUMENTS Medium Bubble Diffused Aerarion System 03720-035-01 11550-3 Item # 14 Attachment number 4 Page 582 of 646 a. Reaeration basin: 16 H. The equipment manufacturer shall demonstrate compliance with the air supply pressure requirement and provide baseline data for the increase in diffuser backpressure requirement. I. Air supply piping shall be sized so that the velocity in the pipe at 150% of the design airflow is less than or equal to the following values: Pi e Size Velocit , f m 1" - 3" 1,800 4" - 10" 3,000 12" - 24" 4,000 > 24" 6,500 1. Piping smaller than 8" diameter shall be fabricated from Schedule 40 316L stainless steel pipe. 2. Piping 8" diameter and larger shall be fabricated from �/4" wall 316L stainless steel pipe. 1.07 QUALITY ASSURANCE A. All equipment specified under this Section shall be furnished by a single manufacturer, and shall be standard units of proven ability as manufactured by a competent organization that is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed. B. All equipment furnished under this Section shall be new and unused and shall be the standard products of manufacturers having a successful record of manufacturing and servicing the equipment and systems specified herein for a minimum of five (5) years. C. These Specifications are intended to give a general description of what is required, but do not cover all details which may vary in accordance with the exact requirements of the equipment as offered. They are, however, intended to cover the furnishing, delivery, installation, and field testing of all materials and apparatus as required. Any additional equipment necessary for the proper operation of the proposed installation not specifically mentioned in these Specifications or shown on the Drawings shall be furnished and installed at no change in Contract Price or Time. D. The Contractor shall provide only ASTM certified construction materials. 1.08 DELIVERY AND STORAGE BID DOCUMENTS 03720-035-01 11550-4 Medium Bubble Diffused Aerarion System Item # 14 All equipment delivered and placed in storage shall humidity, and temperature variations, dirt and dust; manufacturer's recommendations and in Section 01650. 1.09 SPARE PARTS Attachment number 4 Page 583 of 646 be stored with protection from the weather, or other contaminants in accordance with the The Contractor shall provide the following spare parts. The spare parts shall be suitably marked and boxed for shipment and storage: A. Four (4) medium bubble diffusers (ready for installation on the LPA air header). B. Four (4) LPA header pipe support brackets for 4-inch LPA pipe. 1.10 WARRANTY A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds. B. All work, equipment, and materials furnished and installed shall be warranted against defective design, materials, and workmanship for 1 year. The warranty period shall begin at the date of final completion. C. The manufacturer shall warrant all parts, with the exception of the diffusers and diffuser connectors, free from defective material and workmanship for 1 year. The diffusers and diffuser connectors shall be warranted for 5 years. Manufacturer shall provide a written warranty between the manufacturer and the Owner for the additional 4-year period. D. The warranty shall cover replacement equipment materials, parts, and/or repair, including labor, travel time, shipping costs, and other miscellaneous expenses, at no additional cost to the Owner for the full warranty period. PART 2 PRODUCTS 2.01 MANUFACTURER The Medium Bubble Diffused Aeration System manufacturer shall be the following: A. Environmental Dynamics, Inc., Columbia, Missouri, Model FlexAir 84P Magnum B. Approved Equal 2.02 MANUFACTURED UI�IITS A. The medium bubble aeration system for reaeration basin shall include, but not be limited to, 316L stainless steel LPA drop pipes, 316L stainless steel headers and fittings, , medium bubble diffusers, all LPA manifolds, header, and drop piping supports above and below the waterline, sway braces, gaskets, bolts, nuts, and washers. The material of BID DOCUMENTS 03720-035-01 11550-5 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 584 of 646 construction of the medium bubble diffuser shall be PVC. All air piping shall be Sch. 40 316L stainless steel. B. Except where specifically stated otherwise, all stainless steel plate and structural members shall have a minimum material thickness of �/4". Pieces shall be fabricated in maximum sizes suitable for shipping. The equipment shall be designed and fabricated per ASTM A-143, A-384, and A-385 for bolt together field assembly. C. All welded pipe, supports and assemblies shall be shop fabricated from Type 316L stainless steel with a 2D finish conforming to AISI 316L and ASTM A240-78a. All welding shall conform to the latest AWS Standards and shall be performed by certified welders. All welding shall use a minimum of 3/16" fillets, and shall completely seal all mating surfaces. Skip welding will not be allowed. All field connections shall be bolted connections designed to resist all static, live and erection loads. Field welded assembly will not be allowed. D. The entire system shall be designed to allow for expansion and contraction over a differential temperature range of 125 degrees F when installed and shall include. 1. LPA Diffuser Drop Pipes: An individual air drop shall be furnished for each air diffuser assembly and shall be Schedule 40 Type 316L stainless steel pipe. a. Each drop shall be supported by the orifice-tee assembly attached to the air supply and by a lower drop support. b. Drop pipes with lengths in excess of 20'-0" shall include two (2) lower drop supports. c. Individual air drops shall be positively and securely fixed in place at the proper elevation and must be capable of being individually and positively cleaned from above the water surface without being removed. 2. Low Pressure Air (LPA) Headers: The LPA headers shall be schedule 40 316L stainless steel pipe. Fabricated lengths of the LPA manifold shall not exceed 45 feet in length for shipping. Changes in diameter shall be accomplished by using eccentric reducers to avoid entrapment or pooling of line condensate. 3. Low Pressure Air (LPA) Header Support Bracket: Provide Type 316 stainless steel LPA header brackets. 4. Diffuser Assembly BID DOCUMENTS 03720-035-01 a. Each diffuser assembly shall be factory assembled and include two diffuser units and mounting saddle. 11550-6 Medium Bubble Diffused Aerarion System Item # 14 BID DOCUMENTS 03720-035-01 Attachment number 4 Page 585 of 646 b. Diffusers unit shall have nominal dimensions of 3.5 inches in diameter and 40 inches long. c. The diffuser membrane shall be fully supported over full length and circumference with a 3.5 inch PVC membrane support frame. 1) Use of a non-fully supported diffuser membrane is not acceptable. d. The diffuser support frame shall be approximately 40 inches long and have a full diameter mounting connection. 1) Use of non-full diameter mechanical connections including threaded connections is not acceptable. e. The diffuser membrane shall be held in place by two 304 stainless clamps. 1) Retainer clamps shall be crimp type. Worm gear type clamps are not acceptable. f. Installation of the diffuser membrane shall be accomplished with the removal and installation of the membrane clamps. 1) Disassembly of diffuser assembly to remove and install membranes is not acceptable. g. Individual diffuser units shall be provided with an internal end cap. h. The diffuser unit shall be fully capable of operating under continuous or intermittent conditions and shall be designed with check valve capabilities to prevent entry of mixed liquor into the diffuser unit or air piping on air shutdown or interruption of air supply. A minimum of three (3) check valve features shall be provided, not limited to the following: 1) Membrane shall be elastic and allow openings to close when the air supply is interrupted. 2) Membrane shall contract and close around full diameter support frame. 3) Membrane shall employ a non-perforated section that is aligned and seals against the support frame, air distribution orifices. 4) Use of independent or internal check valve components is not acceptable. Diffuser assemblies shall be completely factory assembled with diffuser units, membranes and mounting saddle factory installed. 1) Field solvent welding or assembly of diffuser is not acceptable. 11550-7 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 586 of 646 Diffuser assemblies shall be shipped to the jobsite assembled and properly crated and protected for shipment and handling. k. Diffuser saddle mount shall be schedule 80 PVC/ABS construction and shall be capable of withstanding an external force of 4,800 inch-pounds without structural failure of the air distribution pipe, diffuser units connection or mounting saddle. 1) Small diameter threaded connections to attach diffusers to the air distribution header are not acceptable. Saddle mount shall fully encompass the air distribution header and reinforce the pipe section at the diffuser assembly connection. m. An O-ring gasket shall be provided to ensure an air tight seal between the mounting saddle and air header. n. A minimum 3 inch diameter connection shall be provided between the saddle mount and diffuser assembly. o. The diffuser assembly shall mount below the air distribution header piping and provide full evacuation of entrapped water from the header through the diffuser assemblies. 1) Systems not that do not automatically purge entrapped water are not acceptable. 5. Flexible Membrane: BID DOCUMENTS 03720-035-01 a. Membrane material for the diffuser unit shall be EPDM. 1) Alternate membrane materials are not acceptable. b. Membrane shall be extruded in a single piece with the following characteristics. 1) Membrane shall be 94 mm inside diameter with an overall length of 1000 mm. 2) Perforated length on diffuser membrane shall be 924 mm. 3) Membrane shall have a 20 mm non-perforated strip at the top and bottom of the diffuser to reduce bubble coalescence. 4) Non-perforated membrane section shall be provided to seal off air distribution orifices on the diffuser support structure. 11550-5 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 587 of 646 6. Gaskets: If required for this project, expansions joints and couplings shall be provided with gaskets forming an airtight connection at 20-psig minimum. Gaskets for air piping couplings shall be EPDM with a temperature rating of 250°F or higher. Gaskets shall be neoprene, 40 to 60 durometer. 7. Anchorage and Fasteners: a. All anchors shall be minimum �/2" �, Type 316 stainless steel with stainless steel nuts and washers. b. All fasteners attached to stainless steel shall be Type 316 stainless steel. c. All submerged fasteners shall be Type 316 stainless steel. d. All other fasteners shall be Type 316 stainless steel. e. The equipment manufacturer shall furnish all anchor bolts, nuts, wahers, and gaskets necessary for the equipment furnished, as well as any templates required for setting the anchorage. 8. Aeration System Supports: Design of the supports for the aeration system within the basin shall be the responsibility of the equipment manufacturer. The Contractor shall supply all other supports. a. All supports shall be minimum �/4" thick 316 stainless steel. b. Lower drop pipe supports shall include a polypropylene clamp block with minimum 10 gauge stainless steel backing plate. 2.03 ACCESSORIES A. LPA Manifold and Drop Pipe Isolation/Throttling Butterfly Valves (Supplied by the Contractor): Butterfly valves shall be ASTM A126 Class B cast iron body, wafer style, suitable for mounting between ANSI Class 125/150 flanges, and rated to 200 psi WOG. Valves 8" and smaller shall have 10-position levers. Valve body shall have resilient non-collapsible, mechanically sealed and field replaceable EPDM full faced seat rated to valve body pressure rating. Valve shaft and disc shall be AISI Type 316 stainless steeL Valves shall be available with field interchangeable manual or powered actuators as required Valve handle shall have ten-position locking position feature. Butterfly valves shall be as manufactured by DeZurik or equal and be furnished by the aeration manufacturer. 2.04 MOTORS AND DRIVERS Not Applicable 2.05 CONTROLS Not Applicable BID DOCUMENTS 03720-035-01 11550-9 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 588 of 646 2.06 SHOP TESTING The medium bubble diffusers, valves and accessories shall be tested in the factory prior to shipment to site in accordance with manufacturer's standard testing procedure. A copy of the test certification shall be forwarded to the Engineer. 2.07 PAINTING Not Applicable PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall install the equipment specified in this Section in accordance with Section 11000. B. The medium-bubble diffused-aeration system manufacturer's representative shall provide installation assistance to the Contractor to ensure that the system and equipment specified in this Section is installed in conformance with the manufacturer's recommended methods, as approved and as further specified in this Section. The Contractor shall furnish an authorized and technically qualified manufacturer's representative for the following services at the job-site or classroom as designated by the Owner, for the minimum person-days listed below, travel time excluded: 1. One person-day on site for installation assistance, inspection, and certification of the installation. 2. One person-day on site for functional and performance testing, training of Owner personnel, and system startup. 3.02 FIELD TESTING A. The Contractor shall provide the services of a factory-authorized service representative to perform, approve, and certify the pre-startup testing and startup testing specified in this Section. The service representative shall be certified and employed by the manufacturer of the equipment specified in this Section. Field tests shall be made in conformance with Section 01400. All field testing shall be provided in accordance with Section 11000. 1. The factory-authorized service representative shall be onsite to perform the testing services specified in this Section for one 8-hour day, excluding travel time. BID DOCUMENTS 03720-035-01 11550-10 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 589 of 646 2. The installation Contractor with assistance from the aeration system manufacturer's authorized representative shall conduct a field airflow test, witnessed by the Engineer. The installed diffused-aeration system and equipment shall be field tested to verify the ability of the system to meet the maximum allowable pressure drop at the maximum airflow rates specified in this Section for a period of 7 consecutive days. The Engineer shall approve the procedures used to conduct this test. Upon completion of the test, the installation contractor shall submit to the Engineer a letter-report documenting the procedures used and the resulting air pressures obtained at the stated locations. The diffuser systems shall provide uniform mixing rolling action with no dead mixing spots in the reaeration tank 3.03 TRAINING SERVICES A. The factory-authorized service representative shall be onsite to perform training services in accordance with Section 11000 for one 8-hour day, excluding travel time. 3.04 MANUFACTURER'S SERVICES AND CERTIFICATE(S) A. The Contractor shall furnish a Manufacturer's Certification of Compliance for the equipment specified in this Section in accordance with Section 11000. B. The equipment manufacturer shall provide a written report covering his findings and installation approval. The report shall include description of all inspections and any deficiencies noted and shall be mailed directly to the Engineer. BID DOCUMENTS 03720-035-01 END OF SECTION 11550-11 Medium Bubble Diffused Aerarion System Item # 14 Attachment number 4 Page 590 of 646 Item # 14 Attachment number 4 Page 591 of 646 SECTION 16401 LOW-VOLTAGE ELECTRICAL WORK—GENERAL REQUIREMENTS PART1 GENERAL 1.01 SCOPE OF WORK The Contractor shall furnish all labor, materials, equipment, and incidentals necessary for a complete corrosion-resistant and operable electrical installation, including all fees, charges, and permits necessary. Work of this Section includes electrical installation requirements for equipment of other sections. This Section is general and may include specifications for materials and equipment not contained within the scope of this project. A. The Contractor shall provide temporary and permanent electrical services of proper voltage and phase as required for the Project. All single-phase temporary receptacle outlets shall be provided with ground fault protection in accordance with NEC Article 590.6 and installed in accordance with NEC 406.8. B. The Contractor shall coordinate the work of this Section with others involved in the construction of the project. 1.02 RELATED WORK A. The provisions of all other technical sections of the Specifications are fully applicable to this Section as if incorporated in this Section. B. Division 0 and Division 1 of these Specifications are a part of this Section as if incorporated in this Section. 1.03 SUBMITTALS The Contractor shall submit shop drawings in accordance with Section 01330, Submittals and Acceptance: The Contractor shall submit a complete list of materials and equipment to be incorporated in the work to the Owner for review within 30 days after the Award of Contract. A. The list shall include catalog numbers, cut sheets, diagrams, and other descriptive data required to demonstrate conformance with the Specifications. Partial lists will not be acceptable. B. The basis of acceptance shall be the manufacturer's published ratings for the equipment. The manufacturer shall be regularly engaged in the manufacture of products specified. Item # 14 BID DOCUMENTS 16401-1 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS � C Attachment number 4 Page 592 of 646 Shop drawings shall be submitted for the following items of equipment: 1. Wire and Conduit 2. Motor Starters 3. Transient Voltage Surge Suppressors Contents of the shop drawings shall include the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Details of construction, outline and assembly drawings Dimensions Materials Finish Ratings Accessories Trim Engineering data Ladder type schematic control diagrams and wiring diagrams Calculations for harmonic current and voltage distortion Test Equipment datasheets and proposed test procedures for testing the grounding system. E. The Contractor shall submit the manufacturer's literature for the equipment listed in Paragraph 1.03.0 above to the Owner for review, including the following: 1. Written description of equipment function, normal operating characteristics and limiting conditions. 2. Recommended assembly, installation, alignment, adjustment, and calibration instructions. 3. Operating instructions. 4. Guide to troubleshooting. 5. Maintenance instructions and timetables. 6. Parts List and an assembly drawing with the parts identified. F. Transient voltage surge suppressor submittals shall include the following: 1. UL 1449 peak let-through voltage documentation. 2. Category C3 peak let-through voltage test results. 1.04 WORK SEQUENCE (NOT USED) 1.05 REFERENCES Reference standards and recommended practices referred to in this Specification Section shall be the latest revision of any such document in effect at the bid time. The following documents are a part of Item # 14 BID DOCUMENTS 16401-2 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 593 of 646 this Section. Where this Section differs from these documents, the requirements of this Section shall apply. A. American National Standards Institute (ANSI) 1. ANSI C2 National Electrical Safety Code (NESC). 2. ANSI C12.20—For Electricity Meters – 0.2 and 0.5 Accuracy Classes. 3. ANSI C62.41— Guide on Surge Voltages in AC Power Circuits Rated up to 600V. 4. ANSI C62.45—Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000V and less) AC Power Circuits. 5. ANSI C80.1—Electric Rigid Steel Conduit (ERSC). 6. ANSI C82.9—High-Intensity Discharge and Low-Pressure Sodium Lamps, Ballasts, and Transformers. B. American Society for Testing and Materials (ASTM) 1. ASTM A36—Standard Specification for Carbon Structural Steel. 2. ASTM A48—Standard Specification for Gray Iron Castings. 3. ASTM A153—Zinc Coating (Hot Dip) on Iron and Steel Hardware. 4. ASTM B8—Standard Specification for Concentrio-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft. C. Federal Specifications and Standards (FSS) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 FSS A-A-50552—Fittings for Cable, Power, Electrical and Conduit, Metal, Flexible. FSS A-A-50553A—Fittings for Conduit, Metal (Thick-Wall (Rigid) and Thin-Wall (EMT) Type). FSS A-A-50563A—Conduit Outlet Boxes, Bodies and Entrance Caps, ElectricaL• Case Metal. FSS A-A-55809A—Insulation Tape, Electrical, 600V, Polyvinyl Chloride, Pressure-Sensitive Adhesive. FSS A-A-55810—Conduit, Metal, Flexible. FSS A-A-59213—Splice Connectors. FSS A-A-59544—Cable and Wire, Electrical (Power, Fixed Installation). FSS W-C-375D—Circuit Breakers, Molded Case; Branch Circuit and Service. FSS W-G596G(2)—Connector, Electrical Power (General Specification). FSS W-S-896F(1)—Switches, Toggle (Toggle and Lock), Flush-Mounted (General Specification). Item # 14 BID DOCUMENTS 16401-3 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS � E. F Attachment number 4 Page 594 of 646 National Electrical Manufacturers Association (NEMA) 1. NEMA ICS 1—Industrial Controls and Systems: General Requirements. 2. NEMA ICS 6—Industrial Controls and Systems: Enclosures. 3. NEMA MG 1—Motors and Generators. 4. NEMA ST 20—Dry-Type Transformer for General Applications. 5. NEMA TC 2—Electric Polyvinyl Chloride (PVC) Tubing and Conduit. 6. NEMA TC 3—PVC Fittings for Use with Rigid PVC Conduit and Tubing. 7. NEMA WD 1—General Color Requirements for Wiring Devices. National Fire Protection Association (NFPA) 1. NFPA 70—National Electrical Code (NEC). 2. NFPA 101—Life Safety Code. Underwriters Laboratories, Inc. (UL) 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. UL 6—Electrical Rigid Metal Conduit – Steel. UL 50—Enclosures for Electrical Equipment. UL 67—Panelboards. UL 83—Thermoplastic-Insulated Wires and Cables. UL 360—Liquid-Tight Flexible Steel Conduit. UL 467—Grounding and Bonding Equipment. UL 489—Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit Breaker Enclosures. UL 498—Attachment Plugs and Receptacles. UL 508—Industrial Control Equipment. UL 510— Polyvinyl Chloride Polyethylene and Rubber Insulating Tape. UL 514A—Metallic Outlet Boxes. UL 514B— Fittings for Conduit and Outlet Boxes. UL 514C Non-metallic Outlet Boxes, Flush-Devices Boxes, and Covers. UL 651—Schedule 40 and 80 Rigid PVC Conduit and Fittings. UL 797—Electrical Metallic Tubing. UL 1029—High-Intensity-Discharge Lamp Ballasts. UL 1449— Transient Voltage Surge Suppressors. UL 1660—Liquid-Tight Flexible Nonmetallic Conduit. G. Institute of Electrical and Electronics Engineers (IEEE) 1. 117—Standard Test Procedure for Evaluation of Systems of Insulating Materials for Random-Wound AC Electric Machinery. 2. 519—Recommended Practices and Requirements for Harmonic Control in Electrical Power Systems. Item # 14 BID DOCUMENTS 16401-4 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS 1.06 QUALITY ASSURANCE (NOT USED) 1.07 WARRANTY 1: 1.09 1.10 1.11 Attachment number 4 Page 595 of 646 A. Warranties shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01780, Warranties and Bonds. B. All equipment and materials supplied shall be warranted against defective design, materials, and workmanship for a minimum of 1 year, or as specified in this Section, against normal use. The warranty period shall begin once the total proj ect is accepted by the Owner and shall cover replacement of equipment and/or repair, including labor, travel time, and miscellaneous expenses at no cost to the Owner for the full warranty period. DELIVERY, STORAGE, AND HANDLING A. The Contractor shall adhere to the requirements specified in Section 01650 for storage and protection of the items specified in this Section. B. The Contractor shall deliver materials with manufacturer's tags and labels and UL labels intact. Packaged material shall be delivered in the manufacturer's original, unopened containers bearing the manufacturer's name, brand, and UL label. Materials and equipment shall be stored in a dry, clean location. Handle and store so as to avoid damage. Items delivered in broken, damaged, rusted, or unlabeled condition shall be removed from the project site immediately and replaced with acceptable items. The Contractor shall provide suitable protection of materials and equipment from dust and moisture. The Contractor shall be responsible for the condition of materials and equipment until they are accepted by the Owner. QUALIFICATIONS (NOT USED) TESTING REQUIREMENTS (NOT USED) MAINTENANCE (NOT USED) 1.12 OPERATION AND MAINTENANCE MANUAL A. Operations and Maintenance Manuals shall be in accordance with General Conditions, Supplementary Conditions, and Specification Section 01830, Operations and Maintenance Manuals. B. Before final acceptance of this project, an operation and maintenance manual shall be submitted to the Owner. The manual shall include manufacturer's literature as outlined in Paragraph 1.03.E above, drawings corrected in accordance with shop Item # 14 BID DOCUMENTS 16401-5 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS 1.13 1.14 C. Attachment number 4 Page 596 of 646 drawing review comments and including all modifications, and lists of suppliers and/or service shops that can provide parts and accessories and equipment repair for the items of equipment listed in Paragraph 1.03.0 above. The lists shall include a contact name, telephone number, and address. A test report detailing the results of the grounding system test shall be provided with the O&M Manual. CODES, 1NSPECTIONS, AND FEES A. The Contractor shall obtain all necessary permits and inspections required for the work of this Section and pay all charges incidental to this work. The Contractor shall deliver to the Owner all certificates of inspection issued by authorities having jurisdiction. PROJECT REQUIREMENTS (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. All material and equipment shall be new and listed or labeled for use within the United States by a Nationally Recognized Testing Laboratory (NRTL). Equipment shall be provided with a specific listing, such as UL, when indicated in this Section or in other portions of the Contract Documents. Only products by manufacturers regularly engaged in the production of specified units will be acceptable. :. � Where two or more units which perform the same function or are of the same class of equipment or materials are required, provide all units from a single manufacturer. Provide materials and equipment of suitable composition to perform satisfactorily when exposed to corrosive conditions of the project site. 1 2 2.02 CONDUIT Provide breather and drain fittings in all raceways and enclosures where necessary to prevent condensation or trapping of moisture. Provide heaters in all control panels to prevent condensation. A. Rigid Metal Conduit: Rigid metal conduit shall be zino-coated steel and shall conform to UL 6. Fittings shall be cast or malleable iron, zino-coated, and shall conform to FSS A-A-50563A and UL 514B. Item # 14 BID DOCUMENTS 16401-6 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 597 of 646 1. PVGcoated rigid steel conduit, elbows, and fittings shall be coated with a bonded polyvinylchloride which is permanently fused on at the factory. a. Aboveground conduit system PVC coating shall have a minimum thickness of 40 mils. Couplings and condulets shall have overlapping pressure sealing sleeves. b. Below-ground conduit system PVC coating shall have a minimum thickness of 20 mils. c. Below-ground conduit system PVC coating for extreme corrosive conditions shall have a minimum thickness of 20 mils and shall have external and internal bonded coatings. B. Flexible Metal Conduit: Flexible metal conduit shall be zino-coated steel and shall conform to FSS A-A-55810. Fittings shall conform to FSS A-A-50552. C. Liquidtight Flexible Metal Conduit: Liquidtight flexible metal conduit shall be made with galvanized steel flexible conduit covered with an extruded PVC jacket. Fittings shall be compression type specifically designed for use with flexible conduit and shall form watertight connections. Box connectors shall have an "O" ring between the fitting body and the enclosure. D. Liquidtight Flexible Nonmetallic Conduit: Liquidtight flexible nonmetallic conduit shall be an assembly of a hard PVC spiral completely surrounded by flexible PVC. Conduit shall conform to UL 1660 for use as indicated in Article 351 of the NEC and shall be sunlight resistant. 1. Fittings shall be compression type designed for use with the flexible conduit. Box connectors shall have "O" ring between the fitting body and the enclosure. 2. Conduit shall be "Carflex" manufactured by Carlon, or equal. 2.03 BOXES A. GeneraL• Boxes shall be sized as recommended by the NEC or as shown on the Drawings. 1. Boxes shall be nonmetallic or code-gauge galvanized steel, stainless steel, or cast metal, as specified or shown on the Drawings. Item # 14 BID DOCUMENTS 16401-7 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 598 of 646 2. Cast metal boxes shall be cast iron and shall be gasketed of the type indicated on the Drawings. 2.04 WIRE AND CABLE A. Conductors: All conductors shall be annealed soft drawn copper, conforming to ASTM B8, FSS A-A-59544, UL 83, and the latest requirements of the NEC. All conductors shall have THW or THWN type insulation, rated at 600 volts, unless specifically noted otherwise. 1. Other types of insulation may be used as permitted by the NEC. The Contractor shall be responsible for change in conduit size and conductor size to maintain the ampacity of the circuit. 2. Wire #8 AWG and larger shall be stranded concentric lay. Wire sizes #14, #12, and #10 AWG shall be stranded for control and motor power and solid for light and receptacle circuits. 3. Conductors shall be as manufactured by Senator Wire & Cable Company, Laribee Wire Manufacturing Company, Inc., Southwire Company, or equal. B. Conductor splices shall conform to FSS A-A-59213. Acceptable: Scotchcast Splicing Kit, 3M Company. Plastic tape shall conform to FSS A-A-55809A. 2.05 MOTOR STARTERS A. Solid-State Reduced-Voltage Starters (SSR�: Solid-state reduced-voltage motor starters shall be equipped with a solid-state soft-start controller designed for reduced voltage starting and stopping of squirrel-cage motors. Starters shall be the combination type with motor circuit protector or fused disconnect and shall be equipped with an isolation contactor and bypass contactor unless otherwise indicated. Contactors shall be NEMA rated. 1. The starters shall be rated 480 volt and be suitable for operation on a 60-Hz system. Current rating of the soft-start controller shall be based on the applicable motor current. 2. The soft-start controller shall be a microprocessor device which continuously monitors the starter and motor. The controller shall be protected from voltage transients by a MOV. The power module shall be capable of providing starting currents of 300% of full load current for 60 seconds. SCRs shall have a minimum peak inverse voltage of 1400 V at 480 V. The controller shall use a minimum of six SCRs to limit the effect of harmonics on other equipment. SCRs shall be protected against fault currents with current-limiting fuses. Item # 14 BID DOCUMENTS 16401-8 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 599 of 646 3. The soft-start controller shall be self-calibrating and shall require no adjustments for various line voltages, frequencies, or currents. 4. The soft-start controller shall provide three modes of starting: a. Soft start, to ramp the motor voltage during an adjustable acceleration period after an initial torque voltage has been applied. The ramp period shall be adjustable from 1 to 30 seconds. b. Current limit, to limit the maximum starting current. The starting current shall be adjustable from 250% to 500% of full load amperes. c. Pump control, to provide controlled acceleration and deceleration of centrifugal pumps to reduce surges in the pumping system during starting or stopping. Starting time shall be adjustable from 1 to 30 seconds. Stopping time shall be adjustable from 2 to 120 seconds. The controller shall not require feedback devices to accomplish the acceleration or deceleration. d. The Contractor shall adjust all times and set points of the controller for the driven equipment. 5. The soft-start controller shall provide protection during the starting and running modes for internal fault, thermal fault, and phase failure. Starting of the controller shall be inhibited or the controller shall be shut down if in operation when any of the fault conditions occur. 6. All programming/configuration devices, display units, and field control wiring terminals shall be accessible on the front of the control module. Exposure to control circuit boards or electrical power devices during routine adjustments is prohibited. At a minimum, digital indication shall provide the following conditions: a. Soft starter status - ready, starting/stopping, run. b. Motor status - current, torque, thermal state, power factor, operating time, power in kW. c. Fault status - Motor thermal overload, soft starter thermal fault, loss of line or motor phase, line frequency fault, low line voltage fault, locked rotor fault, motor under-load, maximum start time exceeded, external fault. serial communication fault, line phase reversal fault. motor overcurrent fault. 7. The soft starter must be preset to the following for adjustment-free operation in most applications: Item # 14 BID DOCUMENTS 16401-9 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 600 of 646 a. Linear (torque-controlled) acceleration ramp of 15 seconds. b. Current limitation to 400% of the motor full load current rating. c. Class 10 overload protection. d. Motor current preset in accordance with NFPA 70 table 430.150 for standard hp motors. 8. A digital keypad shall be used to configure the following operating parameters as required: a. Motor full load amps adjustable from 40 to 130% of the soft starter's rating. b. Current limitation on starting adjustable from 150 to 700% of the motor current rating, not to exceed 500% of the soft starter rating. c. Linear (torque-controlled) acceleration ramp adjustable from 1 to 60 seconds. d. Initial torque adjustable from 10 to 100% of nominal motor torque. e. Torque limit adjustable from 10 to 200% of nominal motor torque. f. Maximum start time adjustable from 10 to 999 seconds. g. Voltage boost adjustable from 50 to 100% of the nominal supply voltage. h. Selection of freewheel, soft stop, or braking. i. Linear (torque-controlled) deceleration ramp time adjustable from 1 to 60 seconds. j. Threshold to change to freewheel from a controlled deceleration ramp to freewheel stop: adjustable from 0 to 100% of the nominal motor torque. k. Braking torque level adjustable from 0 to 100% effectiveness. 9. Auxiliary contacts, one normally open and one normally closed Form C, shall be provided. 10. The mode of operation shall permit starting and stopping the motor using the soft-start controller in a preselected adjustable mode. The starter shall be suitable for continuous operation through the soft-start controller and isolation contactor. The isolation contactor shall be interlocked with the soft- start controller such that it is energized before the SCRs are gated "on" and the SCRs are gated "off' before the isolation contactor is de-energized. An alternate mode of operation shall also be provided for starting the motor using the soft-start controller in a preselected adjustable mode and upon completion of the starting period, shifting the load to the bypass contactor for the running period and, upon a stop signal, shifting the load back to the soft- start controller and a preselected adjustable mode for stopping the motor. The Item # 14 BID DOCUMENTS 16401-10 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 601 of 646 starter shall be operable as a full-voltage magnetic starter with the soft-start control module removed from service. 11. Start-up service shall be provided by a representative of the equipment manufacturer. A factory-trained field service engineer, trained in the maintenance and troubleshooting of the specified equipment, shall inspect the installation and perform start-up of the equipment. The field service engineer shall provide for a minimum of a 1-hour class which shall include a review of the equipment manuals and instruction in the operation, calibration, maintenance, and troubleshooting of the equipment. 12. The SSRV motor starter shall be Square D ATS 48, or approved equal. B. Control Devices: 1. Pushbutton control, when indicated on the Drawings, shall be non- illuminated, momentary contact (unless otherwise indicated), oil-tight, pushbutton with no guard. Pushbutton controls shall be Square D Type "K" or approved equal. 2. Pilot lights shall be 120-volt LED push-to-test type. 3. Control relays shall be double pole, double throw sealed, plug-in type relays with din rail or panel mount base, rated for l0A current at 120Vac, with internal LED pilot light to indicate relay coil is energized. 4. Provide time delay relays in all motor starters larger than 5 HP to provide a sequenced start-up of motors upon energization. Sequence shall start with largest motor, next largest, etc. The timer shall have a range of 5 to 180 seconds. PART 3 EXECUTION 3.01 LAYOUT OF CONDUIT AND WIRING SYSTEMS The Contractor shall lay out the work and shall be responsible for all necessary lines, levels, elevations, and measurements. The Drawings indicate the extent and general arrangement of the components. The Contractor shall become familiar with the work of other trades engaged in the construction. The exact routing of raceways and locations of equipment may be governed by structural conditions and obstructions. The Contractor shall coordinate with the details of equipment shop drawings for power and control connections to equipment furnished by others. This is not to be construed as permitting redesigning systems. Item # 14 BID DOCUMENTS 16401-11 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 602 of 646 A. Submit all requests for changes in the proposed layout due to structural features, equipment locations, and similar conditions to the Owner, with the following provisions: 1. Detail the reasons for the changes. 2. Submit requests within 30 days after award of Contract. 3. Make no changes without written approval of the Owner. B. Examine areas scheduled to receive electrical equipment and material for conditions which will adversely affect the execution, permanence, or quality of the work. Determine field conditions by actual measurement. Do not proceed with installation until defects have been corrected. 3.02 INSTALLATION A. GeneraL• Comply with NEC, NESC, local codes, and rules and regulations of local agencies having jurisdiction. Coordinate electrical installation of systems and packaged equipment items specified in other sections of these Specifications. 1. Conductors, circuit breakers, motor controllers, and protective devices indicated or specified shall be sized to serve the electrical equipment furnished and shall meet all requirements of the NEC. Voltage drop shall be limited to 3%, including main service, feeder, and branch circuit. 2. Coordinate protective, control, and signaling devices. B. Identification: Equipment such as but not limited to disconnect switches, motor starters, control panels, etc., shall be clearly marked. 1. Identify all devices operating at more than 250 VAC phase-to-phase or 125 VAC phase-to-ground with red enamel letters or numerals of appropriate height applied with a stencil. 2. Except as otherwise noted, all equipment shall be marked with engraved nameplates of laminated two-color phenolic plastic having white letters. Attach each nameplate with stainless steel screws. Align nameplates on equipment being marked in the center near the top. 3. Mark equipment mounted remotely from the source of power (such as pumps and fans) with equipment number, source of power, and starter location. Where starters are remotely mounted, marking shall include equipment name, number, and location. Item # 14 BID DOCUMENTS 16401-12 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 603 of 646 4. Conductors shall be identified at each termination, pull box, junction box, handhole, point of entry to or exit from wireways, panelboards, control panels, and other points of access. Tags or labels shall be securely affixed to the conductor in visible locations. Tags shall be durable plastic with the designation stamped on one side with suitable dies. Labels shall be permanent with legible black characters on white heat-shrink tubing or equivalent identification acceptable to the Owner. a. Power conductors shall be color-coded to identify phases, neutral and switch legs, using plastic, self-sealing tape. Tags or labels shall identify the switchboard, MCC, panel, etc., it is served from and the circuit number. b. The control conductor (including monitor and instrumentation conductors) shall be identified by color coding and tag or label as to wire number (corresponding to the manufacturer's wiring diagram) and equipment name. c. Power wiring and control wiring shall be identified in all handholes with a waterproof permanent tag attached to the cable with plastic cable ties. C. Equipment Connections: Provide complete system with all power and control connections required for proper operation. 1. Supports: a. Pipe straps, wall brackets, hangers, or ceiling trapeze. b. Power-driven threaded studs may be used in lieu of expansion bolts or machine or wood screws where acceptable to the Owner. c. Use threaded Gclamps on rigid steel conduit only. d. Do not weld conduit or pipe straps to steel structures. e. Non-metallic conduit through 1-inch size shall use one-hole snap- strap clamps and 1-1/4-inch through 2-inch shall use two-hole snap- strap clamps, with maximum spacing between supports as outlined in the NEC based on 50°C conductor temperature. Clamps shall be manufactured from a nylon compound. Item # 14 BID DOCUMENTS 16401-13 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 604 of 646 2. Expansion couplings shall be used in all straight lengths of non-metallic conduit in exposed applications. Maximum spacing between expansion couplings shall be 100 feet. 3. Connections: All conduits, where they enter sheet metal enclosures such as panelboards, pull boxes or outlet boxes, shall be secured in place by galvanized locknuts and bushings, one locknut inside of box with bushing on conduit end and one locknut outside of box for rigid conduit. The locknuts shall be tightened against the box without deforming the box. a. Conduit connections shall use fittings to maintain NEMA rating of enclosures. b. All bushings and conduit box connectors shall have the insulating material permanently fastened to the fittings. c. Grounding bushings shall be used in switchgear and motor control centers. d. Conduit connections exposed in wet locations shall be by watertight threaded hub. Metallic conduit box connections may use a two-piece hub with built-in recessed neoprene gasket such as Appleton Uni- Seal. Non-metallic conduit box connectors may use a neoprene flat washer or "O" ring placed over threads of the fitting between the shoulder of the fitting and the box. D. Wiring: 1. The Contractor shall provide a complete system of conductors as indicated. 2. Size shall be as required by the NEC and shall be #12 AWG minimum for power and lighting circuits and #14 AWG minimum for control and alarm c�rcuits. 3. Crimp-on insulated wire terminals shall be used on stranded wire for terminations. 4. Splices shall be in accessible locations only and shall be insulated-pressure type for #10 AWG and smaller wires. For #8 AWG and larger, use solderless connectors covered with an insulation material equivalent to the conductor insulation. E. Appearance: All items shall be cleaned or touched up as necessary to ensure first- class condition. Item # 14 BID DOCUMENTS 16401-14 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 605 of 646 3.03 FIELD TESTS AND OBSERVATION A. GeneraL• Do not enclose or cover any work until it has been observed, tested, and accepted. 1 2 Provide all personnel, equipment, and instruments required for observation and testing. Demonstrate that all circuits and devices are in operating condition. Tests shall include the following: a. Megger all motor windings before operation for insulation resistance and, if found low, dry out windings to secure acceptable insulation reslstance. b. Check control center components, buses, starters, breakers, relays, alarms, interlocks, etc., and place in service in accordance with the manufacturer's instructions. Inspect and adjust electrical equipment before energization. c. F� e Megger all power cables and wiring for insulation resistance and record. Check all motors for correct lubrication and lubricate, if required, in accordance with the manufacturer's instructions. Check direction of rotation of all motors and reverse, if necessary. 3. Assemble in binders and turn over to the Owner all instruction bulletins, lubrication schedules, operating instructions, pamphlets, parts lists, prints, etc. accompanying or attached to apparatus and equipment. 4. Notify the Engineer and the Owner 1 week before test date. 3.04 ADJUST AND CLEAN � : C. The Contractor shall remove excess and waste materials from the project site. Remove defective work and replace with material that meets Specification requirements or repair to the satisfaction of the Owner. Touch up scratches, abrasions, voids and other defects in factory- or shop-finished surfaces. Item # 14 BID DOCUMENTS 16401-15 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 606 of 646 END OF SECTION Item # 14 BID DOCUMENTS 16401-16 LOW VOLTAGE ELECTRICAL WORK 03720-035-01 GENERAL REQUIREMENTS Attachment number 4 Page 607 of 646 APPENDIX ODP DOCUMENTS Table of Contents: OWNER DIRECT PURCHASE (ODP) DOCUMENTS • Instructions for Addendum to Agreement • ODP Agreement Form o Addendum to Agreement o Attachment "A" o Attachment "B" o Attachment "C" o Attachment "D" • Procedures for Sales Tax Savings, Requests to Requisition and Receiving/Invoicing • Request to Requisition Form Appendix.doc i � ��,19�2�8) 4 Attachment number 4 Page 608 of 646 Item # 14 Attachment number 4 Page 609 of 646 OWNER DIRECT PURCHASE (ODP) DOCUMENTS Appendix.doc ioiai2�i�m # 14 Attachment number 4 Page 610 of 646 Item # 14 Attachment number 4 Page 611 of 646 INSTRUCTIONS FOR ADDENDUM TO AGREEMENT FOR CONSTRUCTION OF FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY CITY OF CLEARWATER CONTRACT # #09-0007-UT 1. The Contractor and the City, prior to the ordering of any materials, must complete the Addendum to Agreement for Construction of the Fermentation, First Anoxic, and Second Anoxic Tank Rehabilitation, East Advanced Pollution control. 2. Attachment "A" is to be completed by the Contractor and submitted with the Addendum. 3. Attachments "B", "C" and "D" relate to Owner-Furnished Materials that are part of the of a Subcontractor's Work. Attachments "B" and "C" would be completed for each Subcontractor responsible for materials as part of the Subcontractor's Work. 4. Submit two (2) original copies of the Addendum and Attachments to: City of Clearwater P. O. Box 4748 Clearwater, FL 33758-4748 If you have any questions regarding this process please direct them to: Stephanie Sansome, Senior Accountant Phone: 562-4744 Fax : 562-4755 E-Mail: Stephanie.Sansome@myClearwater.com Appendix.doc � t�/�6� Attachment number 4 Page 612 of 646 ADDENDUM TO AGREEMENT FOR CONSTRUCTION OF FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY CITY OF CLEARWATER CONTRACT No. #09-0007-UT In reference to contract # dated between City of Clearwater, the Owner, and , the Contractor, it is further AGREED as follows: 1. The Owner has reserved the right to purchase certain portions of the material for the Project directly in order to save applicable sales tax in compliance with Florida Law since owner is exempt from the payment of sales tax. 2. The attachments lettered "A", "B", and "C", attached hereto (as amended by notations thereon) and incorporated herein shall be executed by the Contractor and applicable Sub-contractors and the terms thereof shall govern the purchase of materials for the Project as determined by the Owner. 3. The contract price shall be reduced by the cost of the materials purchased by owner plus the normally applicable sales tax as bid by the Contractor even if the cost is in excess of the cost for the materials as bid by the Contractor. However, for purposes of calculating engineering fees, contractor fees, architects fees, and any other amounts that are based on the contract amount, the original contract amount shall be used. 4. The Contractor reserves the right to authorize payments for invoiced materials, prior to Owner's authorization process, as outlined in Attachment "D". 5. The Contractor will assist Owner in owner's direct purchase of materials for the project. However, owner acknowledges that Contractor's Sub-contractors nonetheless each reserves the right to purchase project materials directly, without Owner's prior approval and consequent power to eliminate reimbursement of sales tax. This addendum, upon its execution by both parties, is made an integral part of the aforementioned agreement. CITY OF CLEARWATER: CONTRACTOR: Date: City Manager/Owner ATTEST: City Clerk (City's Corporate Seal) APPROVED AS TO FORM: Carlos Colon Assistant City Attorney Date: Contractor ATTEST: Secretary Appendix.doc � t�/�6� Attachment number 4 Page 613 of 646 ATTACHMENT "A" FROM CITY OF CLEARWATER (OWNER) TO •�► : :► . � ►�_ :_ . PROJECT: FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (#09-0007-UT) 1. The Contract Price includes Florida sales and other applicable taxes for material, 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. Owner-purchasing of construction material, if selected, will be administered on a deductive Change Order basis. Additionally, Purchase Orders will include Owner's Certificate of Exemption number. 2. The Contractor shall provide the Owner a list of all intended suppliers, vendors, and material for consideration as Owner-Furnished Materials. The Contractor shall submit price quotes from the vendors, as well as a description of the materials to be supplied, estimated quantities, and prices. 3. The Contractor shall be fully responsible for all matters relating to the receipt of materials furnished by the Owner in accordance with these Special Provisions including, but not limited to, verifying correct quantities, verifying documents of orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, inspection and acceptance of the goods at the time of delivery due to the negligence of the Contractor. However, the owner assumes the risk of damage or loss during the time that the building materials are physically stored at the job site prior to their installation or incorporation into the project. The Contractor shall coordinate delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the Contractor for the particular material furnished. The Contractor shall provide all services required for the unloading and handling of materials. The Contractor agrees to indemnify and hold harmless the Owner from any and all claims of whatever nature resulting from non-payment of goods to suppliers arising from the action of the Contractor. 4. As Owner-Furnished Materials are delivered to the job site, the Contractor shall visually inspect all shipments from the suppliers, and approve the vendor's invoice for material delivered. The Contractor shall assure that each delivery of Owner-Furnished Materials is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and an invoice from the supplier conforming to the Purchase Order together with such additional information as the Owner may require. The Contractor will then forward the invoice to the Owner for payment, pursuant to Attachment A of this Contract. 5. The Contractor shall insure that Owner-Furnished Materials conform to the Specifications and determine prior to acceptance of goods at time of delivery if such materials are patently defective, and whether such materials are identical to the materials ordered and match the description on the bill of lading. If the Contractor discovers defective or non-conformities in Owner-Furnished Materials upon such visual inspection, the Contractor shall not utilize such nonconforming or defective materials in the Contractor's Work and instead shall properly notify the Owner of the defective or nonconforming condition so that repair or replacement of those materials can occur without undue delay or interruption to the Project. If the Contractor fails to perform such inspection and otherwise incorporates into the Contractor's Work such defective or nonconforming Owner-Furnished Materials, the condition ofwhich it either knewor should have known by performance of an inspection, Contractor shall be responsible for all damages to the Owner, resulting from Contractor's incorporation of such materials into the Project, including liquidating or delay damages. 6. The Contractor shall maintain records of all Owner-Furnished Materials it incorporates into Contractor's Work from the stock of Owner-Furnished Materials in its possession. The Contractor shall account monthly to the Owner for any Owner-Furnished Materials delivered into the Contractor's possession, indicating portions of all such materials which have been incorporated in the Contractor's Work. 7. The Contractor shall be responsible for obtaining and managing all warranties and guarantees for all materials and products as required by the Contract Documents. All repair, maintenance, or damage-repair calls shall be forwarded to the Contractor for resolution with the appropriate supplier, vendor, or subcontractor. Appendix.doc � t�/�6� Attachment number 4 Page 614 of 646 8. Notwithstanding the transfer of Owner-Furnished Materials by the Owner to the Contractor's possession, the Owner shall retain legal and equitable title to any and all Owner-Furnished Materials. 9. The Owner shall indemnify and hold Contractor harmless from any sales tax (and interest and penalties incurred in connection therewith) in the event there is a final determination that sales made by Owner, which Owner treats as being exempt from sales tax, are subject to sales tax. "Final determination" shall mean an assessment by the Department of Revenue that is no longer subject to protest, or a determination of a court having jurisdiction over such matters that is final and not subject to appeal. Contractor agrees to promptly notify owner of any audit, assessment, proposed assessment or notice of deficiency issued with regard to the Project and relating to Owner-Furnished Materials. 10. As invoices are received, Contractor shall be required to review invoices submitted by all suppliers of Owner-Furnished Materials delivered to the Project during that delivery for use by the Contractor and either concur or object to the Owner's issuance of payment to the suppliers, based upon Contractor's records of materials delivered to the site and any defects in such materials. 11. In order to arrange for the prompt payment to the supplier, the Contractor shall provide to the Owner a listing indicating the acceptance of the goods or materials within thirty (30) days of receipt of said goods or materials. The list shall include a copy of all applicable Purchase Orders which will include owner's Certificate of Exemption number, invoices, delivery tickets, written acceptance of the delivered item, and such other documentation as may be reasonably required by the Owner. The check will be released, delivered and remitted directly to the supplier. The Contractor agrees to assist the Owner to immediately obtain partial or final release or waivers as appropriate. At the end of the Project, Contractor will be provided with a deductive Change Order for the cost incurred by the Owner to provide all Owner-Furnished Materials. Salvage materials shall be stored or removed from the site by the Contractor at the Owner's direction, or may be turned over to the Contractor for salvage or disposal at the Contractor's option. 12. The Contractor shall be entitled to the benefits of any discounts attributable to the early payment of vendor invoices for materials furnished by the Owner pursuant to the Specifications. 13. The Contract between Contractor and Owner is hereby amended to clarify that Owner-Furnished Material shall be included in the Cost of the Work for the purpose of determining the Contract Sum due Contractor. Appendix.doc � t�/�6� �:ZiP►�1 TO ATTACHMENT "B" .� 1 ► : :► ■ � 11= : = (CONTRACTOR) (SUBCONTRACTOR) Attachment number 4 Page 615 of 646 PROJECT: FERMENTATION, FIRSTANOXICANDSECONDANOXICTANKREHABILITATION, EASTADVANCED POLLUTION CONTROL FACILITY (#09-0007-UT) 1. The Contract Price includes Florida sales and other applicable taxes for material, supplies, and equipment which will be a part of the Subcontractor's Work. The Owner, being exempt from sales tax, reserves the right to make direct purchases of various construction materials included in the Subcontractor's contract. Owner-Purchasing of construction material, if selected, will be administered on a deductive Change Order basis. Additionally, Purchase Orders will include owner's Certification of Exemption number. 2. The Subcontractor shall provide the owner a list of all intended suppliers, vendors, and material for consideration as Owner-Furnished Materials. The Subcontractor shall submit price quotes from the vendors, as well as a description of the materials to be supplied, estimated quantities, and prices. 3. The Subcontractor shall be fully responsible for all matters relating to the receipt of materials furnished by the Owner in accordance with these Special Provisions including, but not limited to, verifying correct quantities, verifying documents of orders in a timely manner, coordinating purchases, providing and obtaining all warranties and guarantees required by the Contract Documents, inspection and acceptance of the goods at the time of delivery due to the negligence of the Subcontractor. However, the Owner assumes the risk of damage or loss during the time that the building materials are physically stored at the job site prior to their installation or incorporation into the project. The Subcontractor shall coordinate delivery schedules, sequence of delivery, loading orientation, and other arrangements normally required by the Subcontractor for the particular material furnished. The Subcontractor shall provide all services required for the unloading and handling of materials. The Subcontractor agrees to indemnify and hold harmless the Owner from any and all claims of whatever nature resulting from non-payment of goods to suppliers arising from the action of the Subcontractor. 4. As Owner-Furnished Materials are delivered to the job site, the Subcontractor shall visually inspect all shipments from the suppliers, and approve the vendor's invoice for material delivered. The Subcontractor shall assure that each delivery of Owner-Furnished Materials is accompanied by documentation adequate to identify the Purchase Order against which the purchase is made. This documentation may consist of a delivery ticket and an invoice from the supplier conforming to the Purchase Order together with such additional information as the Owner may require. The Subcontractor will then forward the invoice to the Owner for payment, pursuant to Attachment "A" of this Contract. 5. The Subcontractor shall insure that Owner-Furnished Materials conform to the Specifications and determine prior to incorporation into the Subcontractor's Work if such materials are patently defective, and whether such materials are identical to the materials ordered and match the description on the bill of lading. If the Subcontractor discovers defective or non-conformities in Owner-Furnished Materials upon such visual inspection, the Subcontractor shall not utilize such nonconforming or defective materials in the Subcontractor's Work and instead shall properly notify the Owner of the defective or nonconforming condition so that repair or replacement of those materials can occur without undue delay or interruption to the Project. If the Contractor fails to perform such inspection and otherwise incorporates into the Subcontractor's Work such defective or nonconforming Owner-Furnished Materials, the condition of which it either knew or should have known by performance of an inspection, Subcontractor shall be responsible for all damages to the owner, resulting from Subcontractor's incorporation of such materials into the Project, including liquidating or delay damages. 6. The Subcontractor shall maintain records of all owner-Furnished Materials it incorporates into Subcontractor's Work from the stock of Owner-furnished Materials in its possession. The Subcontractor shall account monthly to the Owner for any owner-Furnished Materials delivered into the Subcontractor's possession, indicating portions of all such materials which have been incorporated in the Subcontractor's Work. 7. The Subcontractor shall be responsible for obtaining and managing all warranties and guarantees for all materials and products as required by the Contract Documents. All repair, maintenance, or damage-repair calls shall be forwarded to the Subcontractor for resolution with the appropriate supplier, vendor, or sub-subcontractor. Appendix.doc � t�/�6� Attachment number 4 Page 616 of 646 8. Notwithstanding the transfer of Owner-Furnished Materials by the Owner to the Subcontractor's possession, the Owner shall retain legal and equitable title to any and all Owner-Furnished Materials. 9. The Owner shall indemnify and hold Subcontractor harmless from any sales tax (and interest and penalties incurred in connection therewith) in the event there is a final determination that sales made by Owner, which Owner treats as being exempt from sales tax, are subject to sales tax. "Final determination" shall mean an assessment by the Department of Revenue that is no longer subject to protest, or a determination of a court having jurisdiction over such matters that is final and not subject to appeal. Subcontractor agrees to promptly notify Owner of any audit, assessment, proposed assessment or notice of deficiency issued with regard to the Project and relating to Owner-Furnished Materials. 10. As invoices are received, Subcontractor shall be required to review invoices submitted by all suppliers of Owner-Furnished Materials delivered to the Project during that delivery for use by the Subcontractor and either concur or object to the Owner's issuance of payment to the suppliers, based upon Subcontractor's records of materials delivered to the site and any defects in such materials. 11. In order to arrange for the prompt payment to the supplier, the Subcontractor shall provide to the Owner a listing indicating the acceptance of the goods or materials within fifteen (15) days of receipt of said goods or materials. The list shall include a copy of all applicable Purchase Orders which will include owner's Certificate of Exemption number, invoices, delivery tickets, written acceptance of the delivered item, and such other documentation as may be reasonably required by the Owner. The check will be released, delivered and remitted directly to the supplier. The Subcontractor agrees to assist the Owner to immediately obtain partial or final release or waivers as appropriate. At the end of the Project, Subcontractor will be provided with a deductive Change Order for the cost incurred by the Owner to provide all Owner-Furnished Materials. Salvage materials shall be stored or removed from the site by the Subcontractor at the Owner's direction, or may be turned over to the Subcontractor for salvage or disposal at the Subcontractor's option. Appendix.doc � t�/�6� ATTACHMENT "C" �.7i�1 To Attachment number 4 Page 617 of 646 (CONTRACTOR) (SUBCONTRACTOR) Project : FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (#09-0007-UT) This project qualifies the Owner to utilize its sales tax exemption for the purchase of materials used in the project. In order to do this, the City of Clearwater, Florida, (Owner) must pay for the materials directly. This shall be accomplished in the following manner: 1. Subcontracts will be issued by Contractor to Subcontractors in the usual manner, including sales tax. 2. Subcontractors will prepare their material orders and forward same to Contractor so that City of Clearwater (owner) purchase orders may be placed for these materials. 3. Contractor will return to the Subcontractor a copy of the City of Clearwater (owner) purchase order on behalf of the City of Clearwater (Owner). It shall read: To: Supplier For: Material per attached Subcontractor order, 4. The material supplier will then bill the City of Clearwater (Owner) c/o "Subcontractor" c/o Contractor. Subcontractor will approve invoice and send to Contractor who will submit same to City of Clearwater (Owner) for payment. 5.City of Clearwater (Owner) wil I then pay the invoice directly and the Subcontractor will be issued a deductive change order for the amount of the invoice plus sales tax. It is imperative that the Subcontractor approve the invoices and forward them to Contractor by the of each month for payment by the . Those received after the will be processed in the next month's billing cycle. Appendix.doc � t�/�6� Attachment number 4 Page 618 of 646 ATTACHMENT "D" PROCEDURE FOR GENERATING SUB-CONTRACTOR DIRECT PURCHASE ORDERS FOR SALES TAX CREDITS 1. General Contractor will submit requisition for materials with vendor information required (see vendor application form), item description, quantity if applicable, price, etc. Also included will be the sales tax savings amount. 2. Architect will review the requisition, and forward to the project manager for approval and preparation of electronic purchase requisition. Requisition must contain project number as well as correct account number. 3. Project Manager will then request requisition approval from the Finance Director. 4. Purchasing will issue purchase order and will mail, fax, or otherwise distribute purchase order as requested. 5. A purchase order summary report will be maintained indicating the following: purchase order number, owner Certificate of Exemption number, vendor, total amount of P.O., total tax savings, amount previously requested, amount of current request, and remaining balance of P.O. This report will be updated and issued with each group of payment requests (monthly). 6. Payment requests with invoices must have receiving paperwork with authorized signatures and must be submitted for approval as indicated below: 7. Payment authorization sequence: invoices must be submitted for approval in the following order: a. General Contractor b. Architect c. Project Manager d. Engineering/City Manager e. Purchasing/for processing only f. Finance/for processing only Appendix.doc � t�/�6� Attachment number 4 Page 619 of 646 PROCEDURES FOR SALES TAX SAVINGS, REQUESTS TO REQUISITION and RECEIVING/INVOICING CITY OF CLEARWATER : FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (#09-0007-UT) Contractor: CEI: Addendum to Aqreement for Construction: See separate instructions for completing the Addendum to Agreement. Process procedures for tax savinqs: 2. Completion of the Request to Requisition forms by Contractor. 3. Approved by CEI. Approver(s): 4. Original to Owner's Representative for processing of P.O. requisition. 5. Based on Request to Requisition forms a schedule will be prepared for the City's Purchasing Manager to reduce the Contractor's P.O. by the amount of the P.O.s to the Materials Suppliers. It is important to process as many material supplier Requests to Requisition as possible at one time thereby reducing the amount of changes necessary to Contractor's P.O. Construction contract will not change and the sum of the P.O.s to the Materials Suppliers plus the Contractor's P.O will represent the total contract commitment. Before sendinp to the Purchasinp Manaper, the schedule will be forwarded to the Owner's Representative, CEI and Contractor's representative for approval. We will need the e-mail address for the Contractor's & CEI's contact person(s) for this process. 6. The estimated sales tax savings for each materials requisition will be deducted from the primary lines of Contractor's P.O. A related Sales Tax Savings line for each charge code will be added to the Contractor's P.O. No changes will be made to the sales tax savings lines until all materials are purchased, received, accepted and paid for unless additional materials purchases are necessary. 7. Closing of the sales tax savings line on the Contractor's P.O. can only be done through a change order (Recommendation is that it's done on the final C/O). Process procedures for request to requisition forms: General description is a brief recap (sewer lines and manholes; water lines; etc) 2. Contractor should include their fax number as well as a contact number. 3. In the description section of the Request to Requisition include any special delivery instructions. 4. Indicate whether or not retainage is to be withheld. City's standard is 5%. 5. Include the address where the supplier is to mail invoices. 6. Where applicable, shipping and handling costs should be listed as a line item on the request to requisition. 7. City staff will complete the charge code line. Procedures where a detailed line item proaosal has been received from the ODP suaalier: a. On the request to requisition summarize the materials to be ordered by type of system (stormwater, streets, water, sewer, reclaimed, etc) giving the total dollar amount per for each system. Leave 2 line spaces between each system to allow for the addition of the City's charge code. b. Attach the supplier's proposal to be mailed as an attachment to the purchase order. Attachment Appendix.doc � t�/�6� Attachment number 4 Page 620 of 646 should include estimated auantities and tvnes of materials. Cost information is ontional. Procedures where a detailed line item proposal is not available: c. Provide quantities and detailed descriptions of the items to be ordered, per unit and total cost as the City's P.O. will be sent directly to the Materials Supplier. d. Materials on each request to requisition should be grouped in relation to the major billing line items on Contractor's P.O. Leave 2 spaces between each group, as the City will add the appropriate charge codes. The requesting official will be the Contractor's official with authority to procure materials. Contractor's authorized procurer(s): 9. The official approving that the materials requested meet the design specifications will be authorized personnel from the CEI only. Authorized approvers: NOTE: Anv materials ordered bv the contractor that are not included on the Citv's issued purchase order or anv amounts ordered that exceed the amounts on the Citv issued purchase order MUST be separatelv ordered pursuant to a purchase order directiv between the supplier and the contractor. These materials MUST be invoiced separatelv from the materials supplied pursuant to the Citv issued purchase order. Another option would be to submit an additional Request to Requisition to increase the amount of the ODP purchase order for that supplier. Process procedures for receivinq and invoicinq: 1. Upon receipt of materials, Contractor's representative will veri the materials are in usable condition and the quantity received. 2. The Materials Suppliers will be instructed on the City's P.O. to send their original invoice to the Contractor to the attention of . 3. Contractor must sign off on the invoice to approve the payment and, if no receiving report is attached, must indicate on the invoice that all materials were received in usable condition. Any discrepancies with the invoice are to be resolved between the Contractor and the Materials Supplier. If the invoice is in error, it can be corrected by the Contractor before forwarding for payment under the following conditions: a. A corrected supplier's invoice can be paid up to the amount ofthe originally issued invoice but not in excess of that amount. b. None of the original data on the invoice can be obliterated. If it is the City will return the invoice for replacement by a corrected one from the supplier. c. If the corrections cause the invoice amount to exceed the original billed amount, the excess must be invoiced separately by the supplier and is to have the same support documentation and/or approvals as all other invoices to be paid. 4. Supplier invoices for retainage amounts, if any has been withheld, are not required support documentation but must follow the approval process as all other invoices. 5. After approval the Contractor will forward the original invoice and any attachments to City of Clearwater's Owner Representative: 6. 7. 8. Appendix.doc City of Clearwater Department Name: Utilities Engineering Division Attn: Name: Robert Maue 100 N. Myrtle Avenue Clearwater, FL 33755 After approval and verification of the materials received the Owner's Representative will forward the original invoice and any attachments to the appropriate City department for payment processing. Steps 1 through 7 will be followed for each materials receipt and invoice. Materials purchase P.O.s can be closed only upon completion of the materials acquisition and at the approval of the Contractor. It�/�b� Attachment number 4 Page 621 of 646 9. Upon closing of a materials purchase P.O. any unused balance will be added back to the appropriate line(s) on Contractor's P.O. Closinq of Contractor's P.O.: 1. All Materials Suppliers' P.O.'s must be closed prior to the final change order and closing of the Contractor's P.O. Appendix.doc � t�/�6� Attachment number 4 Page 622 of 646 Item # 14 General Item Description: Vendor: Street Address: City/State/Zip: Receiving Location (Ship to): Street Address: City/State/Zip: Requested by: Phone Number: Date Needed by: Expense Code: � � �- 1 ' I ' �— `��� ,���.;�'�"�'��"��`�.� ����' �,���������� � � �� '��"��"���� PUBLIC WORKS REQUEST TO REQUISITION STANDARD PURCHASE ORDER (City will complete) Phone No: Attachment number 4 Page 623 of 646 Units Detailed Description Price Per Line # Quantit $, etC. (List shipping & handling charges, if applicable) Each Total Date: Requesting Official Title and Organization - Contractor Approving Official Title and Organization — C.E.I. Services Date: Completed forms are routed for approval to contracted C.E.&I. Firm and to Engineering. Engineering will process and provide records retention according to City of Clearwater's Records Management Program. Page 1 of 2 Item # 14 Attachment number 4 Page 624 of 646 Item # 14 � � �- 1 ' I ' �— `��� ,���.;�'�"�'��"��`�.� ����' �,���������� � � �� '��"��"���� PUBLIC WORKS REQUEST TO REQUISITION STANDARD PURCHASE ORDER (Continuation page) Requested by: Phone Number: Date Needed by: Expense Code: Attachment number 4 Page 625 of 646 Units Detailed Description Price Per Line # Quantit $, etC. (List shipping & handling charges, if applicable) Each Total Completed forms are routed for approval to contracted C.E.&I. Firm and to Engineering. Engineering will process and provide records retention according to City of Clearwater's Records Management Program. Page 2 Of 2 Appendix.doc � t�OP9l�� Attachment number 4 Page 626 of 646 Item # 14 Attachment number 4 Page 627 of 646 ATTACHMENT TO BIDDER'S PROPOSAL SCHEDULE OF MANUFACTURERS AND SUPPLIERS Project: Fermentation, First Anoxic and Second Anoxic Tank Rehabilitation, East Advanced Pollution Control Facility The Contractor proposes that the items of major equipment named herein will be supplied by the Manufacturers and Suppliers set forth below as written by the Contractor (circle one), unless changes are specifically authorized by the Owner. If Manufacturers and Suppliers have not been determined, list all potential Manufacturers and Suppliers. Preliminary acceptance of equipment listed by the Manufacturer's name and model shall not in any way constitute a waiver of the specifications; final acceptance will be based on full conformity with the specifications covering the equipment. Section Item Manufacturer/Supplier 11228 Mixers (Already purchased by . � � � , . the Cit ) b. Philadel hia Mixin Solutions 11378 Positive Displacement Blowers a. Aerzen USA Corporation b. Universal Blower Pac, Inc. 03720-035-01 BIDDER'S PROPOSAL ATTACHMENT BID DOCUMENTS EQUIPMENT LIST Item # 14 Attachment number 4 Page 628 of 646 Item # 14 SECTION V CONTRACT DOCUMENTS Table of Contents: Attachment number 4 Page 629 of 646 CONTRACTBOND ..................................................................................................................... 1 CONTRACT.................................................................................................................................. 3 CONTRACTOR'S AFFIDAVIT FOR FINAL PAYMENT ..................................................... 6 PROPOSALBOND ...................................................................................................................... 7 AFFIDAVIT.................................................................................................................................. 8 NON-COLLUSION AFFIDAVIT ............................................................................................... 9 PROPOSAL.................................................................................................................................10 CITY OF CLEARWATER ADDENDUM SHEET ................................................................. 13 BIDDER'S PROPOSAL ............................................................................................................. 14 SecrionV 072009.doc Page i �t2�1��.'6� Attachment number 4 Page 630 of 646 Item # 14 BOND NUMBER: CONTRACT BOND STATE OF FLORIDA COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we Contractor and (Surety) whose home address is Attachment number 4 Page 631 of 646 as 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: FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-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 TffiS 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. SecrionV 072009.doc Page 1 of 15 �{.'�Q� � 4 Attachment number 4 Page 632 of 646 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 ATTEST: WITNESS: COUNTERSIGNED: CONTRACTOR : SURETY : ATTORNEY-IN-FACT SecrionV 072009.doc Page 2 of 15 �{.'�Q� � 4 Attachment number 4 Page 633 of 646 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: FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-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 WffiCH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES ARISING OUT OF TffiS 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 TffiS 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. SecrionV 072009.doc Page 3 of 15 �{.'�Q� � 4 Attachment number 4 Page 634 of 646 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 dav 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 dav 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. SecrionV 072009.doc Page 4 of 15 �{.'�Q� � 4 Attachment number 4 Page 635 of 646 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 (Contractor must indicate whether Corporation, Partnership, Company or Individual.) (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). (Seal) Attest: Cynthia E. Goudeau, City Clerk Approved as to form: Camilo Soto Assistant City Attorney (Contractor) By: (SEAL) SecrionV 072009.doc Page 5 of 15 �{.'�Q� � 4 Attachment number 4 Page 636 of 646 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: FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-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 L,aw as set forth in Chapter 713, Florida Statutes. Sworn and subscribed to before me This day of , 20 :• NOTARY PUBLIC My Commission Expires: AFFIANT PRESIDENT SecrionV 072009.doc Page 6 of 15 �t@9PP4�10� 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 _ Attachment number 4 Page 637 of 646 That we, the undersigned, , 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: 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 (Principal must indicate whether corporation, partnership, company or individual) 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. 20 Principal By: Title Surety SecrionV 072009.doc Page 7 of 15 �t@9PP4�10� Attachment number 4 Page 638 of 646 AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA ) COUNTY OF ) being duly sworn, 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 Affiant further says that (Name of Corporation) ls (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). Sworn to before me this day of , 20 Affiant Notary Public Type/print/stamp name of Notary Title or rank, and Serial No., if any SecrionV 072009.doc Page S of 15 �t@9PP4�10� STATE OF FLORIDA COUNTY OF Attachment number 4 Page 639 of 646 NON-COLLUSION AFFIDAVIT 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 fiY the bid price or affiant or any other bidder, or to fiY 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 SecrionV 072009.doc Page 9 of 15 �t@9PP4�10� Attachment number 4 Page 640 of 646 PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-UT) and doing such other work incidental thereto, all in accordance with the contract documents, marked FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-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: SecrionV 072009.doc Page 10 of 15 �t@9PP4�10� Attachment number 4 Page 641 of 646 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). SecrionV 072009.doc Page 11 of 15 �t@9PP4�10� Attachment number 4 Page 642 of 646 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 SecrionV 072009.doc Page 12 of 15 �t@9PP4�10� Attachment number 4 Page 643 of 646 CITY OF CLEARWATER ADDENDUM SHEET FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-UT) Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specifications. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Addendum No. Date: Date: Date: Date: Date: Date: Date: Date: Date: Date: Date: (Name of Bidder) (Signature of Officer) (Title of Officer) (Date) SecrionV 072009.doc Page 13 of 15 �t@9PP4�10� Attachment number 4 Page 644 of 646 BIDDER'S PROPOSAL PROJECT: FERMENTATION, FIRST ANOXIC AND SECOND ANOXIC TANK REHABILITATION, EAST ADVANCED POLLUTION CONTROL FACILITY (PROJECT #: 09-0007-UT) ITEM DESCRIPTION EST. UNIT PRICE TOTAL NO. UNIT QTY East APCF — Fermentation, First Anoxic, and Second Anoxic Rehabilitation 1 Mobilization/Demobilization 1 LS 2 Demolition of Mixers 1 LS 3a Furnish and Deliver Nineteen (19) Mixers — ODP Item 0 LS $ 0 $ 0 OT USED 3b Mixer Sales Tax OT USED 0 LS $ 0 $ 0 3c Installation, Testin , and Warran of New Mixers 1 LS 4a Furnish and Deliver Two 2 PD Blowers — ODP Item 1 LS 4b Blower Sales Tax 1 LS 4c Installation, Testin , and Warran of New Blowers 1 LS Sa Furnish and Deliver Medium Bubble Diffuser S stem 1 LS Sb Diffuser S stem sales Tax — NOT USED 0 LS $ 0 $ 0 Sc Installation, Testing and Warranty of Medium Bubble 1 LS Diffuser S stem 6 Furnish, Deliver, and Install a Temporary Chemical Feed 1 LS S stem for Micro-CG 7 Su � 1 Micro-CG for Duration of Pro'ect OT USED 0 GAL $ 0 $ 0 8 Tank Rehabilitation 1 LS 9 Tank Cleanin and Settled Grit Removal 500 CY 10 Tem or Flow Diversion 1 LS Subtotal Bid Item Nos. 1-10 — 11 Owner's 10% Contin enc ° Total Bid Item Nos. 1-11 — Base Bid Subtotal Bid Item Nos. 1-10 = Subtotal Owner's 10% Contin enc id Item Nos. ll= Base Bid Grand Total Bid Item Nos. 1-11 = ADDITIVE ALTERNATE (A roval b the Owner and En ineer is re uired rior to roceedin ) ITEM DESCRIPTION EST. UNIT PRICE TOTAL NO. UNIT QTY 12 East-West Channel Walkwa Re airs 1 LS 13 Gate O enin Re airs 1 LS Additive Alternate Subtotal(Item Nos. 12-13) — 14 Owner's 10% Contin enc ° Additive Alternate Total Item Nos. 12-14 — Grand Total (Based Bid + Additive Alternate) _ CONTRACTOR: SecrionV 072009.doc Page 14 of 15 �t@9PP4�10� BIDDER'S BASE BID GRAND TOTAL BIDDER'S BASE BID GRAND TOTAL Attachment number 4 Page 645 of 646 ) (Words) BIDDER'S ADDITIVE ALTERNATE GRAND TOTAL $ (Numbers) BIDDER'S ADDITIVE ALTERNATE GRAND TOTAL BIDDER'S GRAND TOTAL (BASE BID PLUS ADDITIVE ALTERNATES) $ (Numbers) BIDDER'S GRAND TOTAL (BASE BID PLUS ADDITIVE ALTERNATES) ords) ords) THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON ffiS 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. AWARD OF THE CONTRACT WILL BE BASED ON THE LOWEST TOTAL BASE BID AMOLTNT. SecrionV 072009.doc Page 15 of 15 �t@9PP4�10� Attachment number 4 Page 646 of 646 Item # 14 ; t-�, �. �.. ia . ��i' ii�;- �, � < y¢ � .� b - 4�` ��� 1 � I I C� E � ', � � �� F � _ = : ks . «,: w �� `� I }t''� VeV . ". �•i' 6] M.C,-:,� ..._ �'f '�t:. e � , ��``�' � p�o��`'„�<°.�� ��� �::{ 5 � � .`L , d' @_a,�.a. <::H:� ;�;. PUBLIC UTILIT7ES August 30, 2010 CITY OF Patrick R. Johnson Philadelphia Mixing Solutions, Ltd 27223 Bay Branch Drive Daphne, AL 36526 r°� � Atta�h ent number 5 Page 1 of 9 ��� � � ��1� CLEARWATER Posr Or•rrcc Box 4748� CLGARWAI'LR, FLOR�n�� 33758-4748 iVS� N.i�IRCT[7ILiSA�T:NUG, BLDG. C, CLEARWACBR� FLO�DA 33765-1945 TELCrxoNE <727) 562-4960 Fn� (727) 562-4963 RE: Letter of Intent to Order New Mixers City of Clearwater East APCF Dear Mr. Johnson: The City of Clearwater intends to purchase 19 anti-ragging mixers (Model XELSC 2000) manufactured by Philadelphia Mixing Solutions, Ltd., per quotation Q45520 dated August 30, 2010, (see attached). The mixers are to be delivered to the City's East APCF within 16 weeks after shop drawing approval. Philadelphia Mixing Solutions, Ltd. will invoice the City for a progress payment not to exceed 50 percent of the Mixer Price, at the time of shipment of the mixers. Should the City cancel the project after shop drawing submission, the City agrees to pay Philadelphia Mixing Solutions, Ltd. an amount of $12,000 for the shop drawings per the Submittal Preparation line item on attached quotation. Please use this Letter of Intent to Purchase mixers as authorization to commence shop drawing preparation and submission. The tabrication of the mixers should proceed immediately after shop drawings are approved. If you have any questions, piease contact me at 562-4960 ext. 7222. Sincerely, Tracy Me Public Utilities Director �;�;� ���c��,u. ���ri.o� ��rnr avu Arna»:�rn r: Ar.no� E�u�i.o� ea �, Item # 14 I..etter to Patricl<Johnson I_etter of Intent to Purchase Mixers 8/30/10 Attachment Copies to: Jill Silverboard, Assistant City Manager Nan Bennett, PE — Assistant Director of Public Utilities Robert Fahey, PE — Engineering Manager, City of Clearwater Loren Pratt, City of Clearwater Thomas Friedrich, Jones Edmunds Tak Kai Pang, Jones Edmunds Attachment number 5 Page 2 of 9 Item # 14 Attachment number 5 Page 3 of 9 �4�� PH►LADEIPH►A r.�� ���' _ �� •-�--� M►X1NG � � ' : SOLUTIONS � `� s � ,��= Date: Au ust 30, 2010 No. of Pa es: 7 Tracy Mercer, To: Director of Public Utilities From: Michael Bisho Com an : Cit of Clearwater Phone No.: 717.832.8860 Phone No.: 727.562.4960 Fax No.: 717.832.1748 Fax No.: 727.562.4963 Email Address: mbisho hilamixers.com CC: Patrick Johnson — PMSL; Bob Bierhorst — MTS Sub'ect: Q45520-rev5 — Clearwater, FL East APCF Anoxic Mixer Re lacement Pro'ect Dear Ms. Mercer: Philadelphia Mixing Solutions is pleased to offer its equipment to meet the requirements of the Clearwater, FL proier,t. If you have any c}uestions or c�ancerns about our offering,�.!�lease don'# hesitate �o contact us. East Plant First and Second Anoxic Tank Mixers (19 mixers required) Tank: 27' x 27' x 19.5' (15.5' SWD) — 19 Tanks and 1 Mixer per Tank 84,525 gal per mixing zone Drive: 4000 Unifirst Series, Heavy Duty Parallel Shaft Gear Reducer 20 RPM, Service Factor of 2.0, No Seal required Motor: 1.0 HP, Severe Duty, Premium Efficient, 1800 RPM, 460 VAC, 60 Hz, 3 phase Shaft: 2.5" diameter, 316 Stainless Steel Impeller: 80" diameter, XELSC 2000 Down Pumping, Anti-Ragging Hydrofoii Impeiler, Fiberglass Reinforced Plastic Body, 316 Stainiess Steel interface with shaft Mixer Price (19 units) .................................................................................LOT $ 311,OOO.00 Spare Parts One (1) Spare Motor and Gearbox per Section 11228-1.10-A.1.a is not included. An extended warranty is offerQ� in lieu cf this requirerr�ert. See VVarranty section below. Rubber Buffers do not apply to the Philadeiphia Mixing Solutions design and are not included. Submittal Preparation Engineering time and additional resources required to finalize design and submit for approval. This amount will be invoiced after work is completed for the project in the event that the Letter of Intent does not develop into a Purchase Order. Price........................................................................................................LOT $ 12,OOO.00 Confidential/Proprietary Page 1 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solu���I�,�L� Attachment number 5 Page 4 of 9 ���:� __ ._._._� _. .5� �PHILADELPHIA� ������• --� M1XING � - . SOLUTIONS ;��. �.........._ �.�...�...� .�.�.�..._ Start-up Assistance Ten (�f�) days over five (5) separate trips of start-up assistance is included, and will be provided by our factory representative. Each train is expected to require 2 days each trip for manufacturer's services. Price........................................................................................................$ 8,OOO.00 Freight Freight is included in the pricing listed above. Estimated amount included above is $2,000. Clarifications to Specifications VFD's, Concrete Anchor Bolts, and Baffles not included in scope of supply. Anchor Bolts for securing the Mixer to the Base Plate will be provided. Concrete Anchor Replacement or Rehabilitation is not included in this scope of supply. Motor service factor of 3.0 will not be provided. Typical motors with 1.15 service factor or higher will be provided. Section 11228-2.01-F lists a requirement of <3, so exception is not taken because 1.15 is less than 3.0. Section 11228-2.02-B.4 requires rubber buffers and powder coated surface for the mounting assembly. This is part of the Invent requirements for proper operation. Our standard mounting arrangement with sub base plate as required will be provided. Items Not Included in Philadelphia Mixers Scope of Supply or Pricinq Only those items explicitly described previously are included in our scope of supply. Unless specifically stated above, the following items are not inciuded in our pricing: tanks; mixer support bridges or structures, platforms, walkways, structural steel beam or channel supports; handrails; grating; lubricants; motor controls or starters; wiring; conduit or other electrical components not explicit!y described in this quotation; ho!d do�vn hardware; bridge or platform designs or recommendations; installation; field service, state or local taxes; or field or finish painting. Paint All non-wetted parts will be shipped with Philadelphia Mixing Solutions (PMSL's) factory paint, suitable for use as a finish coat. All touch-up and additional finish coats are to be applied in the fieid by others. Wetted parts, of 304 or 316 stainless steel will not be painted. Confidential/Proprietary Page 2 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Sol��i��#L��. Attachment number 5 Page 5 of 9 � � --°--- ����: F PHILADELPH►A-M ,.�� , � MIXING `� '� : SOLUT►4NS �,. _._...... � ..�.�. �-�--------- Warrantv Our mechanical warranty for this Project will be 48_ months after start up or �4 months after shipment, whichever comes first. We agree to repair or replace any mixer component supplied by PMSL that, during the warranty period, fails because of defects in materials or defects caused by factory workmanship. Unless agreed to elsewhere we warrant our products to be suitable for fit, form and function. This warranty is based upon proper storage, installation according to instructions, and proper maintenance after start-up. Our service manuals will detail the procedure to be used. Extended warranties are available upon request for a small fee. Drawinqs, Submittal, and Deliverv Schedule Drawings and data for approval can be supplied approximately 4 weeks after receipt and entry of your Letter of Intent. Drawing lead time is to be confirmed at time of Order Entry; subject to current Engineering Load. Shipment of the equipment can be mac�e a�proximately 72-�9�weeks after receipt of a fir�ai Purchase Orde� and release for fabrication. Manufacturing lead time is to be confirmed at drawing approval and full release to manufacturing; subject to current shop load. Terms and Conditions of Sale Prices quoted are good for 30 days of this quotation and our not being forced to withhold delivery no later than 120 days of acceptance of an order, after which are subject to review. Beyond 30 days of acceptance, the prices quoted are subject to escalation per MEPS International Ltd, located at http:/lwww.meps.co.uk/index.htm. For purposes of this escalation clause 65% of the quoted price will be deemed material subject to escalation. The final adjustment will be based on comparing the index at the point of release to manufacture (i.e.12 weeks prior to requested delivery) and today's date. This quotation is subject to the Terms and Conditions of Sale, as outlined on the attached. This quotation will become a part of any Purchase Order Agreement between Philadelphia Mixing Solutions Corporation and the successful Buyer or Contractor. Offerinq Basis Please note that our offering, as described herein, is based upon the contents of the Project Specifications, as originally issued but in no way constitute an acceptance of same. Additionally, submittals that authorize a release for fabrication shall constitute acceptance on the part of buyer and engineer. Shouid the contents of any other addenda (or applicable documents) have an affect on our offering, we reserve the right to modify our offering (and pricing) accordingly. We request your cooperation in keeping us abreast of all changes to the Contract Documents. Please notify our Sales Office of any changes. Philadelphia Mixing Solutions thanks you for this opportunity to work with you on this project. Should you have any questions, please do not hesitate to contact us. Regards, �����i Bz��o� Michael Bishop Application Engineer Philadelphia Mixing Solutions 717.832.8860 Confidential/Proprietary Page 3 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solul�ems�#L1�. Attachment number 5 Page 6 of 9 � �t, �: � PH/LADELPHIA ��• M►XING � SOLUTIONS ��A. � � - NOTICE The Materials contained in this presentation are deemed confidentiai and proprietary work product of Philadelphia Mixing Solutions, Ltd. Any reproduction, distribution, or sharing of the contents, in whole or in part, with an individual or entity other than the direct recipient of this material, its authorized agents, or employees is strictly prohibited. Philadelphia Mixing Solutions, Ltd. retains all rights herein. O Philadelphia Mixing Solutions, Ltd. 2010 Confidential/Proprietary Page 4 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solu�t�l�#L1� Attachment number 5 Page 7 of 9 � �; PHILADELPHIA ����--� MIXING �5� � . A . , SOLUT►ONS �.� �....� �..�...... PHILADELPHIA MIXERS STANDARD TERMS AND CONDITIONS OF SALES The Philadelphia Mixing Solutions ("Seiler") quotation accompanying this form is expressly conditioned upon the Customer's agreement to the following terms and conditions except to the extent they have been specifically modified, altered or amended in that quotation. Terms set forth in the quotation which differ from, conflict with or add to those set forth below shall govern. ADDITIONAL TERMS Any additional, different or contradicting terms or conditions contained in the Customer's order or other Customer document shall not be deemed acceptable by Seller unless such acceptance is in writing signed by an authorized representative of Seller and specifically refers to each such term or condition. Selier hereby objects to any additional, conflicting or different terms or conditions in any writing of Customer prior to or subsequent to this document, deems any such terms and conditions unacceptable mater�ial aiteratians and shall not be bound by any such terms and conditions unless approved in writing signed by an authorized representative of Seller. Any agreement or other understanding modifying the conditions of the contract resulting from Seller's acceptance of Customer's order wiil not be binding upon Seller uniess made in writing signed by an authorized representative of Selier. Customer orders received containing additional, different or conflicting terms are subject to Seller's subsequent acceptance by issuance of Seller's formal acknowledgment. GENERAL Stenographic and clerical errors are subject to correction. All price lists and discount schedules of seller are subject to change without notice. Unless otherwise agreed, Seller reserves the right to apply prices in effect at time of shipment. Seller reserves the right to amend the quotation at any time prior to acceptance. Orders are received subject to Seller's acceptance by issuance of Seller's formal acknowledgment. PROPRIETARY MATERIAL All specifications, drawings, technical data or engineering information supplied to Customer by Seller shall be considered proprietary to Seller, shall not be used except in connection with this quotation, or disclosed to others without Seller's written consent, shall remain the property of Seller and be returned upon request. DISPUTES All disputes, claims or controversies arising out of or in any way relating to the sale of products by Seller to Customer, shall be governed by New York law, and shall be settled by arbitration in accordance with the rules of Construc#ion Industry Arbitration of the American Arbitration Association v�iith all proceedings to be held in New York, NY. WARRANTY For a period of 48 months after start up or 5�d months after shipment, whichever comes first, Seller warrants that the products soid to Customer will be free from defects in materials and workmanship, and will perform the particular function for which they are intended. Mixers and aerators are warranted to be fit to perform the function for which they are intended when operated under the specified mixing or design conditions, provided accurate and necessary data have been furnished to Selier in writing by Customer. Seller assumes no responsibility for the accuracy or reliability of specifications, design conditions, or other data furnished by or on behalf of Customer or the ultimate user. Customer selected materials are warranted only to conform with Customer specifications. Materials not specified by Customer shall be Seller's standard materials of construction for out of tank components. Material Confidential/Proprietary Page 5 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solu�t���.Lt� Attachment number 5 Page 8 of 9 � � f; PHILADELPHIA ���\� M►XING � � * . ..;� SOLUT/0NS exposed to process are not warranted against corrosion or other deterioration due to exposure to vessel contents. These warranties shall not be effective if the product or part is not used strictly in accordance with all instructions as to storage, handling, maintenance, lubrication, installation, startup, operation and safety set forth in the manuals and instruction sheets furnished by Seller. The standards of the American Gear Manufacturers Association will be used, and shali govern where appiicable, in the manufacture of gears and gear drive assemblies unless Seller expressly agrees otherwise in writing. THE FOREGOING LIMITED WARRANTIES ARE EXCLUSIVE AND ARE IN LIEU OF ALL OTHER WARRANTIES, EXPRESS AND IMPLIED, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. LIMITATION OF REMEDIES Customers remedy for breach of any of the forgoing warranties shall be limited to replacement or repair by Seiler of any defective equipment or parts discovered during the 1 year warranty period. Such products or parts shall be shipped to Seller F.O.B. Seller's plant or F.O.B. at such other location as may be designated by Seller. Seller shall have the right at its sole discretion to refund the purchase price paid by Customer in lieu of repair or replacement. Without limiting the foregoing, under no circumstances shall Seller be liable for any expenses far removai of allegedly defective equipment or parts or for installation costs of repaired or replaced equipment or parts. All claims for breach of any Seller's warranties shali be barred unless Customer notifies Seller of such breach in writing within 30 days of discovery of the breach. LIMITATION OF LIABILITIES Seller shall not be liable for any liquidated, consequential or incidental damages due to defects in, malfunctions or failure of its products to perform, late delivery of loss of use nor shall Selier's total liability under any circumstances exceed the purchase price of the products sold. Seiler shall not be liable for any damage resulting from improper storage or handling following shipment. Seller shall not be responsible for repairs performed by others outside Seller's plant unless such repairs are authorized by Seller in writing in advance. Seller shali not be responsibie for any defects in any components such as gears, shafts, bearings, or motors furnished by others. INSPECTIC�NS AND REJECTIONS Customer shall promptly inspect all shipment� of material upon delivery for physical defects, conformity to specifications and completeness including all components necessary for instaliation and shall notify Seller in writing of all defects, non-conformities or missing items within 15 days of delivery. Thereafter, the shipment shall be deemed accepted and assumed to be complete and Seller shali have the right to impose additional charges for allegedly missing items later requested by Customer. Defects not impairing satisfactory operation of the equipment shall not be a ground for rejection. Seiler reserves the right to inspect allegedly defective goods at point of delivery or ship them to a destination of its choice. No material shail be returned without Seller's written permission. MATERIAL FURNISHED BY CUSTOMER Materials which Customer furnishes for incorporation into any order shall be shipped F.O.B. Seller's plant freight prepaid by Customer. If material defects are found by Seller in materials furnished by Customer, Seller may notify customer and charge it for all expenses incurred by Seller through the date of discovery of the Confidential/Proprietary Page 6 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solu��,�.� Attachment number 5 Page 9 of 9 .�, m ,; w_w...,�_�....._e__a____.�__________�.�. �. �, � t PHILADELPH►A � ; MIX►NG �3 � � ;�y - SOLUTIONS � �� � � � defect. If minor defects can be repaired by Seller, extra charges as are necessary to cover repair work shall be paid by Customer. Shipment dates for orders where Customer furnishes material are predicated on timely receipt of such material free from defects. If any material furnished by Customer is damaged by Seller, Seller's responsibility shall be limited to the replacement cost of that material and Seller shall not be liable for any consequential or incidental damages. Seiler shall have no liability for loss or damage to Customer furnished material caused by unusually severe weather, fire, acts of God, government or other events beyond Seller's reasonable control. CANCELLATIONS • Orders placed by Customer may not be canceled without Seller's written consent. Customer agrees to indemnify Seller against all loss, damage or expense incurred due to cancellation including but not limited to the cost of speciai materials, non-resalable goods compieted or in process, labor, engineering time, overhead, profit and reasonable attorneys' fees incurred to collect such losses from Customer. SHIPMENT Unless otherwise quoted, Shipping is FOB Palmyra, PA without freight to the jobsite included in the price. Seller's responsibility ceases upon delivery to the carrier. Delivery to destination is not guaranteed by Seller. Claims for loss or damage in transit must be made by Customer against the carrier. In the absence of shipping instructions, Seller reserves the right to ship all material upon completion by the common carrier of its choice. Shipping dates are approximate and are based upon prompt receipt of an order, and all information necessary to commence manufacture. Completion and shipment may be subject to delays beyond Seller's reasonable control or that of Seller's suppliers, including, without limitation, labor disruptions, labor strikes, accidents, unusually severe weather, fires or other casuaities of acts of God or government. DEFERRED SHIPMENTS Shipments may not be deferred beyond the specified shipment date after commencement of manufacture without Seller's written consent. When shipping is deferred for the Customer's convenience, due to lack of shipping instructions, failure to complete agreed or new credit arrangements (due to a change in credit worthiness) satisfactory to Seller or late delivery of customer supplied material, Customer agrees to pay storage charges, interest and any other expenses incurred by Seller due to the delay. Orders on which delivery is deferred shall be invoiced upon completion of manufacture and are subject to finance, insurance, storage and liquidated damage charges. TAXES Prices quotPd do not include sales, use, excise or other taxes. When required by law, taxes will be billed and collectible as a separate item at time of shiprrient unless proof of a valid exemption satisfactory to the taxing authority is provided to Seller. TERMS OF PAYMENT Unless otherwise agreed, payment terms are net 30 days from the date of invoice. Invoices are dated upon shipment or, if shipment is delayed by Customer, as of the completion of manufacture. If payment is not made when due, Customer shall pay Seiler a finance charge of 1% per month. No retainages shall be deductible from or withheld by Customer from payments due Seller. Under no circumstances shail Customer have the right to delay payment until its receipt of payment from the ultimate user or other third party. Confidential/Proprietary Page 7 8/30/2010 Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solu�{@���d} Date: January 4, 2011 Attachment number 6 Page 1 of 7 . � , � JONES EDMUNDS & ASSOCIATES, INC. WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Proj ect Number: 03720-03 5-02 City Proj ect Number: #09-0007-UT 1. PROJECT TITLE: Bid and Construction Phase Services for the East WRF Fermentation, First Anoxic and Second Anoxic Rehabilitation Project 2. SCOPE OF SERVICES: Jones Edmunds & Associates, Inc. (Jones Edmunds) is pleased to provide the City of Clearwater with this proposal for Bid and Construction Phase Services to assist the City during the bid and construction phase of the Fermentation, First Anoxic and Second Tank Rehabilitation Project at the East Water Reclamation Facility (WRF). The upgrades/improvements specific to this facility include repair the deteriorated concrete, tank cleaning and removal of grit and rags, replace the mixers and submersible aerators with new mixers and blower and diffuser system, record drawings and final contract closeout. The City has requested that Jones Edmunds provide a resident proj ect representative (RPR) to observe the progress of the proj ect. The Contractor's allowed construction schedule is 270 days from Notice to Proceed (NTP). The proposed scope of work is as follow: I - PRE-DESIGN PHASE Not applicable II - DESIGN PHASE Not Applicable III - FINAL DESIGN PHASE Not Applicable IV - BIDDING PHASE Ite�� �4of 7 Attachment number 6 Page 2 of 7 Not Applicable V - CONSTRUCTION PHASE Task 5.1 Post Design Engineering Services Jones Edmunds will provide the following services: a. Pre-bid meeting— Jones Edmunds will conduct a pre-bid meeting with City's engineering and operation staff, and potential bidders. 7ones Edmunds will prepare the meeting agenda. The intent of the meeting is to review the bid requirements and schedule with the interested firms, and conduct a site visit after the meeting. Jones Edmunds will respond to questions from potential bidders and issue an addendum if necessary. b. Pre-construction meeting - Jones Edmunds Project Manager and its Construction Administrator/RPR will conduct a pre-construction meeting with the City's engineering and operations staff, contractor, and other applicable representatives. 7ones Edmunds will prepare the meeting agenda. The intent of the meeting is to review lines of communication, project requirements, schedule, milestone dates, required contractor submittals, monthly payment applications, Request for Information (RF� procedures and other key project information. Jones Edmunds will prepare the meeting minutes and contact list and submit this information to City staff and contractor within 5 working days following the meeting. c. Site visit with Contractor prior to mobilization — Jones Edmunds has budgeted for two (2) site visits upon request by the Contractor to review scope of work and site issues prior to Contractor mobilization. d. Assist the City in reviewing and preparing the documents for Owner Direct Purchase (ODP) items — blowers. e. Shop drawings and submittal review - Jones Edmunds has budgeted for review of 20 submittals including shop drawings, O&M manuals, and product substitution for compliance with the Contract Documents, diagrams, illustrations, catalog data, schedule and samples inclusive of re-submittals. These submittals will be reviewed for conformance with the contract documents of the proj ect to ensure that the proposed facilities will operate and achieve performance requirements. Jones Edmunds will maintain a submittal review log. Reviewed submittals will be distributed to the City, Contractor and the City's Project Representative. £ Respond to RFI - 7ones Edmunds has budgeted for the review and response to10 RFIs and/or interpretations of the contract documents. Jones Edmunds will maintain a RFI receipt/response log. Reviewed RFIs will be distributed to the City, Contractor and the City's Project Representative. Task 52 Construction Services Ite�� �Aof 7 Attachment number 6 Page 3 of 7 Jones Edmunds will provide the following services during construction of the proj ect: a. RPR — Jones Edmunds will provide one RPR on a half time basis (80 hours per month) to observe the site construction activities during the construction period (estimated at 9 months for a total of 720 hours). It is estimated that the site work will be completed within 8 months after the Contractor mobilization. The RPR will perform the following tasks: i. Observe the work related to the design requirements, verify quantities, and review the Contractor's "As-Built" redlines. ii. Prepare a site report after each site visit on observed activities, progress, discussions, and any identified deficiencies. A copy of the report will be provided to the City. iii. Review Contractor's request for payment, compare the request with the work completed, verify accuracy and recommend appropriate action to the City. iv. Attend and assist with administering 9 monthly progress meetings with the Contractor and the City to review project status including work progress, schedule, submittals, change orders, RFIs, material delivery, and Contractor's 2-week look ahead. The meetings will be held at the East WRF's operator break room. The RPR will prepare minutes of the meeting and distribute it via email to all attendees and other stakeholders. v. 7ones Edmunds has budgeted for 3 requests for change orders from the Contractor or from the City, and provide details and/or specifications, and documentation of the recommendations to the City. The City Proj ect Manager will prepare and issue the change order. vi. Witness equipment testing and review testing reports. vii. Coordinate with the City operation staffs during testing and startup, witness system startup and performance testing. viii. Arrange for and attend operation trainings by the Contractor and equipment manufacturers. ix. Coordinate with the City and other Contractor(s) that may be working in the facility. b. Structural Engineer site visit — Jones Edmunds structural subconsultant (ET Engineering) will conduct regular site visit to observe the structural repair work It is anticipated that a total of 20 trips will be performed. c. Proj ect Manager — 7ones Edmunds has budgeted for its Proj ect Manager to attend 9 monthly progress meetings and conduct 9 site visits/meetings to observe the work progress and to resolve any technical issues. c. Jones Edmunds will provide general interpretation of the Contract Documents, general correspondence with the City, Contractor, jurisdictional agencies and sub-consultants; and coordination of construction activities (observation, training equipment startup, ODP administration, etc.) among the appropriate personnel. Ite�� B4of 7 Attachment number 6 Page 4 of 7 Task 53 Post Construction Services Jones Edmunds will provide the following Post Construction Services: a. Substantial completion and final walk through — 7ones Edmunds RPR will attend one (1) substantial completion walk-through with the Contractor and the City's operation staffs and to prepare punch lists for the Contractor to complete and/or correct items that are required by the Contract Documents. Jones Edmunds will attend one (1) final walk through with the Contractor and city's operation staffs to inspect the punch list items and/or items to be completed by the Contractor. b. When the Contractor certifies that the Work including all punch list items have been completed, Jones Edmunds will perform one (1) final inspection of the completed work with the City (operations, Public Utilities, and Engineering) and prepare the Engineer's Certification for submittal to FDEP and, if needed, to the City's Building Department. c. Proj ect Close-out — Jones Edmunds will prepare and submit to the City a final set of construction documents, spare parts, and a final administrative change order. Prepare Record Drawings (based on the "As-Built" Drawings prepared by the Contractor), and submit one (1) signed and sealed hard copy and one (1) electronic copy to the City. 3. PROJECT GOALS: The goal of the project is to provide Construction Phase Services to the City during the Fermentation, First Anoxic and Second Anoxic Tank Rehabilitation project at the East WRF. At the end of the construction, 7ones Edmunds will deliver to the City one hard copy and one electronic copy of record drawings, one final set of shop drawings, construction documents, spare parts, final administrative change order, and equipment O&M manual. 4. BUDGET: Our fee for the Construction Phase Services including all labor and expenses anticipated to be incurred by Jones Edmunds for the completion of these tasks, on a time and material basis, is for a not to exceed amount of $ 154,300.00. Attachment B provides the budget fee and task. 5. SCHEDULE: Our fee is based on the premise that the project will be completed within 270 consecutive calendar days from issuance of notice-to-proceed to the Contractor. 6. STAFF ASSIGNMENT: City's Staffs Tom Robertson, P.E. Project Manager Loren Pratt Lead Operator — East WRF Ite�� �4of 7 7. 8. David Porter Katie Anding .Iones Edmunds Staffs Thomas W. Friedrich Tak Kai Pang, P.E. Gregg Fruecht Malcolm Koros, P.E. Bilgn Erel, P.E. Jack Drwiega, P.E. Attachment number 6 Page 5 of 7 Wastewater Environmental Technologies Manager Wastewater Environmental Technologies Coordinator Client Services Manager Proj ect Manager Resident Project Representative/Construction Administrator Electrical and Instrumentation Engineer Structural Engineer Proj ect Engineer CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to Tak Kai Pang P.E. All City project correspondence shall be directed to Tom Robertson, P.E., City's Project Manager with copies to others as may be appropriate. INVOICING/FUNDING PROCEDURES: Invoices will be submitted monthly to the City of Clearwater, Attn: Veronica Josef, Senior Staff Assistant, Engineering P.O. Box 4748, Clearwater, Florida 33758-4748, for work performed. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: �� �`7��_c�(-m�,�,�,_��-� � �����_� ��_������_�������� 9. SPECIAL CONSIDERATIONS: None PREPARED BY: Stanley F. Ferreira, PE Chief Operating Officer Jones Edmunds & Associates, Inc. Date APPROVED BY: Michael D. Quillen, PE City Engineer City of Clearwater Date I te�� '�4of 7 ° ��earwater � U �.� �rc�� ���° �;��.����i�.�`�rc��� ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM Attachment "A" CITY DELIVERABLES FORMAT Attachment number 6 Page 6 of 7 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 ineasurement 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. rnahonv(a),cl earwater-fl . com ➢ All electronic files must be delivered upon completion of proj ect or with 100% plan submittal to City of Clearwater. Ite�� �xlof 7 Attachment number 6 Page 7 of 7 ATTACHMENT B CITY OF CLEARWATER BID AND CONSTRUCTION PHASE SERVICES FOR THE EAST WRF FERMNETATION, FIRST ANOXIC AND SECOND ANOXIC REHABILITATION PROJECT PROJECT BUDGET JONES EDMUNDS Subconsultant Task Descri tion Services Labor Total 1.0 Pre-Desi n 1.1 Pro ect Mana ement Plan $0 1.2 Progress Reports $0 1.3 Coardination $0 1.4 Meeiings $0 1.5 Task Allowance 10% $0 �0 2.0 Design 2.1 Ground Surveys (ayz, Inc.) $0 $0 2.2 Geotechnical Services $0 $0 2.3 Utili Locaiions b Vacuum Excavaiion 10 $0 $0 2.4 Task Allowance 10% $0 �0 3.0 Final Desi n Plans and S ecitications 3.1 30°lo Submittal $0 3.2 60°lo Submittal $0 3.3 90°lo Submittal $0 3.4 Final Consiruction Documents $0 3.5 TaskAllowance (10°l0) $0 �0 4.0 Permittin Services 4.1 Prepare & submit applicaiions $0 4.2 TaskAllowance (10°l0) $0 �0 5.0 Construction Phase Services 5.1 Posi Design Engineering Services $ 19,$00 5.2 Construction Services $ 20,600 $ 94,900 5.3 Posi Consiruction Services $ 11,200 5.4 Task Allowance (0°l0) $0 � 146,�00 Subtotal, Labar and Subcontractors � 146,�00 Permit Review Fees � � Other Direct Costs (prints, photocopies, postage, etc) $ 7,$00 Grand Total � 1�4,300 Ite��'�4of 7 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Ratify and confirm Change Order 4 to APAC, Southeast, Inc. of Lutz, Florida for the East Avenue Trail Connector — Turner Street to Drew Street Project (09-0023-EN) in the amount of $361,672.77 to restore the East Avenue corridor due to CSX rail and tie replacement work; replace handicap curb ramps on East Avenue to meet current ADA standards; remove the southbound turn on Cleveland Street/East Avenue, due to converting southbound East Avenue to a bicycle trail; modify signage and add 342 calendar days to contract due to delays caused by the CSX Rail and Tie Replacement project. (consent) SUMMARY: Council awarded a construction contract on September 3, 2009 in the amount of $289,029.25 to APAC, Southeast, Inc. for the East Avenue Trail Connector —Turner Street to Drew Street (09-0023-EN). Through the course of this project, three previous change orders added $124,364.74 to the contract for additional curbing, debris removal and street restoration resulting from CSX Railroad rail and tie replacement. Change Order 4, in the amount of $361,672.77, is for the final restoration of the East Avenue corridor. The revised contract amount is $775,066.76. The City will receive reimbursement from ARRA funds through the Florida Department of Transportation for $289,029.25, the original East Avenue Trail construction contract. The Public Services Department will continue to maintain the roadway improvements. A first quarter amendment will transfer $361,672.77 Road Millage from Capital Improvement Program (CIP) project 0315-92273, Streets and Sidewalks to CIP 0315-92343, East Ave Trail to fund the Change Order. Type: Capital expenditure Current Year Budget?: No Budget Adjustment Comments: See Summary Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 0315-92343-563800-541-000- 0000 Review Approval: $361,672.77 $361,672.77 2010 to 2011 Amount $361,672.77 Budget Adjustment: Annual Operating Cost: Total Cost: Appropriation Comment See Summary Yes $361,672.77 Cover Memo Item # 15 RATIF'Y & CONFIRM CHANGE ORDER #4 PROJECT: East Avenue Trail Connector - Turner St. to Drew St. CONTRACTOR: APAC, Southeast, Inc. 4636 Scarborough Drive Lutz, FL 33559 Attachment number 1 Page 1 of 2 DATE: January 12, 2011 PROJECT NUMBER: 09-0023-EN PO REFERENCE NO.: ST 105759 COiJNCIL AWARDED: September 3, 2009 DATE OF CONTRACT: Sentember 4, 2009 CODE: 315-92343-563700-541-000-0000 (A) CODE: 315-92273-563700-541-000-0000 Bl SCOPE OF CHANGE: THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT Restore the East Avenue corridor due to CSX rail and tie replacement work, replace handicap curb ramps on East Avenue to meet current ADA standards, remove the southbound turn on Cleveland/East due to converting southbound East Avenue to a bicycle trail, and modify signage and extend contract by 342 calendar days due to CSX Railroad and tie replacement project. STATEMENT OF CONTRACT AMOUNT ACCEPTED BY: ORIGINAL CONTRACT AMOUNT Change Order #1 - CM Approved 3/11/10 Change Order #2 - CC Approved 5/20/10 Change Order #3 - CC Approved 8/18/10 Change Order #4 - CC 2/3/11 NEW CONTRACT AMOUNT Frank Hibbard, Mayor Camilo Soto, ATTEST: Rosemarie Call, llate: Assistant City Attorney City Clerk CTTY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA William B. Horne, II City Manager $289,029.25 $420.00 $85,481.44 $38,463.30 $361,672.77 $775,066.76 APAC, Southeast, Inc. BY: (SEAL) Gregory Baier, Vice President llate: Witnesses: Recommended By: City of Clearwater Tara Kivett, Project Manager Michael D. Quillen, PE City Engineer Item # 15 Page 2 of 2 Ratify & Confirm Change Order #4 Re: East Avenue Trail Connector - Turner St. to Drew St. Item Description Code A:0315-92343-563700-541-000-0000 Increases• �ty Units Unit Price Attachment number 1 Page 2 of 2 Contract Price 29 Restore Drew Street Crossing 13.36 TN $ 180.00 $2,404.80 32 Restore Laura to Park & Pierce Street 20.01 TN $ 215.00 $4,302.15 Crossing Additions• 37 Restore Turner Street Crossing and East Avenue Corridore 38 Excavate and Grade East Avenue Corridore 39 Restore Druid Street Crossing 40 Remove Debris at Druid St. Crossing 41 Replace ADA Ramps 42 Remove Cleveland Street Turn Lane and Widen Median 43 705-10-1, Object Marker, Type 1 44 711-11-111, 6" Solid Traffic Stripe (White) 45 711-11-123, 12" Solid Traffic Stripe (White) 46 711-11-231, 4" (3/9) Skip Traffic Stripe (Yellow) 47 Restore Golf Cart Crossings 48 Remove & Replace Type F Curb 49 Relocate Sign Post 50 Replace Stop Sign 51 Replace One-Way Sign 52 Replace All-Way Sign 53 Install 18"x24" One-Way Sign & Post Total Increases: $6,706.95 2016.31 TN $ 105.55 $212,821.52 1.00 LS $ 38,862.00 $38,862.00 57.44 TN $ 215.00 $12,349.60 1.00 LS $ 1,500.00 $1,500.00 1.00 LS $ 58,000.00 $58,000.00 1.00 LS $ 12,630.00 $12,630.00 2 EA $ 134.00 $268.00 0.4323 NM $ 4,028.00 $1,741.30 784 LF $ 2.25 $1,764.00 43 LF $ 0.80 $34.40 1 LS $ 9,700.00 $9,700.00 120 LF $ 36.00 $4,320.00 5 EA $ 80.00 $400.00 3 EA $ 45.00 $135.00 2 EA $ 35.00 $70.00 2 EA $ 10.00 $20.00 2 EA $ 175.00 $350.00 Total Additions: $354,965.82 Total Net Increases/Additions to Contract: $361,672.77 Item # 15 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Meeting Date:2/3/2011 Ratify and confirm Change Order 5 and Final to Misener Marine Construction, Inc. of Tampa, Florida for the Clearwater Harbor Marina (Downtown Boatslips Project 06-0033-MA) decreasing the contract amount by $18,681.40 for a new contract total of $11,130,330.76 and approve a time extension of 113 days for a new contract completion date of August 18, 2010. SUMMARY: April 17, 2008 City Council approved a contract to Misener Marine to build the Downtown Boatslips in the amount of $10,522,765.05. Subsequent, change orders have been approved with total increases to the contract amount by $626,247.11 for a new contract value of $11,149,012.16 for the addition of seawall repairs, a new seawall cap along the entire downtown waterfront, along with repairs to the reclaimed water line damaged during pile driving and added 39 days to the contract. Final Change Order 5 requires Council approval due to a time extension (113 days) exceeding 60 days and includes an $18,681.40 credit provided to the City by Misener Marine Construction for the Brighthouse cable installation, which was ultimately performed by Brighthouse, for a new contract value of $11,130,330.76. The 113 calendar days to be added to the contract are for inclement weather, utility locates, survey work, and time for city reviews and approvals. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: Not to Exceed: For Fiscal Year: Appropriation Code 0315-93405-563800-575 Review Approval: (18,681.40) (18,681.40) 2010 to 2011 Amount (18,681.40) Budget Adjustment: Annual Operating Cost: Total Cost: Appropriation Comment I� (18,681.40) Cover Memo Item # 16 Ratify & Confirm Change Order #5 & Final PROJECT: Downtown Boat Slips Attachment number 1 Date: Januarv 12, 2011 Paqe � of 2 PROJECT NUMBER: 06-0033-MA PO REFERENCE NO.: ST 104480 COUNCIL APPROVED: Auri117, 2008 CONTRACT DATE: Mav 21, 2008 CONTRACTOR Misener Marine Construction, Inc. 5600 W. Commerce Street CODE: 0362-93405-563800-575-000-0000 A Tampa, FL 33616 CODE: 0315-93405-563800-575-000-0000 B CODE: 0315-93497-563800-541-000-0000 C SCOPE OF CHANGE: THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT This change order decrease the contract for unused items and approves a time extension of one hundred and thirteen (113) days. See attached sheet for details. STATEMENT OF CONTRACT AMOUNT PO ST104480 Adm. CO #1 - CM 07/28/2009 Adm. CO #2 - CM 02/08/2010 Adm CO #3 - CM 06/30/2010 Adm. CO #4 - CM 09/27/2010 RC CO 5& Final - CC 02/3/2011 NEW CONTRACT AMOUNT PO ST104480-1 NEW CONTRACT AMOUNT ORIGINAL CONTRACT AMOUNT Adm. CO #1 - CM 07/28/2009 Adm. CO #2 - CM 02/08/2010 Adm. CO #3 - CM 06/30/2010 Adm. CO #4 - CM 09/27/2010 RC CO 5& Final - CC 02/3/2011 NEW CONTRACT AMOUNT Frank Hibbard, Mayor ATTEST: Laura Mahony, Date: Rosemarie Call, Date: Assistani City Attorney Ciry Clerk CITY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA $9,798,418.34 $376,177.49 $78,857.01 $71,212.61 $100,000.00 ( �i'1 �, ��'1.� C) } $10,405,984.05 $724,346.71 $0.00 $724,346.71 $10,522,765.05 $376,177.49 $78,857.01 $71,212.61 $100,000.00 ( �i'1 �, ��'1.� C) } $11,130,330.76 ACCEPTED BY: Misener Marine Construction, Inc. By: John W. Whalen, Vice President Date: Witnesses: Recommended By: City of Clearwater Ed Chesney, Environmenial Manager Michael D. Quillen, PE, City Engineer �) William B. Horne, II City Manager Item # 16 Page 2 of 2 Ratify & Confirm Change Order #5 & Final Re: Downtown Boat Slips (06-0033-MA) ITEM DESCRIPTION QUANTITY UNIT UNIT COST ����~����; �:���� �e �����m�33�(��m��b3�i���m��i�m�i�����m�i������� 15 Install Electrical System-North D 0.009639935 LS $933,616.26 16 Install Electrical System-South 0.009639938 LS $933,616.00 Docks 29 Upgrade Electrical at Slip Units Attachment number 1 Page 2 of 2 TOTAL COST �`��>,C;{;{).C;{)} �`��>,C;{;{).C;{)} 0.1 LS $6,814.00 ($(��l.�f;} 'i`c���l ����:��� ��� �,�"�£�� .��)� Item # 16 City Council Agenda Council Chambers - City Hall Meeting Date:2/3/2011 SUBJECT / RECOMMENDATION: Re-appoint Frank Dame and Doreen DiPolito to the Community Development Board with the terms to expire February 28, 2015. 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: 2 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(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE. 1. Frank Dame — 407 Leeward Island, 33767 — Self Employed: Investor, Yacht Broker — B.S. Finance & Marketing Original Appointment: 12/14/06 (0 Absences in the last year) Interested in Reappointment: Yes (lst term expires 2/28/11) 2. Doreen DiPolito — 420 Druid Rd. W. Harbor Oaks, 33756 — Contractor & Mech. Eng. Original Appointment: 2/15/07 (1 Absence in the last year) Interested in Reappointment: Yes (lst term expires 2/28/11) THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: 1. Nino Accetta — 2724 Via Murano Unit 626, 33764 — Local Business OwnerBanker 2. Michael Boutzoukas — 2433 Bond Ave., 33759 — Attorney (Currently serving on the MCEB) 3. Sheila Cole — 252 Dolphin Point, 33767 — Exec. Director (Currently serving on the MCEB) 4. John Funk — 521 Mandalay Ave., #402, 33767 — Real Estate Broker 5. John Giotis — 851 Bayway Blvd., 33767 — School Principal 6. David L. Jaye — 2856 Shady Oak Ct., 33761 — Real Estate (Currently serving on the Brownfields) 7. Bob Luna — 774 Snug Island, Island Estates, 33767 — Mortgage & Real Estate Cover Memo Item # 17 8. Gro Miller — 1724 Thomas Dr., 33759 — Real Estate Broker 9. Mary Morrow — 2881 Deer Run S., 33761 — Senior Assoc/Bachelor Political Science (Resigned from EAB I/I9/II) 10. Alex Plisko — 2358 Barkwood Pass, 33763 — Architect (Currently serving on the Public Art & Design Board) 11. Raymond L. Toohey — 1729 Harbor Dr., 33755 — Sr. Mechanical Eng. 12. Donald van Weezel — 1290 Gulf Blvd., #1408, 33767 — Consultant/BA Econ. & Business (Currently serving on the MCEB) 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: Cover Memo Item # 17 Attachment number 1 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: �(�a-�c%L C. . �i`�/���_ Home Address: _ ZlrJ-1 L��c�2� 27 rt_'S'��SD ('� L- r-�-J�cl� r�'�-- Zip 3.3 %/ `7 Telephone: 7 2? - ��� Z � 't.(. � � Cell Phone: ?27 - G�Z -2�y`� How long a resident of Clearwater? ZDD 1 Office Address: '' J .<<` � =s= .� _/ �9; • • - -. . - ,.� ` • ' • • ' ��lu � � �r� � Occupation: �`v� C.��r ,�.�"�.2 ,� �,%�z �q.� Employer: ,���,�.Qa.,v.. �,� r�.�„�����A �,2,u� Field of Education: � ,. c���� s " r If retired, former occupation: Other Work Experience: , c._' � . • � I J _ �_� . � , � / /l�� . Community Activities: L'�,A..�rt� �v��..� C��,..�7I-a,rQ .. �r�� s���ic�y G�..`.�,T/"'�-� ��s ! � p�,��-+ ,�1 /y�. ...n /����, 7ii�1/S.i � Q Ai� e��'lb � °���—T7'�l /T1�� ��► �� I�inBis�s`!��/r/!�9 iy �fur.i���Ai'� . _� ✓>�� 4is l�Eiff/�L(r t � �y�� Other Interests: ��d,�,��'s_.�,�.s Board Service (current and past): :. .. . _ - � .. ,� .► . ' �-.�_� _ Board Preference: � �- � � - � '•� • • - . . , �._ ��: r� -- � .� !.� �� _ - - ,r_: ' • Signed: Date: 1 �y �� i See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & Le islative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off y ���t City Hall, 2nd Floor, 112 S. Osceola Avenue. �' � �� � �AN � � ���� C3�Fi�:C�ii. ��-����;� ��� t.EClSl,�A�1VE SRY� DEP'� Item # 17 Attachment number 1 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? � � ,�ii �,. =_Lr�: � � � � • r l / - ,� ! �u.�y.,, t/'r�a Ta ?"C� C� �'s 1't�o�.vr.�G -n �� �'� .�cso ,+2.�t'e!t€•4�{ .4�sJ ,+ 'c�a...,,•-• '�'�As • �� ► �. � 1a, 2. Have you ever o�serv�d a board meeting either in person or on C-View, #he City's TV station? Y �S ..� �,u � ¢- e - vl � �,J 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? ,i�± J .. w i. � Yj � .� " � .. / �. � ��� �i' S �� C�s�v �c �.y—�^L�J@f'J�i�cS�l!/"� �� � 4. Why do you want to serve on this Board? j7£, � /�,•-•a�, %�.ii_� 't {'�-Tudt.r_ [��%L �� -� .tlzz.: G.�s%2uci.t�nJ �r�s-�� Name: �(L,�i�L� L , �R-��- Board Name: �� � ��' .��,ei �T ��aa-r� Item # 17 �� Name: � CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS _ (must be Clearwater resident) ��- � Home Address: � r����� � w .- � C_ Zi �. � Telephone: `� �i ' �� ' c1 �l �.Q � Cell Phone: �` `� _ � � How long a resident of Clearwater? �� Occupation: �c�,�-r- �c� �- Field of Education: � � ��� Attachment number 2 Page 1 of 2 Office A dress: l � � � �`1�--.►C- � r�--v.,�. ��\ v-�� �L— Zip ��'1 S �F Telephone: � �-i � `-3 �F � � "�—1 � � E-mail Address: c� «� ��,-.. c-��. ���\ t-�.� C��`" rv�c;.� • L,nw�- ��'� __ Employer: Other Work Experience: If retired, former occupation: Community Activities: . � .Q �--�-c,�-�_� Other Interests: Board Service (current and past): C�� Additional Comments: Signed: Board Preference: C�� � �...-.� ��- .�..�-: Date: �— �e � 1 \ 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 applic�t��cn i��Hall, 2nd Floor, 112 S. Osceola Avenue. ��s � I� JAN 0 7 2011 ��� � ; y �,,��,� Item # 17 I.CG�l.A�'1� � �. BOARD QUESTIONNAIRE Attachment number 2 Page 2 of 2 1. What is your understanding of the board's duties and responsibilities? � 'Y�^� i r'F i��c1 C� M 11�1� �C�.� i— �� �V�T� 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? 4. Why do you want to serve on this Board? �'� G-�o, �-�-.�.s. .� ��-- Name: e � � Board Name: ��� Item # 17 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: 1 \ � l Yv� � ���; �. Home Address: Office Address: Attachment number 3 Page 1 of 2 �� ZL� ViIE f�t�R/k�lU� U.n�-� �oZ<o C�Q.I-�(Z�,.) �A�L �� Zip 3� � Zlq Telephone:� �{ �-(�,�( 3�� �-f Q�- 3 Telephone: How long a resident of Clearwater? �c,,� c� �!� /a (Z S Occupation: Lo �o�( i3,,,.,,,cs� o�.�-+n�.� �3��� Employer: C�� �� � Field of Education: ��vGi � �1 ee t2� n�Q If retired, former occupation: Community Other Interests: ..L.- v�l�n�-�e�2.- � Other Work Experience: J..rvS���.GG J—�c�� �P1�IQS� Prc � 1-rv���t-D�2 � �/i/vl�/�i'� Board Service (current and past): Board Preference: �����`' ��T� �,J� ��rvlrvtd✓1 i�ivl ��c� 4'Y1c�.�1 �'�Y�G� C ��IVIr'✓l�r'�TY \ ��J�IC�)(�n�l,v+-"� 1JC�G �N�'�0�(, l Z'SV��,-�c SS �e� � q,�/2I v D mw�. \ + Additional Comments: -�-- �� k-�o�� �r� -� ,{v►A-�'r�/q �1- (��-r.�,,�ce. . I k�q-a�� �- � � i � . � / ; . Signed: � e�� �.�„� `( ( � � Ip �s-w�-F-� h�2- .�✓►vJ ( ve-� Date: � I /3��% ZO ( C� 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. OsceolaAvenue. � ���� ���. ����� � �:�� � �„{,, �;. _:, : , � ���� � � ������ i +,*:: r � . .... '�..d� & { .�:t�.'.. . �.. _ v'3�'�::..: �.��:+��s� �+��� � `.6's� �;�i�`�3 Item # 17 Attachment number 3 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? Ta �,R2 � � l �� �u �l,v �e �.. � �t-e�-�-s �.e,.-�� r�u c.Le���v�a,�.�-� � e v�n -r� � �►� ��< < �i . l �, � s� -� �-i'"� �m,nu�� �r .�� �4 Ci,Nr,�¢r�.��InGI C�c�r� YI�:�S re��we �-o Oc�r ���e- P���SS. 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? G1 �`� C�mr►�-u� t����-n S�� �%S� ,��c� �en ee� n A�1, ��5 � rrn M a-� � , 1�� �/ �A%fn.� � . C�F7�'L�hr A�/� � �',CN-z�� �►�r. � �� � r 4. Why do you want to serve on this Board? �- � , / i I / � ' __� ` �'" ' `t � S/ Name: F v � (��l`.�Y-t-D� Board Name: C.,UY✓t✓✓lv,� i �-�1 �,i���2.�c�v►1�-� ���.�1 i�:�r� Name: Home Address: CITY OF CLEARWATLR - APPLiCATION FOR ADViSORY BOAF�DS (rruuist be Clearwater resident) Office Address: Attachment number 4 Page 1 of 2 z � 3 .3 i�� �.�Q.., �-��.,,�. �� � ___ l j � r1� • �p l L�. Q�' �I `c�t � ��,.,Z� � � ,/^/ � �%'� W �V'"' I" l.. Z! ?� 7`S � _�'� l.i.✓i.r l c.l,'C"�G?r/ ��''"' ZI p� ?Ll� '� Telephone: 7�7� 7Z� �'73L� Telephone: �%�7 -7Zh�- l,vZ 3�k! /� How Iong a resident of Clearwater'?���� occu�afian: ' y ' ...ry� ? � Field of Education: � ,� ;� `�'� r��-���.� s�����,. 1 �p.� -�°����� - ��,... �, ���a � � 7 � �S� � �s�� �1w . �a l� _ � � If retired, former occupation: C�mmunity Activities: Employer: Other Work Experience: �� Other Interests: Board Serviee (currenfi and past): Board Preference: r ` L, vt-� Ql ����' �,- 9�'� -/��`9 (�� < 1�. , . , , u �t �e� t�1 �h V � r'b���.z��a � r.c�� �,� ��� � l '�%.:T � b � . ,> .�� ; , .� „�Vne���i.M , ���v�cc��+'12e��ucd%� _ �y9Y—�� Additionaf Comments: Sig Date: � � See attached list for boar� s that requir� financial disclosure at time of appointment. Please return this. application and board q�'estionnaire to ihE; Official Records & Legislative S:ervices Department, P. O. Box 4748, Clearwater, F'L 33758-474�3, or drop off your application at City Halt, 2nd Floor, 112 S, Osceola Av�nue. �Z�C�1�V�D APR 10 2008 o���c�A� ��ORC�S ANI� ������S�yCSDfPTItem # 17 , . ._ _ . __ _ _. ,.., . . . . _ _ _ _ . ..... ,,. _ . �� Attachment number 4 Page 2 of 2 13��DARD QUESTllONNAIRE 1. What is your untterstanc�i��g of the board's duties and responsibilities? Review, sometimes in a quasi-judicial posture ot zoning, planning and developm�:nt matters ef�ecting the City of Clearvrater and its re�>idents. �. Mave you ever observed �� board meeting either in person or on C-Vdew,. t�e City's TV station?' No, but I have served on the Municipal Code Enforcement Board tor the City of Dunedi.n when I w�as a resident there. 3. What background and/ar c�ualifications do you have that you feel would qualify you to serve on this BUard? Nearly nine years ser�vice on �he Dunedin Code Enforcem�nt Board, and two yeax's of service on the Dunedin Envi.ronmental Quality Commission and the Du��edin Municipal Ordinance Review Committee together with. my expe:rience as an Attorney whase primary focus is Real Fstate and Busin��ss transaction related matters. 4, Why do you want to serue: on this Board? I would like the opportunity to utilize my experience, background, training and educatio�z to serve �he community and the interest of the Ci�y of Clearwater. u � • i • • Board CVame: Community De�velopment Board. � Item # 17 07/09/2009 14:37 7274437812 � Hame Address� CLWBEACHCHAMBE CIiY 4F CIEARWATER - APt�LlCATION F�R ADVIS�RY B4la►RDS �mus# be Ctearmrater resident) �� � ��n:; 1�k�.,�,- ��,; c� �... ,Z'io �3�4. % 7elephone: ?,� ? . �{41. / '� I � Ceil Phone: �� . 4, OtS 1 Office Address: Attachment number 5 Page 1 of 2 PAGE 02 � 3�—�c��.�ii��r,�,_�-�1a .zr- , ,� 33 7G 7 Telephone:_ �� 7. �,E� 7. � L G c7 E-maii Address: � .j11 n�� How lohg a r�sident of earvva�er? �! � 19 ��j �. �_ Clccupa#ion:�ew'�'1�.►� �re,�{bt— ... Employer. �, f�. e�f�.� �,� ('� M��� Field of Education: Othsr Work Experience: �r ��� �, , oAER�+'rtor►s ' �rr/�y . R'. �. �"�At'��-i� �a� � f�►o� 4 iTiE !i¢,c' " Ha�t . �.t- �{ � �ti!�iows C�� � ��stl�-u�'t���� --� . . �f.e�as�-- .1t1-S�t�i� J'►r�, o� i1� � lr.u.t�L.i� r.-oss c�r , 6wew.� w�' GRp�e+ ��e.s�n � ff retired, farmer occupation: �- (ae�r- Hp,.rw��� {►„ �,�,�,� 1da�.ff.ns�� G»-p� � Community �Activities: u �ss�:: �'+ � ts ��4 Caertr� an o�' liar�c �� $ r���+,., rc�a r°' .�. a a�..� ,z.c-. �3 �� '��-+. �� c.H.s. ��1��� kM�s (�} { ��+ PSc9d.i' Pa�t�,t�. s/y�-.♦i3 v0ul.�`►7�'f�r/'�' �s.r Sp�,�-�4^ �Qi qrs.ca: Wr�E.a�-+4�i/� �(M�[ � Vl��� I�I��G��. �f �.� Is a i71 6C111�� � V%iLllli [YFi If1!_IL� � C ia.w � i.��l�L /1s�.7�1t1� i I+NrMi ILLJ Baart! Servive (current and pastj: � Bvard Preferenve: _�� � e� r� CC�h . ,� i�ca�+s� � - � , b. (� ,_ _ .k _ }-t .L' ,.��f� _ #�e.�.,` G,e�� +� cfl �. �`Ks Addrtiflnal Gomments: :i ti�,p� �ra S��vQ. M u �.f+.s e�� � v a►�.R,�ra�u° d � K�e..r.�, Ca�a,�,�-s � e�m � `�. �x � ��r � f' �i„� �or�a r ,1 p�. o (al � �� o� . S' ned: � • � �9 Date: %/�IfJ� See attacfied list for boar+ds that requir�e financiai discldsur� at dme of appoirrtment. Please retum this application and board questionnaire to ti�e Official Records � Legisi�ttive ServiCes Department, P_ O. Box 4748, Clearwater� FL 33758-4748, or drop off your applic�tion �t Gity H�ll, 2n�d Floor, 112 S. Osceoia Avenue. � -- �(�[�� ;, liJ '(j'f. � t/ f ,. � 1, . ;��� ff .� �! ' . ;, t`. JUL 9 ?� � � ; ? �.. � , or-F,c�"' �A"- R-�;-,�-;,,�, .�' , Item # 17 � • LEe�isi_1>-rl�.�+= •�.. , . Attachment number 5 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 # 17 Attachment number 6 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: �� !�i �✓ / (�G /✓ �� Home Address: � .S`�� A n/ c� �0 L-�7 �,i �e yaZ �'�C-'!�!' ►�r.o7'-2/� �C Zip 33 �� % Telephone: `% 2 �7 -� �j— � �,� �% Cell Phone: �7� � — S�`'% � � ���� Office Address: ��� � P � � Zip Telephone: 'i E-mail Address: .��ri c�/J �u-/��L-S �y�hvv.4�� How long a resident of Clearwater? 7�/ U/Yi p�✓�i S� Occupation: a�Fra� �-.�7i0T� 13/� D�GC�f� Employer: .5��-� Field of Education: f3ccSi� rSS fr%�C•�►,` ,4v �.�j�`�/7a•j/ �/�� �� C-t,�L�'(r-� us c , �scziv , �i �r-�- If retired, former occupation: Other Work Experience: - ,��" Y�o r�" r�i4L-�:S'��"�- �c�i'�� '�yQ,-p rs ,/�-PS T�"✓ � /'.4�v� fy�-J/✓'� CommunityActivities: �,aS��"�°-s.4Lc°.�i �A�"r..�.�T"f'� �-�'�tLi , ,Z��(,,.�/,� , jjjC� ��PS' P,��- O�-.r,��P:��; �3.� � c�,,� �z P��, cl,,�;��,�.�,� ,O�N�viN�i �i'hr�j S.SivrrJ Other Interests: lC���,O,/�`,v��- , �,�„/:' Board Service (current and past): /n/ �% DI% l�'�.1/'�^,,v�//��! � YP..� /'-S ,�1.0 Nw/�✓(- � /'�,rL,/ SS'�c:yv Board Preference: �O/�n��-�vj'% G��tJ��GQQ/�Ii'i�%— Additional Comments: � /J/►'1 /li� ro r �P D f-'� � ,� �vi{' /T- �v�.S� 7� ti��'�tJ D7�- 77� � i S ..�c3/,7l�� 7b �f'U� �- C'�. ��'+�I"v`�_ ?Z, P C-1 �. - ri 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. , __ -�� - [�C�I���-;� ;����� �<<�-.� _� ____ ; � � �� � FEB �3 20� � ���� !�. � �tgm ; o�-r-��,,, � � �d�� i LFGi:�LA�� �'t��� rti`Ji;�: ��';=F�T 17 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? :� S`c? r*-v �S _ �r'3S '� /�J rv' 1 N Attachment number 6 Page 2 of 2 � G'�'t/ / f1i.✓ d''11q%�i'� ✓'C �.0 7"'jn��,�� �G� n� w>�+�— �"�1/ �'�G�Q�r P-v> N o 1 t,� j �i �' �I$ c'/� %���'� ��' �i � -�?�%l� � /�/.a f//� � �nv� c-> L-- , �Gyo'�i =LfE� 1 � �' �j�/T C-�.r5iv�{' � N . 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? �s . i�✓ /�i✓ C� T�7 P1� Gi /�s /��,�,�: .s�.�vc°� � ,�i�.9N, 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? �ipS' � ��!�� C'�✓ G2 �=, � �.J �'J.�S Q' 1J t' iJS l� � /riC,✓� ��l su/v i ,�G- �-�ivl, SS,✓ �'� /,J �+�/ � ,M v 3 � Vr�-� ; -� F'S" � � u..S j �-�S �,p,�v � n�� �r°�'� �.c �,� y i � �✓/�- _ l�v ✓ Q �1,�� �-'v'G���c�� ��.�,� w h e� e_ /��,o �- �-� 7� �� c'�� �S, �'s �c N �� ,��i- CLj�ir�.�,�v N �/= j�P ���.�►� l� �i�-�-, � ri �- � S �-�-- 4. Why do you want to serve on this Board? %� lS /� ,� ,L��'�; �'` 7�� i � �'��✓ J�e-� O� �S'�'i�l�/ C� 'Tr� � �T�. 6L` ��,prf,�,p; � ° iv�'C�.S.s� � ��� � iT �7b,/�s 77� �'�.v i � �J �� > � R 8 v�': � c°s s /�,�4�1/ !f' �x.�J�--;�Pa �e r►'I�o f�'-S' pi'�'c' �D`�� �1.��0 rw �v� �,o� L,,� L L- r''��/� rT" 1��� �"tJ�/✓ ,�3c='1�2 �G�+ �e i�' G,` R-' P, Name: -�O�jr✓ %��,t.-l�� Board Name: �vi►'��u-Ni � �-(��-�%��"� %� Item # 17 Attachment number 7 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: �b %� .ti ��a� Home Address: Office Address: %L.ma� d'�' 'h-�- x""`�'��� ��* 8'S/ 13•���a- ,Biv� '4t�,� f�M!'� ��� �-.) egr�.�,,-�Y 6��,. FL zip 3..7�6� Telephone: �Ct/l� l�bd�-6Y�."`�t1� y��s I3 �' ,�. �Jo�� S�. �C.�,`.��- , r-� z�p 3.��i.3 Telephone: How long a resident of Clearwater? ..3 Y/Y'� Occupation: ��.eo% ��%�c;�cl Employer: 5��� � �- ��-�.tc• (4fc Field of Education: �� " (.� n � v , a� / j ��'.i� �. � yl. /�-?�4 — (-�,.�; �, a� S�,e,F�'e%1 C`��� /!t�' D— C.�..► r �, a+F I�r, Jy%lf- EliA ^ �J1�4%1_ t..�: J_ If retired, former occupation: Community Activiti Other Work Experience: s�.��a.Yr �.It. Pc+cr.r��.r�� S�Oo�ar A�l����.c.. Other Interests: ?�.�c- a. vc� ,s'{�ro..o ,�-kru� ,,, t; � ver,�,.,,�,�f- .,,,�' ��-►. c�-F¢1;� Board Service (current and past): Board Preference: C �-K�l�� .�,�a �'.�� pr; Ie, z a, t Dc.�cl e��,�{- Ag�P ( � 1rl w�� / 1� Vi,�O� Lipvd � G/lVi �OA/�iry}�•� ,�r�lee; t3oar� Additional Comments:_ I`Rs,,.��C�;�,.ca. o...� eri�ra.•,. �Il („� a-� ��- -� a.v a�1,.� s«� bo-�d. �•. sdd; fio,.. �� �l; r,��. � �� �.r p,�� ��-�� �.�r r-��ks- �� �tdv;lo�, beN� � L SY a.. .�-•s,rL e�c,/�'a.t. •-�? �ioJ..t�,'�..c.. Signed: ��� Date: %1 1 �-�b d 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��E� � ;; . . , _� ._��� ���' � � ��1� �� �'"��a.�C.��S� �a.;z .r,��,., � ,',r',..�. ���e�����s'Fy� �Ex"��'�::� ��.�° ' Item # 17 Attachment number 7 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? �(A„ �oit��s' st�'� 'i'O i dtn�l''� i1J �el � /"'1C►� t`G D M/1 �4i. e�a�,oA�1 � d`�- � rY�'- CO�.�tG I,/ I�i�� � la!' C �-�r /�a-..�.� � 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? O^ �-' �i 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? � f it � �'c�,. 001 /�' ! nC � PS. � T k�..sa '�. �,..�P c.v�' � ��j, -�c; s; o.� �'`�. o.� rt 4; �'+�oC' �, oodf. / � 1 �t 4 CoK.►titi-.,; ¢j- �:c�,`v,'l-�'- �. �dv � 7'�, ��`^�l.�.,�,�t,e, q,� v,'lor�. %cY�J l'►�rt o,� C� ��o�.t: I �c;Sio�j Q���,`s.�� �1�-v� 2 �,'-+Ga �7'orti .!'l.r�►`.�. c� �-t.e. C...,w�...,..�, /�}'j..�leryCa�..,�� et� �t /�C1$ �-.� �-.- .f3• �i�lJt��- S� A��S �l%; �h.e,C. W r%( 4 ��OV f"C.. 'f� �� l� i�' f i.t. �aw...d l.,. nn:n� // 4. Why do you want to serve on this Board? ��. I ou.e.. C��r�g-k-r ---� 3- v� -� �-t.��... r�,�. �. �-� , � ��efs tc.-�.. �e.e.�ll a� q/I ;� c,•�,•z�,,�. � .L �e � �-..�rf' � � l�, e,Kpc�; �c.. , �-..o� e..a-�� �� tc � 4-.� l.�.Ip � a-,,� ��,,; r� b°°✓d •� So �.�. �`0�`1 Board Name: %�} ��`�G!- ' �o�-t�,.�,,,�'�- �edG �br-+•.•�f" Up°%� o�.h a�,`� _�'��'�orid�- Z.°``.�- �e,le I c�D�,yf' %�'�� �'� C Le i '�t.. � �'�ri �-C. /�� v� So�. �b'�u� � ��� �`�o.,�..a.�t-g� �4�,,,:r� IIo�� Item # 17 � _�##�cl�mon# .. ...L.... S2 -- �--., . .... ,_�.. Page 1 of 2 Name: CITY OF CLEARWATER - APPLICATION FOR ADVfS4RY BOARDS (must be Clearwater resident} f�{ t r'� !-- i � 1-/a�� Home Address: 4��C C�u � C1Ea �. z� . �7 / Telephone: � �% Y % / l � � �5 � 8 Cel( Phone: � � 7 — � �7 �'" � �� a' How long a resident of Clearwater? Occupation�� � � �� � Office Ac � CI�A�u Telephone: E-mail Add a�.� c�f . / Field of Education: �;�-� � �. � � c � o � S - � � If retired, former occupation: l�-� �� C rommu S ity Activitie ���.� t�e- Cd u.r Other Interests: Board Seniice {current and past): �R � ;e� v,5o�� 1 . Other Work Experience: t , � �� ,� 5 C� GJ �o,vS M►'►+Ci. e � �t � 1 �iN�'SS WN �� 2 _ �1_`C� Board Pref rence: y � �� O � . Signed: - Date: � 2�� � See attached list for boards that require financial disclosure at time of appointment. Please return this application and board questionnaire to the Official Records & l.egislative Services Department, P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Flaor, 112 S. Osceola Avenue. ������E� JAN � 2 2010 �FFlCIA2. RECORDS �11NN�em # 17 LEGISLATIV� 5RV�� D�� - �4t#ashmer►k nNmJ�er � Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the baard's duties and responsibiiities? `� C�,c,Q�' ,�.o � C C �,►_r� .�e,v, �.�.n. � ��n � -- 2. Have you ever observed a board meeting either in person or on C-View, the City's N station? 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? _� , i� r� _� i �i i , e r 1 � r_ - � n ri , 4. Whv do vou wan# to serve on this Board? �r Name: � J Ct � '� � � Board Name: 1'i M�2.� ��l��i�-� P Item # 17 � : Attachment number 9 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BC�����t"J (must be Clearwater resident) �� L 1, , � , .� �� �� � � Ho� e Add re�s l`� � /,�� ��i� � / � .�J N �,(��c.ti.� " Zip�� ��v`�� Telephone: ��%�-?'`h' "��c� �� Cell Phone: %�7 �% '�°�-3� J How l�ng a r�sident of ClearwGter? Occupation: /`74Y�%'ft(9��' �t Field of Education: r��r�-�' � �- � �--, � ! �. c_,� If retired, former occupation: Offi ddress ��F����' ���� �d I.�GISiA1NE SRVCS pEP7' Telephone: E-mail Address: l�..�i Zlp r: `',�, C./ /V � Cr%%�G/��`� � 2�-�'/G�„�. • . • / ' • � ,� : - - " /I. f ,..1 _�ti .s � �y . �� - t� � i � Community Activities: '' ,r /��d/�'S , �/��`�"�'L`►� j � �d��l''I �3 �Y— �t�%��fid �� �r � l Other Interests: • Board Service (current and past): Additional Comments: Signed: :�. • ' - � ;, �/ � � ' ' ' r, ,� '' _ , /� � L. � � ��.. 11i � � � i� � � _, ,� �, / �� � , , � � � ` � Date: ��/ d � 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. Boz 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. Item # 17 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? I , Attachment number 9 Page 2 of 2 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? � �n�L•• r— •--.. ._._�a a— ��...... ..... aL.:.. []......,J� \ � �, < / �, /� Name: � � � :����G%�-i c Board Name: i�:�r� } 4`� � �A�acMrie�nQriber 10 Page 1 of 2 JAN � 5 2009 CITY OF CLEARWATER - APPLICATION FOR ADVISOR�►! B���b�£co�evs ,r +v (must be Clearwater resident) u A LL � � N a m e : � �'�L6 ��-1 � �, � �e � �' S � � �e. �iti,i, cD �-e--l�t,�e �3-L 4� �`F��- Home Address: �d ���« �'a -e� �- � 1�-?'� . E�1r z�p 3�3 l�� Telephone: _( �1 � :�,� C� - �.s3 �� Cell Phone:11 a--`1'-'� �� "��3 �' Office Address: � � � � � �-t�►.� � t�-��s' r� � � �.� ;�� �-� -�- z�p �� 1 s� Telephone: ��-� " ��1- � 23 � E-mail Address: How iong a resiaent of Cfearwater? �,�� o o�-C� �� Occupation�eo� �o� -� �� . Employer: Field of Education: (� �.. � vs�,,�..-�,.� , � �-�.o�r�� �--� 1��.�(.c_� ��� z -��-� ,�-� � �f r� former occupation: �� � Community Activities: Other Work Experience: ��� ����� � � �� � � �w�,r ���G�, �-� � o� � �- c� C � �-��t ��� � � �--� c . Other Interests: � O � G�-e- � -e- �9-c-1-`�- ��'�- �' �' � ��� � Board Service (current and past): Board Preference: pV�.�.u.-�.�-c„`� � `� V , -- i� {�.. v� � . Additional Comments: � 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. i�:�r� Attachment number 10 Page 2 of 2 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? � � S,��� �- ,�-t. -�-- t� L�� � �� � C��, � ���.e.�S �� � ` -eS�. � � � � � V�-'-� �� � � � Q � `�. � \—v vac:.-� til..�� _Z. � C� � U-� C.� � � � �./ w �-�� �e�, � � `e-� a lo l, �. L L �- �- � '� �_ 2. Have you ever observed a board meeting either in person or on C- �` � 3. What backg this Board? � ��1.� � � l4�- � � G'�-u � l,�-. ; the City's TV station? ;u..e l� �� l U �l �-`�� � nd and/or qualifications do you have that you feel would qualify you to serve on � � ��� �-�l�C �o► �, tU � 1�- V2.� � e- F�- L�, c� �- 11,-i- �-1 � l�e: tc� 1f' o� cR.� l� l O �'C�GZ � C� �% l� � G-1,.i. 3 v c.LU �c � A- ��lv U� C/LO l�7 l4-(. ec� '�-C� Vl. �. � � � ? -� s� o �-- �-� � �1(� � �sv �- � �a � � �� . � �J � ' \�-�_ �� ���P �-� v,.� � �- �- ./-�� U � l t� �-�-� s i e� � l� �. � L� w � w c�- �L w� c� u.c.. �; , 4. Why do you want to serve on this Board? � � �� -e-L.V� �.�11.. -E' � � `-� � � � J4-C'--�_ Name: �..e � � �2.5�� V' � � \P l � 1., Ol9 ��- � O l� � V �— �- C� � C.0 1,t.1!`� . � C� G�l� �2 �- �`'�_ r4 �' /4-� �- � � p U�-�t. l!-t_ c� � ��� Board Name: �G�9�-�t. , ��-`�� �- `�-�, � �c � � Item # 17 Attachment number 11 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Home Address: Office Address: �1 ��j �Q� �r� S <<�.,�. ���i��tfS� Zlp ��� � � Zlp Telephone: ��� " � � � �� � � Telephone: =1�� � �`�--�1 How long a resident of Clearwater'? �� 7 c�U'�rS Occupation: .�� 1,v✓ �Sr�Ca,-, � . Employer: 1 0 ..f � � ���r� Field of Education: Other Work Experience: �L � � 1 � � � � � .� . - � L � �� I/► \ - ,I d/. �: � � \ ���1 i� S ►J r. - -• • • •. • Community , Other I Board Service (current and past): Additional Comments: Signed: ,�I.Li •l.. �'t Preference: Date: �� �� �� C� , 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. D � � � � � � i��T;� `�, � , �,.:� � �� �: �� �; 1 9 2� ; LJ � OFFI IAL RECOR'�� A�;D c. . rr �c. r-it- � 1 G(;i��1 ATI\�F �f?�. �. . . �. _.� ... _ i�:�r� Attachment number 11 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 City's TV station? ��� _ ---- S � C��SLt�d �a��� �° G�s�.�Se ��� � �� her 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? ----• . ---1-- , 1 � < � t � 1 ,. � r (� r� �S' �� ��5�' � � C�t�u^r --�� �-s ��oJ ��. �. G... �-� -�� �, c� 4. Why do you want to serve on this Board? ���.�,�-� , � Name: Board Name: `.-�l � ��.; � ,� a a ('�. � �s� �> J �l i�:�r� � Attachment number 12 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: /�` GE Home Address: G f � ��d �..��'� r�RK�t�a� P�S� L.�-«s�l'�,l�f�-?'�'?'�. Zip �'�'.��7tu3 Telephone: '"�Z? � �D�—CaDOO Cell Phone: %27 -� �c7� -rCoOO Q Office Address: �Qo pR�E c.�..� S�" G��c�,�� z�p ���� Telephone: ��%7' �'�"Z"7�� E-mail Address: at['��1.tO � UE' I^ ��t�t"�, +� £� How long a resident of C learwater? �� ���� � Occupation: ��i�=l ti'T�U� Employer: L.t��O A�2C.H/�G7'�-�� �� Fieid of Education: Other Work Experience: �AC.�Ff�Gd� c�l� i��L�F ��47Z�� ,. � �� � If retired, former occupation: Community Activiti Other Interests: Board Service (current and past): Board Preference: �o�Mc�w� T-�' �1✓�G d�� �l� �i�ivic�ivi �"e 1:��`�.�'a�E��" �.�, � � � . � � .:_ � �.' , Additional Comments: " ��,-.� -' N � 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. 0. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112 S. Osceola Avenue. ��E���i/ED MAR 0 8 201D 4�''�lCIAL RECORDS AND Item # 17 � , ��SLAiIVE SRVCS DEPT Attachment number 12 Page 2 of 2 BOARD QUESTIONNAIRE What is your understanding of the board's duties and responsibilities? :,G �G,� v� o,,c� i`�� G'a r��►c.��v,� i 7' 1��'cJ�G�1°a�?�'�.�'!'� f3�rZ.ti7 �c�i�- ��11�,�..c ��`�� �► � �'' t�A.�'�' �4 l /..�AcR. �N�%�i . ��N'�r/U Go prt/ � !�D �31�'r.Z7 'S l/�! � !c5`�..� 19�� ✓��PoN� f 3�'G�77�;"� R 2. Have you ever observed a board meeting either in person or on C-View, the City's N station? T� � 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? .�"" �A�vc f--�r'�;7��� �oRc.�������' i� �����,�,�1�7'Z_ �r,��� r�'7 �'_ 4. Why do you want to serve on this Board? . � f�i�t� ��tl�"�j Q�F '�c��2,�'j�j f7/!�l G� %�Gi %C� � �7 �^j� �'�JoY vo �. u� -T��.�N� lln� C7 t�i�v� �?� % 7 �t �" � vv'�'��� �iv�. �G��'�� i�7fZ__ .� ��.� / ` �"(..�G ( �./ L../ V �a Name: ��� ( � ��7K � Board Name: � �1�IGlNt7'� /,�t�t�L-c'��''%� ����' i�:�r� Name: Attachment number 13 Page 1 of 2 CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) � Home Address: Office Address: 17 �-� �����r �� ��S�j c.� 3�S � I Pra I/ vV� f"'f' 1� lC � Zip ��7 `��/ � � T�l !C1 ��°CJ1'� �r Zip �>��'1 � Telephone: Telephone: �'�3 ��}'0 46 �f � How long a resident of Clearwater'? 3�'� 1�S Occupation: Sf �t`C.�IG�1�� � ��iKi�1���'/ ����V�j� Employer: � � V�.� Field of Education: Other Work Experience: If retired, former occupation: Comrr�unity Activities: Other Interests: Board Service (current and past): Additional Comments: Signed:. fl Board Preference: �/ " ' ''"` �'"'�- — CG�, V I%�e� t�l' , �Gv� ` � �'�' Date: .�( � (� �J 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. ,_, _ _ _ � f _ „ � ' __ "�-'. . ... ��. _. .. .. . .. I'.'= ,. 1 i' ' r ' � FEB � 20� .� .. M �.oQ �t�m #� 17 s____...----� ---..__._ .... _ � �EFIG7/4L REGQRQ� AKD �.E6rs�A�tYE�avc� nE�T BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? U �4 Attachment number 13 Page 2 of 2 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? 4. Why do you want to serve on this Board? ,� Name: � i� 1 � �� (�(��� . C�, 1 '�'� C1�1 � Board Name: �d �M !'�G ri �� ii1P�� �� �� " Item # 17 r CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS (must be Clearwater resident) Name: Donald van Weezel Home Address: 1290 Gulf Blvd. #1408 Clearwater, FL Zip 33767 � Telephone: 727-595-7462 Cell Phone: 973-903-6577 Attachment number 14 Page 1 of 3 Office Address: same as home Zip Telephone: 973-903-6577 E-mail Address: donaldvanw(a�aol.com How long a resident of Clearwater? 4 years Occupation: Consultant Employer: Requlatory Solutions (self-employed) Field of Education: BA Economics and Business If retired, former occupation: Other Work Experience: New York Stock Exchanqe Executive 1971-2006 Community Activities: Clearwater Police+Recreation Dept. Volunteer, Miniature Art Society of Florida Volunteer, Clearwater Citizens Academy-2009 and Clearwater Complete Census Count Committee 2010. Other Interests: Campinq, classic cars, bicyclinq and kayakinq. Board Service (current and past): Borough of Rinqwood. New Jersey, Planning Board-1987-1995—Chairman 3 years, Executive Secretary 2 vears Board Preference: Community Development Board Clearwater Municipal Code Enforcement Board-3/2010-Present Sand Key Civic Association- 12/2007-12/2010 Condo Association Board Member/President-6/2007-Present Additional Comments: DEC 2 � 2Q1Q �: t;�r�°�C�� i���:g�:3��� ,���4i� Item # 17 I.EGlSlAT10/� 5�/�� ��P� , Attachment number 14 Page 2 of 3 � Signed: s/Donald van Weezel Date: December 21. 2010 lC�.('�..��ec� u;a ey�a:-� rz(� I t� 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 # 17 Attachment number 14 Page 3 of 3 BOARD QUESTIONNAIRE 1. What is your understanding of the board's duties and responsibilities? Review applications for development for conformit�with Clearwater Zoninq Ordinances. In so doinq, conduct hearinqs with representatives from City Planninq Staff applicants related professionals and the public. Take action (approve/disapprove/reauest modifications) on applications or recommend action to Citv Council, depending on level of approval required for application. Provide input on Zoninq Ordinance and Master Plan chanqes. 2. Have you ever observed a board meeting either in person or on C-View, the City's TV station? Attended and qave testimony at meetinqs and re_ uq larly watch on C-View. 3. What background and/or qualifications do you have that you feel would qualify you to serve on this Board? Eiqht years experience on Municipal Planninq Board. Have always been interested in development and land use issues and have the willinqness and commitment to serve and be an active participant in the process. 4. Why do you want to serve on this Board? I will bring an informed, objective and impartial perspective to Board deliberations. I eniov and am good at addressin /q analyzinct complex issues, findinq practicable solutions, and workinq cooperatively as part of a qroup. While it may sound "trite", I want to help Clearwater become an even better place. Name: Donald van Weezel Board Name: Communitv Development Board Item # 17 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: Clearwater Country Club Memberships / RFP SUMMARY: Review Approval: Meeting Date:2/3/2011 Cover Memo Item # 18 City Council Agenda Council Chambers - City Hall SUBJECT / RECOMMENDATION: One Bay Resolution SUMMARY: Meeting Date:2/3/2011 The Tampa Bay Regional Planning Council is requesting support for the One Bay Regional Vision, a shared regional vision for Tampa Bay. The One Bay Vision recommendations include supporting environmentally sustainable growth, protection of water resources, and energy conservation; creating jobs through sustainable economic development practices and fostering quality communities; supporting increased diversity in housing options for families and individuals; encouraging compact and mixed-use development; promoting transit and transit-oriented development; and encouraging preservation of open space and agricultural land. Review Approval: Cover Memo Item # 19 „��������� f�� � 4�iz ,�, � � ��� � � '� , �����,�� ��� � � � (�, �f� �h �,.� � ,nt � �.�SM}�.��� ' G 4 ( _ ... , , ...... �k , � �{kt��,��j ,i 1. S�::r, k,n. d f �� ��t }`ti�� � � s} ff ; # � ��'4 �4e , � ..” � � , �3 �kd ��'. � .,�� h �� � f — �-'J �. � �; � � .:�����;��k�, ������_' ��. ���-:. �� �� ����" � �`�i f'������, '�� � ��� €� �� I� � � � %�"� �' � C�� �,��a�; - - i,� u "`�' - --� ;- -_--^_ �, t � �� � �� :� � ; � ,, � ��.,� ��� � � r � r �9�� :6,� a� "�Fa�u��.�� �� k �.��,� �, f� ' �t�>;4u���. �"��d i{��'ta1�dS,?t7�id^r�d`.d�r,���'Pd'� �� ���i ����� � ' � � ;�s,� � �,�, ' '?,4��1 � �! �� , �. , . ; . .. .. � . . i ��` ..��}�.,_ . ,. . '�..•e vrk ,�'t,k�.rid�:6'rtft,Y�}iiet�3, r£,9.3�.Yde•�4r ,99F ��� �.� �.����f��,�...���� ������� ��'�19 r ts �{S '�D ` �li �}y ��� Ii 'i3 ts r t� �7 ss � i t � � '}t �), !#{, { �SCS� jj +r{l3 I i�>rs F; #�� � t�S'�t �i �}�y r r n„ {� i � t � � F � �� � . � �� ,a�.. ,� i} ,s, �� � % i �l ,� ..,. �,r �� ti, �I� ��, t[ '' ��, � �3,1 j� �; 4, � . ,.�s,� ������+��1��i` , _ i,�.. Bay CItIZ211S: Patae 2 of �2 umber 1 9 r 2'/z years, the ONE BAY.• Livable Communities initiative has drawn upon A colla borative �f citizens to create a shared regional vision to plan where future population and artnershi it growth should occur based upon responsible land use, mobility, economic, and p p• ital sustainability. ONE BAY: Livable Communities is a� � as a Lego° exercise in Reality Check turned into a continuing opportunity to seek input nts on what our region could, if not should look like in the future. When considering m impacts of continuing to grow as we have in the past, residents emphatically told us ;ss as usual" was no longer acceptable. Rather, they wanted to focus on new patterns ment that ensured that our natural resources — water quality and availability — were over the long-term. They want convenient alternative transportation choices to the car. obs, especially jobs closer to home. And finally, they want homes that fit their lifestyle. aYVision was created with the input of over 10,000 citizens across the region through educational forums, presentations, surveys and polls. The ONE BAYVision offers ders the opportunity to develop short- and long-term strategies as they make important bout the built environment, natural environment and mobility in the region. inities and neighborhoods have long provided a distinct "sense of place" forTampa Bay �his vision, implemented responsibly, can sustain these values while still accommodating e in population and jobs in the future. partnership of private and public lea aligned to facilitate a regional vision' process to achieve a sustainable, hig Tampa Bay region for decades to co� It is an equal partnership of the follc regional organizations:Tampa Bay Regional Planning Council,Tampa B Estuary Program, Southwest Florid� Water Management District,Tampa Partnership Regional Research & Ed Foundation,Tampa BayArea Regior Transportation Authority, and the U Land InstituteTampa Bay District Co Since 2007, ONE BAY has reached o thank everyone who joined ONE BAY in providing feedback to the vision and we look more than 10,000 citizens across thE �vorking together in the future. We invite you to visit our website at www.myonebay.com county region through a series of e� re. to help define and express their visi Tampa Bay's next 40 years. � /"� J� � BAY 'resident & CEO �nk,Tampa Bay _, � :� iariega �irector Regional �uncil � Scott Shimberg Chair, ULITampa Bay President/CEO Hyde Park Builders � � Holly Greening Executive Director Tampa Bay Estuary Program Management District ',�� � �9. a� �� i��, ' .,, �t�F?}t�"�i� a���5�� #t.d , � � ��. �''�� kr _ `�� t , i � Stuart Rogel President Tampa Bay Partnership ��� �� � Bob Clifford Executive Director Tampa Bay Area Regional Transportation Authority � � i � ��� ,� �r� , � ��� r.,..�p�� tY.�� ,;� �a�a�,u Rx.�:m,:�.mm r. d�Y�era David Moore Executive Director Southwest Florida Water � I � � i `� � � ° ` � j� � � J -� t i�� � � �I � ,�t Ii t-:1� ,tt �s� �� � �, 1 � , ;',.; ���,������'e's �;��5���� Item # 19 ' ��ti��h �, � ��,i � �� „.� ��� �d�=� e�,��;��� �� ��-� �ack. i Tampa e today �d n't the the �f South Tampa st 50 JSF pen s;.m� �"- � � �� `_ r'��€ is4��� �niddle of nowhere andTlA consisted of abandoned airstrips afterWorld �ugh visionary leaders, these are two ngines that today are an integral ;ommunity that dramatically shape �f life for everyone who lives here. mental and water �rotection. evelopment of theTampa Bay the past fifty years has increased icerns over protecting the scarce >urces and drinking water supply. es and public participation during �Y process has demonstrated that ;an accommodate its future housing �rcial development needs and still region's natural assets. ed congestion. ent patterns continue to sprawl as ver the past fifty years, our already �ighways will only get worse. > to the automobile and development ;s well-designed, diverse places to nd play in close proximity will be e future prosperity of the region. �azine recently rankedTampa Bay n's worst city for commuters. S,l;lt� i 1 I ���7 7i ' � I ti;fi .> � i,t f tt t 4) 1f ' �. � t i:_I 1' �+i�1 7J ,I, �i i (4titit ! t t� i it s. i ) : ) �,,,,,,,,,,,,,,,,,,,,,,,,,,,,, � ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, s i �f . r „i t i ..a... ..r. 1 �.� �,. r. i l tl � ..,�.. . � . -„c,;,;,;,;,;,;,;,;,i,;,;,;,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, >.. s i t� t ,_, I a s . r � � . �, �.,-.5, , 4, } � i, �, �,<<<<<« «< « « « « « « « « «< « « <<<<<<<<<ID Global competi- tiveness. As the world population grows and economies become increasingly more complex, the regions of Florida are being both Aataeh��nt�nu�u �u re wi I I 9 pushed and pulled into conversations about regional connectivity and economic co-dependence. More than 75% of the nation's population and economic growth by 2050 is expected to take place in 11 emerging megaregions. Megaregions are large connected networks of inetropolitan areas that maintain economic, environmental, cultural and functional linkages. The Florida Megaregion stretches fromTampa Bay to Orlando to Miami and Jacksonville, is made up of 15.1 million people with a collective economic output of over $430 billion, and is among the top 15 most productive economies in the world. An aging nation. Boomers - the 78 million people born between 1946 and 1964 - are key to Florida's economic future.They are expected to make up more than 30 percent of the state's population by 2015. Understanding this demographic group and its needs is imperative to our long-term future. By 2040 single-person households will increase to 30% from 13% in 1960. Households with children will decrease to only 27% from 48% in 1960. What kind of homes will the increasing single-person and childless households desire? How will the growing aging population get around for daily needs such as food and medical care? Energy costs. The increasing cost of energy impacts all aspects of daily life such as air conditioning our homes and driving our cars. A shift in housing and community development patterns from the current trend can reduce demands on energy. Conservation and diversification of our energy resources will be imperative for our region to remain competitive and affordable. not look like the past. Even with a recent downward trend in population growth, demographers still believe that Florida will regain its status as one of the fastest- growing states in the nation over the next forty years. Ar add 100 million people, growing to 45( persons by 2050, faster than any other country except Pakistan and India. Flo population is expected to increase to 3 with theTampa Bay region doubling to million people. Shift to long-term thinkinc The ONE BAY effort has been an exerc long-term thinking — beyond typical 20 planning horizons of public sector enti given citizens an opportunity to think k what short-term plans are in place, be and think about how our future genera live, work and play in our region. The � we make now will shape the future of � and can improve our quality of life. Collaboration - doing m with less. The ONE BAY exercise punctuates the collaboration across jurisdictional line: of physically growing together, we pla we work together, and now we can im together. Collaborative efforts have long benefit Tampa Bay community. For example, wars" of the past led to the establishm Tampa Bay Water and the Peace River Water Supply Authority. The agencies jurisdictional boundaries to develop ar high-quality drinking water supplies ar the sources of those supplies. And now the Tampa Bay Regional Trai Authority (TBARTA) is working across jurisdictional lines to create a true regi transportation system. Item # 19 happens if �rrent trends �ue? trend scenario depicts how Tampa �k if future development follows patterns and trends of the past. It's ss as usual" representation of how �rowth would likely occur if those ntinue. �nds continue: The current trend also projects that the region's downtown areas will become more concentrated with people and jobs, but most redeveloped areas will be very similar to what we see today. The new developments will probably have extensive parks and outdoor recreational unt of developed land will nearly facilities, but residents s the population grows, requiring Will need to drive several �n 500,000 acres to house new miles to enjoy natural > and provide them with jobs. open space. At the same time, a continued �,000 acres of wetlands and wildlife emphasis on new iay be impacted. construction may mean � local regulations call for "no net that older neighborhoods �vetlands, but mitigated wetlands deteriorate and become in close proximity to development even less attractive to new be as effective as those left in a residents. :u ra I state e of wildlife habitat, even if �, also may decline if connections to �itats are lost to development. travel delays will be more than long as they are today. together. trend anticipates the ongoing nt of suburban-type communities rage density of around two homes �e edges of cities will continue to �wtogether, creating a continuous � from downtown cores to the outer he region, generally clustered near ighways and major roads. Transportation/ Housing costs among highest in nation. Costs for infrastructure to serve those new communities also may be more expensive than improving services in existing neighborhoods. Subdivisions and planned communities will consist of homes that are similar to each other in style and price, and their residents will need an automobile to get nearly everywhere they go. costs of housing and transportation in already are among the highest in the n average commute is likely to become E and more expensive as homes are buil away from employment centers. When transportation is added to the equation, Over the past 15 years, the population affordability will continue to be an issue. As a 30% but travel delays caused by congE percent of household income, the combined increased by more than 100%. �`o#�l ���ad� �rs�r��rr��� ,���i�����r�� l���+� �r�������!' 1i'��t��rnd� ��w � ��rr�r�k fir��ci ; � r ��� ;; � �u������ir�r�� �r����� Item # 19 �` �u�r��t i'�-�rud . S,ltlt� i 1 � 7�iJ i� }i��' i� iy � r�t .: Y�� �il(it ;, ,, �,tyi S t'I��i vii{�} ��fl�sl tr (l ,:. :_ .. , ,, , t� „ ..i 1 � ,u ., � ,b , i. � ..fr.. ,.r � ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, i , l J .. , i .: 1. �.f.... f, I £ 5,,. / --': S � i, . �i � , . >,,,,,,,,,,,,, � ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, J ) ( I::. ,.,C.. . ,,,,,,,,,,,,,,,,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,, � �, , ,,, ,,,,,1„ , �,t ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, � ,, s. , t � � t f. i... � 1. i ,��.. ,.i,,,,;;,;,,,,,,,,,,,,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,;,,,,,,,,,,, . \.r. ..�. ..�.�... ..,i,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 4., . .i.i�,.4� , 4 ., � � .I., t �� i������Sf �������,[,� ��������[,t ��������[,c ��������[,c ��������,[, ��������[,t ��������[,t ��������[,c ��������,[, �������,[,� ��������[,t ��������[,c ����������e Features of the Vision�Attachmentnumber1 Page 5 of 12 The ONE BAY Vision Map and recommendations (on the back page) illustrate the feedl received and values expressed during the ONE BAY public participation process. On the next few pages, we'll go into greater detail of theVision for the natural and buil environments, mobility, economy and energy. ; � ' New Development Existing Development Managed Land � of the map. BAY Vision Map is meant to help visualize how the guiding principles of ONE BAY could be �ted within the region. The map displays a possible pattern of development that represents �ck received and allows for indicators to be calculated. The ONE BAY Scenario was built onally recognized techniques and state-of-the-art software. BAY Vision Map is intended to show a scenario that would attain the goals of the ONE BAY ision. It is critical to keep in mind that the Vision Map is NOT prescriptive and that the map forecast future development patterns. ��d�� T'r�����+� l�cr����l�����"���� �"a�rrae����� , �, '', ������,��� �r���s�! �ri� F�x�� What will daily life be II • More housing choices closer to to work, dine and shop. • Transit is a real and viable alteri to driving. • Less time in the car and improv� alternatives to cars. • Easier and safer to walk or bicyc place to place. • Lots of recreational opportunitiE open space. • A greater feeling of community safety because more people knc neighbors. • An overall sense of opportunity and possibility in a region wher� communities share goals and w together on common problems. �"�t�r i��ri7�a�� ��e��i�ot� #�l�r���e ,'�r �i'' ,,. �,',. �.i; ` ��arr�r�� T��nd ��a� B�� ��arr���'Tc�r�d ��� B�Y� Item # 19 we are ... :ing water consumption through education �nservation. �s Technical Education Centers) ing vital natural resources for conservation. >rough County ELAPP) sing alternative water resources. a Bay Water Desal Plant) IC'On�1'12nt ti1C1t to significantly less impacts on the natural ed and environment, including wetlands and wildlife habitat, than if the current trend is followed. ed forever. � region-wide concern for the it, new development patterns will pen green space, parks and trails, I for people in the populated areas. t ecologically sensitive land i in perpetuity. , even as the population grows. �ter in our lakes, rivers and bay. ble water supplies, both surface and �ater, for our region. pace and recreational �nities. 72 and 2005, almost 400,000 acres ce and agricultural land were lost �lopment. The more than doubling n's population over this timeframe iany negative impacts on our it and quality of life. Reduced air in on water resources, and loss of agricultural land are just a few of the CLS. nvironmental land and open space �Ip to improve our air and water ;n space contributes to our region's id provides economic value and I opportunity to us all. �nd diverse water and supplies. aY Vision advocates for itally sustainable growth that will region's natural resources and r quality of life. The type of growth in the ONE BAYVision will lead The sprawling development patterns of the past and current trend significantly increase the amount of land that is built on and paved over. This land creates surfaces that are unable to absorb and filter rainwater which leads to water pollution through increased run-off into our lakes, rivers, and ultimately the bay. A more compact and well-designed development scenario will reduce the overall footprint of new development and decrease the quantity of run- off and pollution into Tampa Bay. Additional benefits to the natural environment from a shift to the ONE BAYVision include a reduction in water used for lawn irrigation, more opportunities to utilize reclaimed water, and an overall reduction in the amount of wastewater that is generated in comparison to the currenttrend. Continuous wildlife habitats. One of the biggest impacts a more compact and environmentally sustainable future will have is in the amount and quality of wildlife habitat and sensitive ecosystems we are able to preserve. Wetlands and the habitat of thousands of species are impacted by new development. By growing in a more organized and compact manner, more precious habitat and land can be protected for the benefit of humans and nature alike. Sustainable agricultural opportunities. Many areas of open space within our region are not in their native condition but instead have been and are being used as productive agricultural land. Preservation of this land and the ability to sustain agriculture is vital to our region. Both for economics and as a source of much of the food for our region, agriculture is a key component to a sustainable region. ment number 1 3of12 �� `� `� � Yo v told us . . . "We see a region > "Preserving natural ha� is very important for ou► eco- system and for ou ' overall well being." Item # 19 > "Without [long-term] sustainability and stewardship, the Tampc areas' social, agricultur tourism, environmental recreational aesthetics will suffer." > "It's important to have balance of environmer preservation lands and smart-sustainable grow with limited wetland impacts." > "Educate the public regarding the absolute importance of healthy ecosystems." (Citizen responses from the Voicel 5�� �;ci��»�� i �1sFi"��ff3, U tOld US . . . �t�'"' �< '�`��f �� �"����� �p; e see a region ...,, �����i,��1��,f}������l�s�,t}lf` ir urban areas m ust :ome walkable villages 'th mass transit - in order �ncourage job growth, uce energy costs and tect the environment." nd owners should Free to develop their nerties. Government uld encourage, not �date, redevelopment �xisting neighborhoods." = best way to :omplish sustainable � use is by planning �er density, mixed use nmunities around transit idors; it's critically ortant for walkable nm unities, high density ier runoffJ, and inner revitalization. " :itizen responses from the Voicelt campaign) Well-designed centers. Attachment number 1 Page 7 of 12 Today we are ... • Certifying sustainable buildings — over 30 � to date. (Dunedin Community Center) • Developing live, work & play communitie (Westchase - West Park Village) • Increasing community recreation with m� trails. (Legacy Trail) An expected gain of over three million new residents and 1.5 million new jobs by 2050 presents a real opportunity in how the Tampa Bay region's built environment will look in the future. The ONE BAY Vision encourages: • Fewer sprawling subdivisions present in the currenttrend. • More focused development and redevelopment around existing and new centers. • Centers located around transit stations that will encourage use of mass transit and reduce dependency on the automobile. • More overall compact development patterns that will increase the diversity of housing options. • Supporting existing communities. • Reducing energy demands. Diversity of housing. Development patterns will become more compact and will allow for preservation of significant amounts of open space in comparison to the current trend scenario. While traditional single-family homes will remain available, there will be fewer single- family homes built on large lots and more homes on smaller lots. In many cases, these single-family homes will be within walking distance of enhanced centers and recreational opportunities. Choices in housing will be increased with options to live in multi-family apartments and condos above retail businesses and offices or in townhomes and detached homes just outside the centers of activity. Local markets, restaurants, and cafes will front on the sidewalks and public gathering areas will be easily accessed by pedestrians, bicyclists, transit riders, and the automobile. The diverse profile ofthe housing m< create options that are attractive to a and incomes. More time for family & f Transportation costs and commute ti reduced with shorter distances travel work and non-work destinations. A d the time spent commuting to and fro allow for increased time spent at hon family and friends. Existing communities bE Focusing on supporting existing com will allow for leveraging of investmei to maximize current infrastructure an preserve and enhance the unique ch< of communities throughout the Tam� region. The region already has many communities and centers. The ONE E seeks to strengthen these existing an communities by encouraging investn in patterns that protect and enhance quality of life. Energy savings. Center-based development will allow households to save more money on � transportation costs, with shorter cor and more efficient use of energy, tha households in a more sprawling scer A vibrant region. The ONE BAY Vision imagines a Tam region flourishing with vibrant urban and rural lifestyles. These choices of are enhanced by their surrounding b� environment and are connected with region and the natural environment. connections are made through the in mobility that a more compact built er will support. Item # 19 we are ... �orating for seamless regional mass transit. 'PSTA/PCPT/MCAT/SCAT) �g for "transit-ready" development sites. (TIA) � forward on high speed rail—Tampa to �o. (FDOT) �g pedestrian friendly connections to down- vaterfronts. (Bradenton's Artisan Avenue) ss, regionally integrated �rtation systems. �te transportation system requires �ecially as the population and obs in the metropolitan regions ioting "seamless travel" across the Jision can knit the Tampa Bay region :h highways, light rail, commuter id transit and express buses, plus �aged freeways lanes that provide free travel for buses, carpools ers. aY Vision calls for: nobility of people, products ices. ves to cars — rapid transit, bicycle �ils, sidewalks and pedestrian buses and shuttles. iat operates at the neighborhood, ity, and regional level and is ted with the locations of major rs, denser areas of housing, industry �nd other modes of transportation. tation systems that provide the level � Floridians expect. ig open space lost during tion of new roads. � air quality by reducing emissions �velopment patterns � transit. re populated areas will help expand �rtation choices and enhance the �s of transit. In addition, clustering nt around transit service improves cy of the system, allowing for ity service, which, with supportive id development policies, increases iues Safety for pedestrians. Feeling comfortable and safe walking from origin to destination is a critical element of regionally integrated transportation systems. Studies show that well-designed walkable environments shaped by compact development are also safer for pedestrians, an important consideration given that Florida's pedestrian fatality rate is over 85% higher than the national average. With transit, families can choose to save. No one expects Floridians to simply abandon their cars. The automobile will continue to provide essential mobility and flexibility for many Florida families. The cost of car ownership, however, is far from trivial and will only get more expensive. The American Automobile Association (AAA) calculates that the annual cost in 2009 of owning and operating an automobile ranged from $5,500 for a small sedan to nearly $11,500 for an SUV driven 20,000 miles. The AAA's formula for 2009 sets gas prices at $2.30 per gallon. Using the car less or owning fewer cars can free up dollars that families can spend elsewhere. Families will have choices about how much they spend on transportation, while still getting where they want to go. World-class regions have world-class transit systems. From Dallas to Beijing, Charlotte to Madrid, Denver to Salt Lake City to Phoenix and Oregon, metropolitan regions around the world realize that in order to compete, they must provide complete transportation systems that offer choices and alternatives. Twenty-three of America's large and medium-sized cities now operate modern light rail systems. ment number 1 3of12 Item # 19 Yov told us ... "We see a region > "To build community, w have to get out of our c and into mixed-use are > "Cycling, alternative transportation (like scoc and mass transit that encourages dense urb� growth is key to the fut� our city." > "Protecting our natural resources and encoura mass transit to reduce t number of vehicles on i roads are equally impo > "As part of the aging population that will soo longer drive, I'd like to � more mass transit." > "Make more use of toll as a means to help pay the infrastructure." (Citizen responses from the Voicel � .��, d� �, '"„�:.. �� -��.-� , ,; � 4 `1 ��;` � � _� ��dh � . �,,, �,,�, mm � ¢ � ��, F �...:�. ...�.. ..... ..... Jp'tYt_ f1` 4y U f0/C.� US ... �{ ���}�' � � f ��,�f }lk��l � , i �f . �� � �e see a region ..." ���k�«l���u�������1t��,��` � urgently need to utilize rnative energy sources � as solar and wind. These �d to be made affordable, � may need to be forced �s. We can't worry about �sing all; the common �d must take priority." = incentives and the �ketplace to encourage �elopment patterns to iieve desired goals rather � mandated government itrol." Economic resilience. Attachment number 1 P e9of12 �oday we are ... • Diversifying the economy and growing e� businesses. (SRI/USAA/Draper LaboratoryJ • Installing energy-saving LED traffic and str lighting. (All Counties) • Producing energy with cleaner fuels. (TECO/Progress Energy/FP&L) Largely because of the Great Recession, the nation as a whole gained almost no jobs during the last decade. From the fourth quarter of 1999 through the fourth quarter of 2009, job growth nationwide was only 0.3 percent. The 100 largest metropolitan areas, taken together, fared little better, with 1.6 percent job growth over the decade. The Tampa Bay area, while maintaining a net job growth over the last 10 year period, lags most other metropolitan areas in recovery. The ONE BAY Vision calls for: Diversity and energy resources. The Tampa Bay region can become � more attractive region by diversifyini existing energy resources and reduci reliance on energy sources that com� outside the state and country. The 0 Vision calls for: • Responsibly planning and constru buildings and homes that minimiz demand and environmental impac • Reducing energy demand by locat housing and services closer togetl �ourage more sustainable • Diversifying the regional economy to create a , Creating a steady supply of sustaii �nesses that understand more resilient region that can better confront importance of economic future downturns. in emerging high-growth, "green" �th equally partnered • Attracting quality businesses, and supporting ' Reducing emissions by taking adv our strong base of small- and medium-sized alternative fuel vehicles and creati i the environment and effective transportation system ba �munit ." local businesses and entrepreneurs as a y continuous source of innovation, job creation modern technology. ucation and a well- �cated workforce will ease employment." ;itizen responses from the Voicelt campaign) and economic growth. • Supporting life-long learning for our residents, as a more educated workforce can increase a region's economic prosperity. • Developing a collaborative network of individual, corporate and philanthropic leaders to understand the region's underpinnings of national economic trends, and promote public- and private- sector responses to the downturn, taking into account metropolitan areas' distinct strengths and weaknesses. • Building sustainable development patterns that feature clusters of business, industry and commerce linked with an effective and efficient transportation system for workers. The Tampa Bay region must come together and strive every day to create the kind of healthy and vibrant communities that form the foundation of the U.S. economy. • Developing a more energy-efficier transportation system with decrea reliance on the single-occupant au • Increased investment in renewablE sources and decreased reliance or sources produced outside of the r� Item # 19 Reality Check Spring 2007 ��,r Voicelt! Campaign Spring-Fall 2008 Mason Dixon Poll Summer 2009 Congress of Regional Leaders Spring 2010 Attachment number 1 Page 10 of 12 ��� cc�n�€�pts' alternatives refinement ��ul,i{°�t>>�titi;�����;�i4'J)�������„$ ,`;�" implementafion �E,=� ,� , �, ` ��� ., „ Community Workshops Fall 2007 Check Workshops ; in Reality Check and ONE BAY built virtual communities based on ey decided were most important �° to represent new development > for roads and transit. ! Scenarios Campaign In 2008, ONE BAY ��, � "� sought citizen input, ° '� using a grassroots, �u rvey, on the four distinct scenarios growth patterns of the Tampa Bay scenario illustrations were presented ✓eythe cause/effect relationship of id use patterns on transportation ✓ironmental issues, preserving ter resources, preservation of land, the location of jobs vs. d future housing options. �narios were conceptual and served the Guiding Principles. Citizens to offer their input and ideas on �cenarios through ONE BAY's ' ......�::_: � '......�` ::.: or by attending 70 presentations or workshops held the region. � A: "Business-as-usual;" described region may look if current growth continue to exist through the � B: Derived specifically from the heck workshops. � C: Emphasized compact design �urages mass transit. � D: Focused on the preservation of ;ources and wildlife habitat, avoiding :ion in areas defined as wetlands, �charge and priority habitat areas. Stakeholder Input & Public Review Winter 2009 - 2010 More than 50 percent of the respondents (54%) identified Scenario C as the scenario that "best reflects own overall values"; followed by a "blend of scenarios" (17%); Scenario D (15%); Scenario B(10%), and Scenario A(4%). Mason-Dixon Statistical Poll ONE BAY commissioned Mason-Dixon to complete a telephone survey of 1,100 adult residents of the seven-county Tampa Bay region. Findings of this phone survey included: Residents soundly reject "business as usual" when it comes to future growth in the region A plurality of residents support a scenario for future growth that focuses on protecting water resources (Scenario D), followed by one that emphasizes compact design along transportation corridors to preserve open space (Scenario C). • Employment, Public Education, Water Availability and Transportation Issues (Traffic or Mass Transit) are considered to be the Tampa Bay region's most important issues that need to be addressed over the long-term. There was strong agreement among local residents that local planners should plan future growth to minimize water demand (89%), that they should give higher priority to protecting water resources than protecting open space (85%), that they should plan future growth around planned communities in order to maximize the amount of protected open space (81 %) and that they should try to reduce automobile trips by enhancing rail and bus transit options throughout the Tampa Bay region (80%). s Our guiding princi > Preserving natural resou balancing jobs and ho� ' for an affordable quality ' > Clustering higher-densii ' developments around ' transportation corridors ' > Maximizing mobility usir ' multi-modal transportal ' > Attracting higher-payin ' jobs and strengthening ' economic-developmer ' initiatives. ' > Preserving farmland an ' sustaining the role of ' agriculture. ' > Promoting quality ' communities to create ' sense of place by uniq� ' clustering higher-densit ' mixed-use developmer ' organized around ' transportation corridors �,��f� � � �,�� � �`�,� , � ' I� �`t (��3� ,,` �f�4� ';'. � ;� ,�� ���_ � � . � �;,, ,}, s�- �;, �. i a � � ,�i,'� � `it !��-' �Ilf Item # 19 st�;�s"��������;,5���� � have a vision ... ������ �t„�,��s�„����f � 1, � � ����� �,;� � , s � � 4 � � � port for local planning �esses, both existing � future, with high citizen ticipation as a balanced �ns of realizing both local � regional goals and >ns. �ly collaborative public/ ate sector dialogue, with �ket forces being a critical erminant in identifying � choosing courses of ion. �w era of public �agement - forums, ng, volunteering and � involvement in matters f will shape our future. state of Florida, colleges � universities as partners �e Tampa Bay Region's �re. ied buy-in of multi- dictional effort �gnizing that every �ernmental authority is an �al partner in the process. Attachment number 1 Page 11 of 12 IS�� ���»���'� , � � �t �{ p b � �'� i€ s� �s , ��� � � „� t�,t �'it � � �� ���E r, ,,� � �1.1} t4> 1, + ;,;�� it�� `s }1 r � ������� � ��,� � � � �' �R �af 1������� ������r� iC�„�t�14� ur�����s�r��i�a� � sraar��� �i5��r� d°.?ae� ir�.� a�.au'�at� � r�,ar'e��'s�uen�`����.,,s�N r 7'�mc:a��'& �... � Actions of partners. ULI Tampa Bay � Provide resources such �" `�I � � a ��f . ; , as technical assistance, '�"",��''� educational leadership �°"'�' � �'��� and best practices for responsible land use to local governments and the development community, fostering consistent alignment with the ONE BAY vision. Tampa Bay Regional Planning Council (TBRPC) ;t � Integrate the ONE BAY , � �Y'Ft46 F f'�`- N(liRdlS �" ti�,it�N�? RegionalVision intothe � ��������.�������°� ��� Strategic Regional Policy Plan (SRPP) and provide technical assistance to local governments wishing to make their plans consistent with the ONE BAY Regional Vision. Review local plans for consistency with ONE BAY and the SRPP. Tampa Bay Partnership � �� , ��, � .�� �� Promote understanding � and support of the Vision ����`��� ���� through programming on evolving national and regional trends. Launch ONE BAY Healthy Communities and Life Long Learning initiatives as the next components of the regional Vision. • Southwest Florida Water �°� � 3 � ; �;. ; d ��; � ���,� ,P ,.�. Management District ��'�����`�����������'����"a��������� (SWFWMD) __ Integrate ONE BAY Regional Vision principles and recommendations into the core District responsibilities of Water Supply, Flood Protection, Water Quality, and Natural Systems. Tampa Bay Estuary Program (TBEP) Integrate the ONE BAY Regional Vision into Charting the � Course: The Comprehensive f Conservation and Management � Plan for Tampa Bay. Apply ` ONE BAY recommendations in the Estuary Host a community dialog� ONE BAY will host a Congress of Re Leaders in the Spring of 2010 to re� the Vision and recommendations 1 implementation. Tampa Bay Area Regional Transpor Authority (TBARTA) Implement the ` t� �� TBARTA Regional `���� Transportation ' ` �'�" ���"` Master Plan and create the framev� meet the transportation needs and the region as envisioned through ( Coordinate with local government that land use patterns complemen to develop a regional transit netwc Establish public sector s� ONE BAY will determine a strategy tc elected officials throughout the regio • Build regional consensus around I appropriate strategies to impleme the livable communities principles recommendations of the Vision. • Address local and regional barrier; implementation of the Vision. • Promote understanding and suppc the Vision. • Obtain resolutions of support frorr governments in support of the Visi Federal sustainable communities initiative. HUD, DOT, and EPA have formed the Partnership for Sustainable Commun goal of the sustainable communities is to coordinate federal policies, prog and resources to align federal transp� housing, water and other environmei infrastructure, economic and environ policies, programs and funding. A fec sustainable communities planning gr program will be announced in the Sp ONE BAY is prepared to collaborate � regional partners to apply and levera investment opportunity. Program's decision-making process. Item # 19 upport environmentally �stainable growth, �rotection of water �sources, and energy onservation. ;reate jobs through �stainable economic levelopment practices ind fostering quality ommunities. upport increased liversity in housing ptions for families ind individuals. i itl� �;� ��� l �' ����� �1 �{ �� � �� � vt��`y}j�j � r � + � � �� � ;�1 � J ����i}� ��1����� �(RfS � tty� S ��Sti i �s� j rt ; '� 1 F'�� � � 1� kF �� Sn��� ���� �„ it� r � �,��� �� �;� ��� �;����ie��,��6�;4�4t��i������'���� Attachment number 1 ,s Page 12 of 12 ,,� r �� Encourage compact and mixed-use development. Promote transit and transit-oriented development. Encourage preservation of open space and agricultural land. � k t�� �� )� � 1 t I !2 � 51 3 �y 1}� i . 4 �li( t ���Sf�� ! ��x� �� � +� � � tt �} t rj`� �' '�' I ^Y �, �,, � s` _ i�� �il 1��� ,'� i �y � , .. F � i ��� � .1�� �,;�+ q I,°` � f 'i �i4� � .,,,. ��.� �ould like to thank all the citizens who shared their thoughts, ideas and values that assisted in the creation of this shared regional vi one who sponsored ONE BAY at a community, civic or governmental presentation and everyone who attended a workshop or part . This has been your opportunity to help shape the way Tampa Bay will look in the year 2050 and the actions we take now - indiv ty and as a region - will impact our future, promote our sense of community, and protect our economic vitality. tion & Resources are Valley Regional Planning Commission �n Utah �n Central Texas iese + Associates ion.org Growth Alliance & Information Network Land Institute North Texas fA Land Use Working Group �al Planning Advisory Committee Photos & Images • Bay Area Commuter Services • Fregonese + Associates • Hillsborough County City- County Planning Commission • Schifino Lee Advertising • Tampa Bay Partnership • Urban Advantage For More Information: Data Sources • American Automobile Association (A, • Arthur C. Nelson, Ph.D. • Regional Economic Models, Inc. • The Brookings Institution ONE BAY: Livable Communities c/o Tampa Bay Partnership Regional Research & Education Foundation 4300 W. Cypress Street, Suite 250 Tampa, FL 33607 www.myonebay.com J : �,a� � i6� a� � ;�,� � u E � �� � �..� � < ;c����t°��fi �.�r,t� d�"� �� � � � �� � � � � � � � �,� I � r�rt.ps;�$.k,� sa .�o e�..x�>N ��..nr�:.rv. � ����� E���� � , u Iter���4:'��: =ut �� . � �,� Attachment number 2 Page 1 of 2 RESOLUTION NO. 11-06 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, DECLARING SUPPORT FOR THE ONE BAY REGIONAL VISION WHEREAS, the Tampa Bay region is expected to almost double in population by the year 2050 and add an additional 1.5 million jobs; and WHEREAS, a regional vision for the Tampa Bay region is critical for community livability, economic prosperity and environmental sustainability; and WHEREAS, a regional vision crosses municipal and county boundaries; and WHEREAS, a within the public, organizations; and regional vision includes input from all stakeholders private, not-for-profit industries and community WHEREAS, the ONE BAY Regional Vision was created with the input of over 10,000 citizens across the region through workshops, educational forums, presentations, surveys and polls; and WHEREAS, ONE BAY is a true example of a public private partnership whose leadership consists of the Southwest Florida Water Management District, the Tampa Bay Area Regional Transportation Authority, the Tampa Bay Estuary Program, the Tampa Bay Partnership Regional Research and Education Foundation, the Tampa Bay Regional Planning Council, and the Urban Land Institute Tampa Bay District Council. NOW, THEREFORE, be it resolved by the City Council of the City of Clearwater: Section 1. The commitment is made recommendations into decisions. ONE BAY Regional Vision is supported and a to work to integrate the vision's principles and the local comprehensive plan and future growth Section 2. Recognizing that ONE BAY has input from thousands of stakeholders, City of Clearwater supports the ONE BAY Recommendations as: • Support environmentally sustainable growth, protection of water resources, and energy conservation. • Create jobs through sustainable economic development practices and fostering quality communities. • Support increased diversity in housing options for families and individuals. Resolution 11-06 Item # 19 Attachment number 2 Page 2 of 2 Encourage compact and mixed-use development. Promote transit and transit-oriented development. Encourage preservation of open space and agricultural land. PASSED AND ADOPTED this day of 2011. Frank Hibbard Mayor Approved as to form: Attest: Pamela K. Akin Rosemarie Call City Attorney City Clerk - 2 - Resolution 11-Cl�m # 19 � � �� � I ,� �_ r� 4 � , ' ,T i �� ,� td� �3 . .. {#ls,��i��}�� ��{`?i��\� i{�tpth��j, ��,t��1 ��t} Z� �t�t t���tir ��i�3�}r, !}� lsii�l��,��'� ���tl{��i ��(t,JG rt� to�`��t� ��j���� rt��a,�,;ii�j '£�1`t`;�t}���t�}�it�`1,;,',�{��3�ti},}{i��± — ���1'tiititiy�i�� s y1��J���� �� 2��� Y� i .. ... ��'' ��i� � ��U�t`sS,,� ��4��`'�tl�'1����t�%j�2i� , `��"�`��`is�� , �t,1� << t � , ti�'� s�si�s'�5��11i�t������`f�,�����'� �t` ,, i�,� ,11 �tit���l\i�tit ��. � +tf5)ll��� �ti t��s�,t4�t'ixkl���{ll;lj`, f�t�j\y`����i,31��`}yt��z`'\ �1 S, ��a. R �M� t}0{t � n 5����,`y�,;�,i�'�4�`�514�����5�1�t`�r �2����U� }��};l ��1,����i'��iV������ � ��� ���,�t�,�; `Srs�,�' � }, �� ��l���t��� '4 � �n'a I�, ,d�� 1 ���i������ s� , ls����,;���� }���' 1�t��{� \�;�t>,j{tt��f�`n,�ui;,�����,`�i(t�lr�,1�1�11 ,ti1��u�r4� ���r�t'i`,��Z'�," , ����»� ,��, t����� � �a�,�� �; ��.,�« ,a iia��`��tt; �����; ,mt �n,.... ����� ���,�� q�� ,s~t��,� ,�,���,� ��� ��«����t�, ����»� ,��, ,$���,� u�ab�»t ���� u� u��k\@\ G m«� r•Z � �— it�s'�� ��<� �� ;�',. i �� ,,,, �; i��' �'+t��� � �`f-; ; �J i�,���� �; 5?�1� �r;fr�?,�y� `,�t�j�su ���u�a�1�V��s ������s�ti�i If#t�}o11�1�1�i���,�1i�14;�; �r}s� �t��tl�i���h i, ti}��z��t�� �'� �,�,. 3;{. ,. t i��t r �����il�i�{�{ �{���fS��i�l� t i �t� t 7 \�,tj �)���ia tl�r�� t���Y� ����14�€ ��}S, �� j���� D#��f ��} � �A uu� ..i, 11�?� �t � . ,, � i , ���`�i d ��f � _': �S,`j�, i� ��'�t s:; ��,,,5. ,'�;;�;; �r ; �,�} �s, iu l�i� , r�t,k4• Fiy�s�4 4%4 Yfa� ����� �� g a�a�,sawrm�� ' a�,"'�' �� � �' � i ,� � �, ,, � � � � � � ��� � � � d° �� � � �� � ` �,��� � � � ��� � r`�; '��+ �� �' ; ii 7 �{E�"'�k � � � � � = � ! �Un��. ���nry �� � � � �� � ,, ,�.H,, �P....:n; G� ���i ��, ,. g:pp, �, ,,„� � �.a �� �� Az,� , � .� :,�. �� ���:TT �,4 �, �� y �� � � � ♦-�-+ � ca � �U � � Q � � 0 .� � + O 0 � . � , � � .�,$ �� � �� � � � ��a � �� � �� � ��� � � � ,� � � � �� � �� � �, � � ��� � �--+ � � � � Q — �U +� � U � � � '� � O O � ti � � �� Q � �� �� � � � � � � � �� . . L� �e� �� �� �� �� � �� ��; � �� �� ,� , L� � �� ��� � � � � C/� � � � � � O U � � m N � O . � O � � N � � Q � � � � � O U O 0 o � O � � � � � � O Q � � � . . . +�"rt � � �: ����� ��� �� 4���� k��� �d„��; ����� ��;�:��� �� �� ������� ����� � € .�; ���� � �� �� � ���� ����� � ����� ��� ���� �� «� ������ � � � � � 0 � N .> � � N � 0 � � � � . � T � O O � � o � � v� °� U � � > O 'L � �� U 'U � � � � w � U . . . � i � �� �� � ��` �� � �� ��� �� �� �� �� � L � � � N J ca � .O � � O O .� � > a � �.O � � U � . . , a ,�� �. �o b a � _ aa � � Q ts ns v�i '' � }�� � � z it4 111�`�Y'�� i.�.�� ��;, �.., � � fl �: �S'� � Y � � � � „��j � ��.s„ Q � � �� ��� �a�,��� �,�:M�� '���� _ ��� 0 ����� • - � ������ � ����� ._ � > ��� �°���� ,� � M � � �, ��� � � �. �� ��t, � ��� ��3� �° P,�,� �� KKr= �: E � � �--+ � � Q �U � � � 00 � C'7 � � � � N c'7 � � � N � � � O O � � � � �--+ � O � s � �- W U C6 � O W � � � v, � � � � U � �} �. �� � E �: �� � ��� n �� � � � ±� � � �, � �� � 0 � � � 0 � � � � �� C6 � O � � �� � � W N .� .� � G � � � � � �A Y / � � �--+ C6 � W > � W v, � � � � .� � � O � � � � 0 .� � U � � � 00 � � � W � � 0 W � W � U .� O � 0 U � � W � � � � � �� � � W � � � � U .� � C6 O W O � W � �� � .� �'^� V♦ � � � � �wmw,w t�p�t elths�t�lc ���� �� z"a t`e.ti« ta, iia�""��tt; f((���1' t �: ���t ��n t,����„�an; ���,�� q�� ,%,��t�,,, ,:����,� (��.:�����, ,�«����t�, ����»� ,��, ti����� ,�, ��� ��� G�,aby»� ���� ��� �'���ar r•Z � � a id ���� `,Y.� i � � � �� #, }�r r � �, i c '�4`� ' ,�� i f ��� �_� � � '>'�• i �,.�� ,; � �� �P��� �� ��� �,V`� ;; ,€ �" � �%, � t �" �, �'E �. ;��e ta=_"'�, ��� ��'u_ ' �, �,V F== �1 � . ��� �, I ys �a �t � G r` � � �� � � . . ,��..r.,��' }� � {i € �. t � � ! r— � ��� ��'�? �; ' �� �: �� �`� ;, 6 � � � ,� � � �; � _ � , �� - �� � u,� �� t��;��,��� � � � � ��� � °� i , � � f t� ��1� �u *}� �a, � �; �� � ?;�`�� '�j &� �� �tF �t � � I%��f�� �� '�� � i£ II, f ii f �".i4 ., , .. .. � ,,� ln € "�1�� d � � �� � � f�l�!�: � a f, { �! t�� `�''i�s �� �� o Y �t �,,,�°` =Hy��iL ` � � P �' �wmmiw t�p�t elths�t�lc �� '2�nit? �z"a te.ti« ta, iia�""��tt; f((���1' t ,,,, ���t ��n t����;�an; ���,�� q�� ,it,��t�,,, ,:����,� (��.:����� ��«����t�, ����»� ,��, ti$���,� ��,�b�;�� �u«���» ��� �k��:W G iU(�� m,:�:. � r'£ � � � �� � � � � � � � � r �, � �� ��� �� � °�:9 r ��`��.Ni`��,s�;� � � � � m � � � M= �� � k � i �t`�(S� } ��� i����¢j�qyG' "������,�1�� �'�,��`�'�.�;t �( � � �� .,�� u���� � � � , �� ��ast� � � �� '�'!l�11����"'^���ti�������k��L� �;1������������� ��,�� � �v �si � } �;; , ",' � ���' � Y ���W ��� ��� rti � �E a. gW ��4� � � �a�,tt;,�r; ,.a'��s��11�� ��� ` ��� �t;1����� � `�r l �' I ,«t��t�;" ���h=;�E �a�?Si�`� rt�h��, ,����,`,`";�i��`�` `���`t�ta�� � I i� ■ � '� � � � � ,Y �, � � � � � ,. .� � � �� � ; � � � ���t � � ��g" �'�`�� 1�� �`�� �� �f(� '��� e��� � �� J ��� �� � �( . �3� RS�'"g4� � �Lk'G{ F� , 144F � F �� S� 1 ¢¢��� ry\}� h� �$� ���� ��'� ��y � „ � � ��� ��� �f � � n��� �„,�� ;t � �'�a�.�l"" '�ri , �M ,;� �.. ����r"G+l��. � � �wmmiw t�p�t elths�t�lc �� '2�nit? �z"a te.ti« ta, iia�""��tt; f((���1' t ,,,, �,�t n t���� �an; �y��,�� q�� tiS{t���� ����� s ��� ,�«����t�, �w�nm,w t�g�t t�l,�t�i� u�ab�»t ���� u� ���� ��� �'���ar 1�11 � �� �� � �� � A i, � � �. � -- -- -- ,� ,� � -- -- -- 1 1 1: ��� �� O � i a� � � c� .� � � � i C� �� � � � ����»� ,��, ti����� � �a�,�� �z"a te.ti« ta, iia�""��tt; f((���1' t ,,,, ���t ��n t����;�an; ���,�� q�� ,it,��t�,,, ,:����,� (��.:����� ��«����t�, ����»� ,��, ti$���,� ��,�b�;�� "��a� {�,�b�,�� ���� ��� �'���ar i� �, � n�u�i i i\£yY 4�',.�� ° �t't�i t . �'; �`�;6�,;.'s,,! r•Z � �� � r� � ,�? � +� �a � � � � � � � �: � �=` � � � � � �a a`a � �' � w ` � «- � � n � a � � �-, � � � � � � � � � � � �r � �� � r�.- � iia { � � � n � � +y � t�-, a c�, � � � `� � � �, Q � � � �� •�, a, c�, o n� c� � �, �" � � _ � � � � 4`} � � �} � � � � � � � � tr � ,� � S � � � � � ea ` � � � � � � � �s „ „� s� � � � g�} ,s�a ra`� � � ����»� ,��, ti����� � �a�,�� �z"a te.ti« ta, iia�""��tt; f((���1' t ,,,, ���t ��n t����„�an; ���,�� q�� ,s~t��,� ,:����,� (��.:����� ��«����t�, ���»� ,��, ,�,��,� u�ab��n ���� Gi�ab�»t ���� u� �'���ar r•Z � �— „a ��, „ �� � ,�, r��� k ��i iw ,� � 3a�_ G ���i� �r � � ry� , �� � � � �� � � � r. � �� � ���� � m �,,, : ,r m a ( � '� �'�� v a °� � � �� � liq,: - ��i �G. i ��� �4��(} ,f����` �,; , �` �;,,; �.... `. lr' r,1. ,,,� � � ,,arr4 s'¢',�m Gk�t � �4\F at OR � ���,,,d) wG'Y7�� ; � p�,,, qiJ ;�t �1 t , .„2 �r,a ��,, _ ti, ���� tu . �i ��+rS'; c. � II< ! ` �Vj�, ` ' %S; i�,, _ ti, ���� tu . �i ��+rS'; c. i ^, �, ; . r�;� t�` �. )��':. \ -:_ „�,;' � � ii � � � � � � � � � � � � � �. � Q� � � � �, � � � � � 0.� � � �. � � � �, � � � �, � � �, � � � � � � � � � � � � � � � � � �— � � � � � �1 � � � �' � a. �i �"' , � � � � � � � � s n � � t,'��`;� i S 4� � Q� � : �. ; ' . " � � � � � � � � � � �? �! �� ,,!�i .� � � � � � � 1��1 � � 3 )`biE itiilt,tf r¢if II � ��_i�i.�..'} !.�,I 1:i4;'£`iti;Y �!$i__ -..-..... . -.'.'.'.'.'._':�(i. i11 ���i� �. £t , x t4(� Il� 1S1S )114f. !:� IIII"�rk((d::;i''. ',- iIllh�q%b t (1 t �t �t Ix� �3,+�. � "ir�} Slillii6r? �� �llit� �� k ��� rv 1 ! �� ��tt ll� �atl� f5 1}41`. f � ({`. (�r'.. ������ ;��� �'�nj��� � ���� � ` 'V� s ���� ���� � '� �A {�` t4{i��t�r;;4?,i"}l\�t('�l4tilt(11, t} I � �l `i 4M1��, �ii�i��1111iisl�,ii�h�ti�����i �l�j�� �������11�i, t ( 1y� �j� �s� �� � � �t�(y 1t��r�y� .�t a r � �;`... l, �t� s;l �'�lii' Gt�+�'��� �'tr, ���',����» � . ��# �s, � t, 0(��1�`,4 "'��;`s � � � <,�,�;i� `'���;��}�����; �ti��� �i't� `' `„'(�';{i;t�}�.,,�, �� � 9 �: F��¢ � � ti i� CY � � }. �' uL] � 2 ( �i � � (2f��1�. �H { �� t t� �} J s, � � 4{ R ' '�y .. ,�� �¢ ° � �t "� � ����'������� f� ��}�tt�t� �t `�; � ��� i4 `r zi .�tr��.�:� .. ., ,� �'', �:- �; ��' �., I� Lg j ✓i "� ml �� .. � ';t.v �: �� �� tummiw t�g�t titl,s�t�lc �� �n, ; ��� t� iia��`��tt fr('��; ,�t��, �,��� ���,�� q�l��� ,la��t�,�� ����� s ���,:�t���, iia��`��tt; �wmmiw t�p�t elths�t�lc 0.tqb�1N ���� 0. �u(�'°�`�`' u ts��4' lU(��� mPr` ,:� ,,�r w� �� � �� d U � � i � � � �- � � � � � � �J � �°� � � � "�,� � .� � � � -� � � � � � � � � � � � � � � � � � � � � � � �i: � . [ 1 n,� �� �' � � � � � � � � � � � � �L`J ' �,. � w r� � �J � � � ,�-- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �;� 4� � � � �� � '�� � � ,� � � � � � � � � � �� y�� � � � � � � � � � � � � �? � � ,� � � � � � � � .� � � � � . � �� �°— �; � � � � � � � � � � � � � � y� CU . � srr � •— �, � � � — � � � � � � � `� �„ � � � � � � � � �� � '�� � ,�� ��.�—�, � � � � � � tumm,w t�g�t �titl,s�t�lc utg�n'�� ��. �e.tA« t� iia��`��tt; �('�";,`,. ��t ��n �,�� � ���,�� q�� ,it,��t�,,, ,:����,� (��.:����� ��«����t�, ����»� ,��, ti$���,� ��,�b�;�� "��a� {�,�b�,�� ���� ��� �'���ar r•Z � �� O � � O ._ � � L L � O � ._ � � � � :� O � � � � � � � ■ � � � s � . � O ._ � c� — � � 0 � � � � �� � � � � � � O � � O � � � � � c� � � ._ � � O s � ■� � � O ■� �+ � O � � � � � � � O � a . � � � ■� O s � � O ■� �+ � � O � � � � L � � � � � � — � s � � � � � ■� � � � � � � � � � � c� J . . � N M � � � v L � O � � L _ c� � � �� � � � � � � O � � O �+ � � � O � � t� � � � L � � c� � � 0 ■� � � � � � O � � � � � �+ � � � � a� L . t� � � � � � L � � a� n � � �� � � � O � O ■� �+ � � � � � 0 C� �wm�»w t��+ ������ � ����� �z"a te.ti« t� iia�""��tt f((���1;� ���, �� t����,«n; ���,�� q�� ,st,��,� ,�,���� ��� na����tc, �w�nmiw t�p�t elths�t�lc ti: 0.W� �� �uc��i�, ,�� Giiab���� ��� u� �'���ar � � �- � � W � � ._ U O � � � � V♦ L � �� � � � � Z I � U � 0 �L � � • � 0 �� � � L � � � L � 0 � � � � �� � � � � � O O v � � � � � � � L� W O L � � � � 0 � �--+ 0 � � 0 � � � 4) O � � • W � � � � � � � � � � �� L� O � � � � � � L C� � � � C� m � � 0 • � � L � O L � V, � L � � � � ,O � � � �� ► � ■ O .� i � � � W � O � � C� L � � � � • .0 � � �--+ C� � Cl� W i �� O �--+ � .� � � O �� C� � � � � � 0 U � L C� U O � � � � � - � ^ U ._ 0 � � � O .� � � � � � � � / . ^ ♦/ � � W � � L � � O U �--+ � � � � L � i O � ����»� ,��, ti�,��,� ���� �� z"a \te.ti« ta, iia�""��tt; f((���1;�. ���t ��n t���� �an; ���,�� q�� ,%,��t�,,, ,:����,� (��.:�����, ,�«����t�, ���»� ,��, ��,��,� ,�, ��� �u«���» {�,�b�,�� ui�k\�c �b�,�� ,���� � � � City Council Agenda Council Chambers - City Hall Meeting Date:2/3/2011 SUBJECT / RECOMMENDATION: Environmental Advisory Board Recommendation Concerning Dune Protection and Enforcement on Clearwater Beach. SUMMARY: Review Approval: Cover Memo Item # 20 CLEARWATER CITY COMMISSION Meeting Date: `f�� ��� � Item # � �l'�f �' �s As stated in Commission Rules, "Representatives of a group may speak for thre� minutes plus an additional minute for each persan in the audience that waives their right to speak, up ta a maximum of ten minutes." We the undersigned designate V�� �� �� 2 as our spokesperson and waive our right to speak. � Signa#�re � �� -t .��,,��.. � �' Signature / �/ Sign ture ' Signature Signature Signature Signature � �� /�� �P Print Name ��� ��.L.� Print Name / � Print ame Print Name Print Name Print Name Print Nam� print) \\CH3\CLERIC�FORMS\Public Camments at Cam Mtg.doc Jan 9, 20�2 970�-0034 Attachment number 1 Page 1 of 2 January 4, 2011 Office of the Mayor Offices of the City Council P.O. Box 4748 Clearwater, FL 33758-4748 Re: Dune Protection Recommendation Environmental Advisory Board Honorable: Mayor Frank V. Hibbard Vice Mayor John Doran Councilmember George N. Cretekos Councilmember Bill Jonson Councilmember Paul F. Gibson In response to complaints by members of the CBA (Clearwater Beach Association) regarding dune destruction on north Clearwater beach, the EAB (Environmental Advisory Board) has done its due diligence by researching the actions of other communities and seeking legal opinion. The State retains jurisdiction of dune protection and does not delegate that authority anywhere in the state. However, only after habitual complaints does the State send warning letters to offenders requesting mitigation but does no follow-up. Sarasota County adopted its own coastal ordinance in 1979, and enforces dune protection in Sarasota County; residents know that harming the dunes has consequences. Dunes are necessary to limit erosion and damage to nearby property as well as to protect the environment. Damaged dunes can be repaired over time, if not disturbed. The EAB is concerned that a lack of dune protection will jeopardize the City's FEMA rating. By law, even dunes on private land cannot be disturbed. The EAB Chair witnessed that dunes and vegetation have been altered seaward from three houses on Eldorado Avenue. Staff reports that a beach resident called the city for a permit to remove other dunes. Without City action to stop weekend removal efforts and the erection of tents where dunes once stood, all dunes could disappear. The EAB recommends that aerial photographs of the dunes be evaluated to benchmark current conditions to track future damages. New laws are not necessary as the City has the power to enforce dune protection. While the board understands that Code Enforcement staff may not recognize the importance of sea oats and enforcing dune laws, especially on weekends when illegal activities occur, the board recommends that Environmental Management work with Code Enforcement officers regarding these issues. City efforts depend on the Code Enforcement Team establishing that the protection of dunes is a higher priority than citing residents for knee- high grass and garage sale signs. Environmental Advisory 2011-01-4 Item # �0 Attachment number 1 Page 2 of 2 The EAB recommends requiring owners of properties cited for dune destruction to mitigate damages to property dunes and vegetation prior to a property's sale or be subject to a lien that covers mitigation costs. Citations would be based on photographs and other evidence that exists. The City will need to work closely with the State to bring offenders to the attention of State regulators and to verify State follow-through. The EAB's goal is for Clearwater to continue to be the wondrous natural place that tourists want to visit. The board urges the City to take action before the public, Audubon Society and Sierra Club protest the ongoing dune destruction. Sincerely, � � �� R. Peter Stasis Chair, Environmental Advisory Board cc: E. Chesney — City of Clearwater Environmental Advisory 2011-01-4 Item # �0 Attachment number 2 Page 1 of 3 � o ���� �� > � � City Attorney's Office Interoffice Correspondence Sheet TO: Edward F. Chesney, Environmental Manager FROM: Leslie K. Dougall-Sides, Assistant City Attorney COPIES: Jill S. Silverboard, Assistant City Manager Michael D. Quillen, Engineering Director SUBJECT: Regulation of Alteration of Coastal Sand Dunes and Sea Oats DATE: April 20, 2010 ISSUES I have been asked to respond to the following questions: 1. May the City of Clearwater obtain delegated authority from the Florida Department of Environmental Protection [FDEP] to regulate coastal sand dunes and native vegetation [sea oats] along Clearwater's beaches? 2. Alternatively, may the City adopt an ordinance protecting these resources? DISCUSSION 1. Although under statutory and rule authority FDEP has set up and administers programs for the delegation of regulatory authority for certain purposes, such as mangrove trimming, waterway regulation, and construction/permitting of docks, I can find no statutory or rule authority for a delegation program regarding coastal sand dunes or native vegetation. Therefore, because of the nonexistence of statutory and rule authority for such a delegation program, my conclusion on this issue is that the City may not obtain delegated authority from FDEP to regulate these areas. 2. Under Chapter 166, Florida Statutes, municipalities are granted broad "home rule" authority to exercise certain powers. One limitation on such authority occurs where an area is expressly or impliedly preempted to the State. Express preemption occurs where the concept is specifically set forth in statutory language. Preemption may also be implied "when `the legislative scheme is so pervasive that as to evidence an intent to preempt the particular area, and where strong public policy reasons exist for finding such an area to be preempted by the Legislature."' Sarasota Alliance for Fair Item # 20 Attachment number 2 Page 2 of 3 Elections, Inc. v. Browninq, 28 So. 3d 880 (Fla. 2010), uq otinq Phantom of Clearwater, Inc. v. Pinellas County, 894 So.2d 1011, 1018 (Fla. 2d DCA 2005). In GLA and Associates, Inc. v. City of Boca Raton, 855 So. 2d 278 (Fla. 4t" DCA 2003), a developer challenged the ability of a city to require permitting for construction activities seaward of the Coastal Construction Control Line [CCCL], arguing that such regulation was preempted by the Florida Beach and Shore Preservation Act, Florida Statutes Chapter 161. Under the Act, once a CCCL is established, no person is to make any excavation, remove any beach material, or otherwise alter existing ground elevations except in compliance therewith. FDEP must issue permits for any work on coastal dunes. The appellate court found that Chapter 161 did not expressly preempt the local ordinance, nor did implied preemption exist. Nor was the local ordinance in conflict with the statute. Section 161.053(5)(b) contained a statement that "the department shall not contravene setback requirements or zoning or building codes established by a county or municipality which are equal to, or more strict than, those requirements provided herein." Further, FDEP stated in that case that it had always interpreted Chapter 161 to allow local setback ordinances, and Section 161.053(5)(b) required deference to such local regulations. The Boca Raton ordinance was considered to be more strict than state regulation because it prohibits any excavation of the dunes, whereas FDEP could permit it. The same Court also held in Pace v. Board of Adiustment, Town of Jupiter Island, 492 So. 2d 412 (Fla. 4t" DCA 1986), rev. den., 501 So. 2d 1283 (Fla. 1987), that state authority over the beaches and dune system did not prevent a municipality from regulating [zoning] landward of the CCCL. City of Clearwater Code of Ordinances Section 51.32(6), similar to the Boca Raton ordinance, prohibits construction activities seaward of the CCCL. Therefore, if any building or structure as defined is placed in this area, the activity is subject to citation before the Municipal Code Enforcement Board. Subsection (g) of that Section further provides that "there shall be no alteration of sand dunes...which would increase potential flood damage". Under the GLA decision, these existing provisions appear valid and enforceable. Section 47.035, however, does authorize a variance procedure which is available if certain criteria are met. Florida Statutes Section 161.242 prohibits the cutting, harvesting, removal, or eradication of sea oats and sea grapes. Enforcement authority for this provision rests with FDEP; City staff and residents have contacted FDEP staff in the past to report alleged violations. By its terms this Section does not expressly preempt such regulation to the State. No case law exists as to whether implied preemption exists. Sarasota County has adopted a Coastal Setback Code, Chapter 54, Article XXII of the Sarasota County Code of Ordinances. This Code was reviewed as an example of what the City of Clearwater could potentially adopt. It creates a Gulf Beaches Setback Line and a Barrier Island Pass Twenty-Year Hazard Line, and prohibits construction and excavation seaward/waterward of said Lines while allowing variance requests. It also prohibits alteration or removal of Native Plants located within a Dune System or Coastal Hammock. This Code has been in place since at least 1979 and its validity has not 2 Item # 20 Attachment number 2 Page 3 of 3 been litigated. Other Ordinances examined were aspirational and encouraged the planting of native salt-tolerant dune vegetation on coastal dunes. This office has previously concluded that certain property owners on North Clearwater Beach have riparian/littoral rights to the use of the area seaward of the CCCL, at least as part of rights which they obtained from the original developer. See Opinion Memorandum of Laura Mahony, 5/3/09. Other beach property in the area is owned by the City of Clearwater. Reasonable land development regulations may be imposed upon private property as long as they do not constitute a regulatory taking or create an "inordinate burden" on private property rights under the Bert Harris Act, Florida Statutes Section 70.001 et seq. CONCLUSION 1. The City may not obtain delegated authority from the Florida Department of Environmental Protection [FDEP] to regulate coastal sand dunes and native vegetation [sea oats] along Clearwater's beaches. 2. The City already prohibits the placement of structures or buildings seaward of the CCCL, and prohibits dune alteration where it can be shown that flood damage potential may be increased. These provisions may be enforced. In addition, the continuation of reporting information to FDEP enforcement authorities under Florida Statutes Section 161.242 may continue. The City probably has the general home rule legal authority to regulate the alteration of or destruction of sand dunes and sea oats within the City limits. Adoption of a regulatory ordinance would probably not be considered to be preempted to State regulation or to create an "inordinate burden" on private property rights under the Bert Harris Act. However, the adoption of an additional regulatory ordinance would involve significant commitment of staff time and City resources to both the enforcement process and any variance request process. Consideration should be given to the advisability of a countywide approach to coordinating such regulation, as exists in the dock permitting, natural resources, and now fertilizer regulation, areas. 3 Item # 20 Attachment number 3 Page 1 of 2 From: Dougall-Sides, Leslie Sent: Thursday, January 20, 2011 9:50 AM To: Akin, Pam; Silverboard, Jill Subject: A00-00086: Environmental Advisory Board January 19 Meeting Agenda Topic: Dune Protection Following a discussion at last fall's EAB meeting, the topic of dune protection was placed on the January 19, 2011 EAB agenda. Michael Delk and Terry Teunis attended to discuss code enforcement issues. Ed Chesney provided Engineering/Environmental staff support. My Memorandum of April 20, 2010 was provided to the Board. In it, I had advised that existing Community Development Code provisions prohibit construction seaward of the Coastal Construction Control Line [51.32(6)] and prohibit alteration of dunes where the potential for flood damage is increased [51.32(6)(g)]. It was noted that in order to effectively cite for the latter violation, baseline data regarding the dune system and expert testimony as to flood damage potential would be advisable. Alleged violations are also reported by the City to FDEP staff, which has statewide enforcement authority. City staff pointed out the following potential issues with adoption of additional City ordinance prohibitions: 1. Possible State preemption/conflict/parallel City and State programs; 2. The current ordinance is under the Flood Damage Prevention chapter and is based upon the shore stabilization and flood protection characteristics of dunes. In order to adopt an additional more general police power ordinance based upon public health, safety, and welfare considerations, a legislative record based upon positive characteristics of dunes would need to be developed; 3. Lack of clear Florida case law upholding general police power dune protection ordinances; 4. Bert Harris Act implications of prohibiting alteration of dunes on private property; 5. Staffing concerns; 6. Difficulty of obtaining photographic evidence on private property and of determining property lines without clear physical boundaries; 7. Current code enforcement prosecution policy prohibits bringing cases involving homestead property to the Municipal Code Enforcement Board, thus fines are limited to County Court amounts, which may not be a deterrent; 8. A Countywide approach may be preferable. Following discussion, the three EAB members in attendance expressed consensus that the existing Code provisions "lack sufficient teeth" and that they wish to see the City adopt additional Code prohibitions against dune alteration/destruction. It is my understanding that this topic appears on agenda tracking for the January 31 City Council Worksession. Leslie K. Dougall-Sides Assistant City Attorney City of Clearwater Item # 20 P.O. Box 4748 Clearwater, Florida 33758 (727) 562-4010 phone (727) 562-4021 fax Board Certified in City, County and Local Government Law Admitted in Florida, Oregon, and the District of Columbia Senior Professional in Human Resources Attachment number 3 Page 2 of 2 Item # 20 ����� � � ��, ,�+ � � �' '�'t"� , � � � , � ��, > � ���; �� � �,� � �. ,. . �d� ' .- . � bk . I ' .�... � � t : �I i� i , !! i . ��' 1 ��. �: E �I� t7 ���5 I 7 - ss �'� }'i�4 ' -,y1P �'�;�'uk`i�b-;,�-j - ,i}-�� � i -- � �� 41 � ,' # i I . � 1 Pr� A }ji � F � � �`44. � ,�,�,.� � f � t��" -, �,.�'' ;�d'S-ti'� s � s �.- '� p - � r ; c� p �,� i ,� . � .. �, � �.� � � � �. X� h '�� �q. r 1 � u�. ; � ` � s� f � ��m ` � � r � � .. 3 tr u,�: ,31, � ,..,. k � � � � 1 � � � � � �`� � � � �e � � � , y„ : � �� �;� `� � n �� �rS '� i � ��+� r ��°s }�� iF 3� -s� : � �t� � �.r . � �c«�, .{�, }s r. 3 ■