Loading...
10/03/2011 WORK SESSION AGENDA Council Chambers - City Hall 10/3/2011 - 9:00 AM 1. Presentations 1.1NACWA Gold Peak Performance Awards to Wastewater Treatment Plant Chief Operators Jeff Borden from the Northeast Wastewater Treatment Plant and to Loren Pratt from the East Wastewater Treatment Plant. Attachments 1.2Dr. A. P. Black Award: Wastewater Plant Operator Award of Excellence to Jack Sadowski, Wastewater Treatment Plant Chief Operator. Attachments 1.32011 Charter Review Committee Final Report Attachments 2. Fire Department 2.1Award a contract (purchase order) to Pierce Manufacturing Inc. of Appleton, WI. in the amount of $481,310.00 for the purchase of one new Pierce Heavy Duty Velocity Pumper, in accordance with Sec. 2.564 – (1)(b)and(e), Code of Ordinances, – Other governmental bid, and authorize the appropriate officials to execute same. (consent) Attachments 3. Financial Services 3.1Declare list of vehicles and equipment surplus to the needs of the City; authorize disposal through sale to the highest bidder at the Tampa Machinery Auction, Tampa, Florida; and authorize the appropriate officials to execute same. (consent) Attachments 3.2Approve settlement of the liability claim of Walter Bivens for payment of $50,000.00 and authorize the appropriate officials to execute same. (consent) Attachments 4. Gas System 4.1Award Bid 30-11 to Mastec North America, Incorporated, 7221 East Martin Luther King Jr. Boulevard, Tampa, Florida 33619, for the period October 1, 2011 to September 30, 2012, for the Installation of Gas Mains, Service Lines and House Piping, in the amount of $1,039,050; approve the contract (Purchase Order) in the amount of $878,300 and authorize the appropriate officials to execute same. (consent) Attachments 5. Human Resources 5.1Authorize the negotiation of a three-year contract between the City and Montgomery Retirement Plan Advisors for the provision of advisor/consultant services to the City 457 Deferred Compensation Plans and the City 401a Money Purchase Pension plan at a total cost not to exceed $35,000 per year. (consent) Attachments 5.2Authorize a contract between the City and CIGNA HealthCare for medical insurance under a fully insured, Shared Returns Minimum Premium funding arrangement for the period of January 1, 2012 to December 31, 2012 at a total cost not to exceed $13 million, and that City funds obtained through the federal Early Retiree Reimbursement Program be utilized to offset proposed increases and maintain current employee premiums and City funding levels. (consent) Attachments 6. Marine and Aviation 6.1Amend Chapter 33, Section 33.058 of the Code of Ordinances to create an Idle Speed - No Wake Zone within the Clearwater Harbor Marina and pass Ordinance 8292-11 on the first reading. Attachments 7. Police 7.1Approve an agreement between the City of Clearwater (Licensor) and the United States Coast Guard Auxiliary, Flotilla 11-1 (Licensee) to utilize space located at 645 Pierce Street on an intermittent basis, for the period January 1, 2012 through December 31, 2012, and authorize the appropriate officials to execute same. (consent) Attachments 7.2Approve an agreement in the amount of $484,290.00 with the Pinellas County Sheriff’s Office, Largo, Florida for latent fingerprint, crime scene processing services, evidence and property storage and Pinellas Juvenile Assessment Center services, during the one-year contract period, commencing October 1, 2011 through September 30, 2012, and authorize the appropriate officials to execute same. (consent) Attachments 7.3Approve an agreement between Clearwater Towing Service, Incorporated, and the City of Clearwater to provide towing, transport, and, in some circumstances, storage services for Police Department directed towing, impounds, and vehicle seizures and authorize the appropriate officials to execute same. (consent) Attachments 8. Public Utilities 8.1Accept Public Utilities Department efficiency review report from HDR Engineering, Inc. (WSO) Attachments 9. Engineering 9.1Accept a Multi-Use Trail Easement conveyed by Clearwater Housing Authority over a portion of Mary Land Subdivision, as more particularly described therein, given in consideration of receipt of $10.00 and the benefits to be derived therefrom. (consent) Attachments 9.2Approve the final plat for Harbourside Grande, 18167 U.S. Highway 19 North, located on the Southeast corner of U.S. Highway 19 and Belleair Road. (consent) Attachments 9.3Approve the conveyance of a Perpetual Ingress and Egress Easement to Pinellas County over a 285 by 86 foot portion of a city-owned parcel along the northern property limits of Sand Key Park and along the south side of Clearwater Pass; and authorize the appropriate officials to execute same. (consent) Attachments 9.4Award a contract (purchase order) to American Lighting of Dover, Florida, for construction of the Gulf To Bay Blvd./Highland Ave. Traffic Signalization Project (10-0005-EN) in the amount of $261,967.00, which is the lowest responsible bid received in accordance with the plans and specifications, and authorize the appropriate officials to execute same. (consent) Attachments 9.5Approve a Work Order to Atkins North America Inc., Engineer of Record (EOR), in the amount of $107,736.20 for design of Jeffords Street Outfall and approve a Cooperative Funding Agreement between the Southwest Florida Water Management District (SWFWMD) and the City of Clearwater for Implementation of BMPS in the Coastal Zone 1 Watershed at Jeffords Street (N270) in the amount of $200,000 and authorize the appropriate officials to execute same. (consent) Attachments 9.6Ratify and Confirm Change Order Four and Final to R.A.M. Excavating, Inc. for Morningside Neighborhood Traffic Calming Project 07-0008-EN, an increase in the amount of $47,707.03 for a new contract value of $1,630,192.25 and add 73 calendar days to the contract. (consent) Attachments 10. Planning 10.1Approve a Future Land Use Map Amendment from the Transportation/Utility (T/U) classification to the Industrial Limited (IL) Classification and a Zoning Atlas Amendment from the Institutional (I) District to the Industrial, Research and Technology (IRT) District for property located at 1020 North Hercules Avenue (consisting of a portion of the Northwest 1/4 of Section 12, Township 29 South, Range 15 East), and pass Ordinances 8281-11 and 8282-11 on first reading.(LUP2011-07002 and REZ2011-07004) Attachments 11. Official Records and Legislative Services 11.1Appoint members to the Municipal Code Enforcement Board with terms to expire October 31, 2014. Attachments 11.2Approve the 2012 State Legislative Package. (consent) Attachments 11.3Approve the 2012 Council Meeting Schedule. (consent) Attachments 12. Legal 12.1Adopt Ordinance 8276-11 on second reading, annexing certain real property whose post office address is 3054 Leanne Court into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Attachments 12.2Adopt Ordinance 8277-11 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 3054 Leanne Court, upon annexation into the City of Clearwater, as Residential Suburban (RS). Attachments 12.3Adopt Ordinance 8278-11 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3054 Leanne Court, upon annexation into the City of Clearwater, as Low Density Residential (LDR). Attachments 12.4Adopt Ordinance 8287-11 on second reading, amending the operating budget for the Fiscal Year ending September 30, 2011 to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Water and Sewer Fund, Stormwater Fund, Solid Waste Fund, Recycling Fund, Gas Fund, Marine Fund, Airpark Fund, Clearwater Harbor Marina Fund, Parking Fund, Administrative Services Fund, General Services Fund, and Garage Fund. Attachments 12.5Adopt Ordinance 8288-11 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2011, to reflect a net increase of $6,965,181. Attachments 13. City Manager Verbal Reports 13.1City Manager Verbal Reports Attachments 14. Council Discussion Items 14.1Gulf Blvd. Signage Attachments 15. Closing Comments by Mayor 16. Adjourn 17. Presentation(s) for Council Meeting 17.1Drop (off) Your Drawers for CTK Month Proclamation - Fran Goodwin, Clothes to Kids Development Director Attachments 17.2Lights On Afterschool Proclamation Attachments 17.3Florida Natural Gas Association (FNGA) Operating Person of the Year Award Attachments 17.4Fire Prevention Week Proclamation (10/9-10/15) Attachments 17.5National Arts & Humanities Month Proclamation - Christopher Hubbard, MA Cultural Affairs Specialist Attachments 17.6Pinellas County Library System Presentation - Mary Brown Attachments Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: NACWA Gold Peak Performance Awards to Wastewater Treatment Plant Chief Operators Jeff Borden from the Northeast Wastewater Treatment Plant and to Loren Pratt from the East Wastewater Treatment Plant. SUMMARY: Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Clerk Cover Memo Item # 1 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Dr. A. P. Black Award: Wastewater Plant Operator Award of Excellence to Jack Sadowski, Wastewater Treatment Plant Chief Operator. SUMMARY: Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Clerk Cover Memo Item # 2 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: 2011 Charter Review Committee Final Report SUMMARY: Review Approval: Cover Memo Item # 3 Attachment number 1 Page 1 of 2 Item # 3 Attachment number 1 Page 2 of 2 Item # 3 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract (purchase order) to Pierce Manufacturing Inc. of Appleton, WI. in the amount of $481,310.00 for the purchase of one new Pierce Heavy Duty Velocity Pumper, in accordance with Sec. 2.564 – (1)(b)and(e), Code of Ordinances, – Other governmental bid, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Department desires to purchase a heavy-duty front line unit to replace Engine 48, which was purchased in 2001, and move the current Engine 48 to the reserve fleet to maintain required reserve units. The full price for one unit is $481,310.00. The current CIP project 91218, Fire Engine Replacement, has $488,800 of Penny III funding available. The City will be reimbursed by the County for a portion of the purchase, approximately 12%, as the vehicle will support fire operations in the unincorporated areas of the Clearwater Fire District. The Department has determined the Pierce Heavy Duty Velocity Pumper built by Pierce Manufacturing meets the operational needs of the Department. Estimated annual operating costs in the department’s annual operating budget include fuel and routine garage charges for operating the new vehicle. Garage charges on the new vehicle are expected to be less than on the replaced vehicle. This purchase is a piggyback of Lake County Contract 08-0803. The Pierce pumper is the City of Clearwater Fire and Rescue Department standard for the purpose of training and maintenance. Custom components have been added to meet the needs of the fire district and surrounding municipalities. Warranty: Limited 1 year warranty for 12 months free of defects in material and workmanship; 3 year warranty on the Impel/Velocity custom chassis; lifetime on chassis frame crossmembers, Imp/Vel; 5 year on EVS transmission; 5 years on command zone components, Chassis, Vel/Impel/Qtm/AXT; lifetime on UPF and water tank; 5 years on waterous (pump); 10 year on S/S plumbing and standard paint; 10 yrs or 100,000 on vehicle cab and body; and 5 year or 100,000 mile warranty on engine provided by Cummins. Maintenance: Ten-8 Fire Equipment, Inc., a full service apparatus repair facility, will perform all of the warranty work. The City’s General Services Division will perform routine maintenance and testing. Annual pump testing will be performed by our Logistics Bureau in accordance with NFPA standards. Any additional repairs can be contracted through Ten-8 at an additional cost per their service fee schedule. A heavy-duty Velocity pumper apparatus provides exceptional pumping water capability, enhanced storage capability, lower vehicle profile and will significantly up-grade the abilities of the unit it replaces. Cover Memo The proposal for fire apparatus conforms to all Federal Department of Transportation (DOT) rules and regulations in Item # 4 effect at the time of bid and with all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of bid, except as modified by customer specifications. Pierce Manufacturing operates a Quality Management System under the requirements of ISO 9001. The apparatus will meet the current NFPA 1901 recommendations and will maintain design and operational features consistent with the department’s needs. Purchase Type: YesNo Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: 481,310.0025,000.00 Current Year Cost:Annual Operating Cost: 481,310.00481,310.00 Not to Exceed:Total Cost: 10/01/2011 to 9/30/2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 0-315-91218-564000-522-481,310.00 000 No Bid Required?:Bid Number: Other Government Other Bid / Contract:Bid Exceptions: Bid 1) Office of Management and Budget 2) Fire Department 3) Office of Management and Review Budget 4) Legal 5) Clerk 6) Purchasing 7) Clerk 8) Assistant City Manager 9) City Manager 10) Clerk Approval: Cover Memo Item # 4 Attachment number 1 Page 1 of 1 Item # 4 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Declare list of vehicles and equipment surplus to the needs of the City; authorize disposal through sale to the highest bidder at the Tampa Machinery Auction, Tampa, Florida; and authorize the appropriate officials to execute same. (consent) SUMMARY: All vehicles and equipment have been replaced as necessary and/or are no longer required. Tampa Machinery Auction is the Tampa Bay Purchasing Cooperative Auctioneer of Record. Type:Other Current Year Budget?:No Budget Adjustment:None Budget Adjustment Comments: Current Year Cost:Annual Operating Cost: Not to Exceed:Total Cost: For Fiscal Year: to Appropriation CodeAmountAppropriation Comment 0566-00000-364413-000-To be Sale proceeds 0000 Determined Bid Required?:No Bid Number: Other Bid / Contract:Bid Exceptions:None Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Office of Management and Approval:Budget 5) Legal 6) Clerk 7) Assistant City Manager 8) City Manager 9) Clerk Cover Memo Item # 5 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve settlement of the liability claim of Walter Bivens for payment of $50,000.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: On March 5, 2010, several police cruisers were chasing a car on Missouri Avenue. As these cruisers approached Mr. Bivens from the rear, Mr. Bivens stopped suddenly upon seeing additional police cruisers ahead. A cruiser hit Mr. Biven’s car in the rear resulting in injuries to Mr. Bivens. Mr. Bivens incurred medical expenses of $20,866. Mr. Bivens continues with neck pain and may be a candidate for a cervical discectomy and fusion in the future. Mr. Biven’s claim can be settled for $50,000.00. The City’s limit of liability as provided by Section 768.28, Florida Statutes is $100,000. The City’s Risk Management Division and City’s Claims Committee recommend this settlement. Funding for the payment of this settlement is available in the budget for claims expense in the Central Insurance Fund. Operating Expenditure Type: YesNone Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: Current Year Cost:Annual Operating Cost: $50,000$50,000 Not to Exceed:Total Cost: 10/1/2010 to 9/30/2011 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 590-07000-545900-519-000 $50,000 1) Office of Management and Budget 2) Legal 3) Office of Management and Budget 4) Legal 5) Clerk 6) Assistant City Review Manager 7) City Manager 8) Clerk Approval: Cover Memo Item # 6 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award Bid 30-11 to Mastec North America, Incorporated, 7221 East Martin Luther King Jr. Boulevard, Tampa, Florida 33619, for the period October 1, 2011 to September 30, 2012, for the Installation of Gas Mains, Service Lines and House Piping, in the amount of $1,039,050; approve the contract (Purchase Order) in the amount of $878,300 and authorize the appropriate officials to execute same. (consent) SUMMARY: Mastec North America, Incorporated, is one of Clearwater Gas System's two contractors who install Gas Mains, Service Lines, and Underground House Piping to meet residential and commercial customer requirements in support of gas sales and operations. Mastec North America, Incorporated was the only Bidder on Bid 30-11 (Installation of Gas Mains, Service Lines and House Piping at Various Locations) with an actual bid of $1,039,050 and has performed satisfactory work under their previous contract, which expired on September 30, 2011. Mastec has also provided a Performance Bond and Proof of Insurance. The total contract amount is $1,039,050 ($878,300 for the Installation of Gas Mains and Service Lines and $160,750 for Underground House Piping a Resale Item to the customer that is approved by the Clearwater Gas System Managing Director). Funds are available in 315-96377 (Pinellas New Mains and Service Lines) and 315-96378 (Pasco New Mains and Service Lines). Clearwater Gas System has budgeted appropriately to support these requirements. Capital expenditure Type: NoneNone Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: 1,039,0501,039,050 Current Year Cost:Annual Operating Cost: 1,039,0501,039,050 Not to Exceed:Total Cost: 10/1/2011 to 9/30/2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 315-96377 831,240Pinellas New Mains and Service Lines 315-96378 207,810Pasco New Mains and Service Lines Yes30-11 Bid Required?:Bid Number: None Other Bid / Contract:Bid Exceptions: 1) Office of Management and Budget 2) Legal 3) Purchasing 4) Legal 5) Clerk 6) Assistant City Manager 7) City Review Manager 8) Clerk Approval: Cover Memo Item # 7 Attachment number 1 Page 1 of 119 CONTRACT DOCUMENTS FOR Clearwater Gas System Installation of Gas Mains, Service Lines and House Piping at Various Locations Bid Number: 30-11 Bid Due Date: September 7, 2011 Bid Time: 11:00AM Prepared by: Clearwater Gas System 400 North Myrtle Avenue Clearwater, Florida 33758 Item # 7 Attachment number 1 Page 2 of 119 TABLE Section Description Page 00020-1 00020 INVITATION TO BID 00100-1 00100 INSTRUCTIONS TO BIDDERS 00100.01 Qualifications of Bidder 00100-1 00100.02 Bidder's Responsibility 00100-1 00100.03 Site Conditions 00100-2 00100.04 Omissions and Discrepancies 00100-2 00100.05 Bid Items and Estimated Quantities 00100-2 00100.06 Approved Materials and Equipment 00100-3 00100.07 Sample of Materials 00100-3 00100.08 Proposal Form 00100-3 00100.09 Withdrawal of Proposals 00100-4 00100.10 Bid Security 00100-4 00100.11 Opening of Proposals 00100-4 00100.12 Method of Award 00100-4 00100.13 Execution of Contract 00100-5 00100.14 Time of Completion 00100-5 00100.15 Liquidated Damages 00100-5 00100.16 Extensions of Time 00100-5 00100.17 Certificate of Insurance 00100-6 00100.18 Detailed Breakdown Sheet and Schedule of Prices 0010 00100.19 Existing Materials and Equipment 00100-6 00100.20 Qualifications of Bidders 00100-6 00100.21 Standards 00100-6 00140-1 00140 SUMMARY OF INFORMATION TO BIDDERS 00140.01 Obtaining Plans and Specifications 00140-1 00140.02 Owner 00140-1 00140.03 Contract 00140-1 00140.04 Bid Security 00140-1 00140.05 Time of Completion 00140-1 00140.06 Insurance Required 00140-1 00140.07 Scope of Work 00140-2 00300-1 00300 BID FORMS 00310 Proposal Form 00310-1 00320 Bid Schedule 00320-1 Item # 7 Attachment number 1 Page 3 of 119 TABLE OF CONTENTS Section Description Page (Continued) 00300 BID FORMS 00330 Florida Trench Safety Act Acknowledgment 00330-1 00340 Public Entity Crimes Statement 00340-1 00400 BID SECURITY 00410 Certified Check, Cash or Bid Bond 00410-1 00500 CONTRACT FORMS 00510 Agreement 00510-1 00520 Contractor's Affidavit 00520-1 00530 Contractor's Release 00530-1 00540 Statement of Surety Company 00540-1 00600 BONDS AND CERTIFICATES 00610 Performance - Payment Bond 00610-1 00620 Certificate of Insurance 00620-1 00700 GENERAL CONDITIONS 00700.01 Definitions 00700-1 00700.02 Extent of Contract 00700-2 00700.03 Obligations of Contractor 00700-2 00700.04 Subcontracts 00700-3 00700.05 Separate Contracts 00700-3 00700.06 Bonds 00700-3 00700.07 Additional or Substitute Bond 00700-4 00700.08 Insurance 00700-4 00700.09 Proof of Insurance 00700-5 00700.10 Accidents and Claims 00700-5 00700.11 Mutual Responsibility of Contractors 00700-5 00700.12 Contractor's Liability 00700-6 00700.13 Familiarity with Contract Requirement 00700-6 00700.14 Patent Rights 00700-6 00700.15 Permits and Licenses 00700-7 00700.16 Laws and Regulations 00700-7 00700.17 Dimensions and Elevations 0070 Item # 7 Attachment number 1 Page 4 of 119 TABLE OF CONTENTS Section Description Page (Continued) 00700 GENERAL CONDITIONS 00700.18 Plans, Specifications and Shop Drawings 00700-7 00700.19 Drawings and Specifications Furnished to Contractors 00 00700.20 Working Schedules and Progress Charts 00700-8 00700.21 Supervision and Responsibility of the Contractor 00700 00700.22 Serving Notice 00700-10 00700.23 Authority of Engineer 00700-10 00700.24 Observation of the Work 00700-10 00700.25 Examination of the Work 00700-11 00700.26 Protection of the Work and Property 00700-12 00700.27 Use of Completed Portions 00700-13 00700.28 The Owner's Right to Do Work 00700-13 00700.29 Alteration of Plans 00700-13 00700.30 Unauthorized Work 00700-14 00700.31 Claims for Extra Cost 00700-14 00700.32 Changes in the Work 00700-14 00700.33 Extra Work/Increased Compensation 00700-15 00700.34 Suspension of Work 00700-15 00700.35 Defective Work or Materials 00700-16 00700.36 Abandonment of Work 00700-16 00700.37 Forfeiture of Contract 00700-16 00700.38 The Owner's Right to Terminate Contract 00700-17 00700.39 Contractor's Right to Stop Work or Terminate Contract 0 00700.40 No Waiver of Contract 00700-17 00700.41 No Estoppel 00700-17 00700.42 Time for Completion 00700-18 00700.43 Completion of Work Defined 00700-18 00700.44 Delays and Extensions of Time 00700-18 00700.45 Liquidated Damages 00700-18 00700.46 Prices 00700-19 00700.47 Partial Estimates and Payments 00700-19 00700.48 Payments Withheld 00700-19 00700.49 Liens and Final Payments 00700-20 00700.50 Final Approval and Acceptance of the Work 00700-21 00800-1 00800 SUPPLEMENTARY CONDITIONS 00900-1 00900 ADDENDA Item # 7 Attachment number 1 Page 5 of 119 TABLE OF CONTENTS Section Description Page DIVISION 1 GENERAL REQUIREMENTS 01000.01 Traffic Control 01000-1 01000.02 Materials, Equipment and Labor 01000-1 01000.03 Progress Photographs 01000-2 01000.04 Standards 01000-2 01000.05 Storage of Materials and Rights-of-Way 01000-2 01000.06 Utilities 01000-3 01000.07 Safety and Health Regulations 01000-3 01000.08 Use of Chemicals 01000-3 01000.09 By-Passing of Sewage 01000-3 01000.10 Dewatering and Sewage Pumps 01000-3 01000.11 Lines, Grades and Construction Surveying 01000-4 01000.12 Tests 01000-4 01000.13 Water and Power 01000-4 01000.14 Monuments and Landmarks 01000-4 01000.15 Detours 01000-5 01000.16 Existing Utilities 01000-5 01000.17 Sanitary Measures 01000-5 01000.18 Cleaning Up 01000-5 01000.19 Failure to Clean Up 01000-6 01000.20 Restoration of Surface 01000-6 01000.21 Project Record Drawings 01000-6 02005 MOBILIZATION 02221 TRENCHING, BACKFILLING & COMPACTING FOR UTILITY SYSTEMS 02574 PAVEMENT REMOVAL & REPLACEMENT 02685 NATURAL GAS PIPELINE INSTALLATIONS 02696 DIRECTIONAL DRILL UTILITY PLACEMENT 02935 SODDING Item # 7 Attachment number 1 Page 6 of 119 SECTION 00020 INVITATION TO BID Sealed proposals will be received at the City of Clearwater, Pur Myrtle Avenue, Clearwater, Florida 33756, in Pinellas County, un 2011 at which time and place they will be publicly opened and re Room, 100 South Myrtle Avenue, Clearwater, Florida 33756, for fu materials, incidental items, and equipment for the City of Clear Gas Mains and Service Lines at Various Locations. Specification be obtained from the City of Clearwater, Florida 33756, at no ch www.myclearwater.com to view all active bids: http://www.myclearwater.com/apps20/cityprojects/invitationtobid. Questions regarding this bid should be directed to Brian Langill (727) 562-4911. Sealed bids must be submitted on proposal forms thereof) marked Installation of Gas Mains, Service Lines and Hou for the City of Clearwater, Florida. All proposals must be accompanied by a certified check, bank dra ten percent (10%) of the base bid, made payable to the City of C draft or bid bond shall guarantee that should the proposal be ac (10) days after the acceptance of his proposal, enter into a con for the services proposed to be performed and will at that time bonds each in the amount of 30 percent (30%) of the contract, ma Clearwater, Florida, which bonds shall be adequate to guarantee contract. Proposals may be withdrawn prior to the date of opening, but no a period of ninety (90) days after the date of the opening of bi Plans, specifications and bid forms may be obtained from City of Department, located at 100 South Myrtle Avenue, Clearwater, Flor The City of Clearwater reserves the right to waive any informali all bids in part or in total and award the contract in the best By: _________________________________ Date: _________________________________ 1 Item # 7 Attachment number 1 Page 7 of 119 SECTION 00100 INSTRUCTIONS TO BIDDERS 00100.01 QUALIFICATIONS OF BIDDERS Bidders shall have successfully completed two (2) contracts for less than one hundred per centum (100%) of the amount of the pro three years. Bidders shall have received Contract Documents from the Engineer investigations as he deems necessary to determine the ability of and the bidder shall furnish to the Owner any additional informa purpose as the Owner may require. The data shall include a detaito-date list of equipment the bidder proposes to use, indicating which portions detailed description of the method and program of the work he pr shall be disqualified from bidding, if he currently possesses a underground house piping contract. The purpose and intent of thi independently administered contracts for Installation of Gas Mai Piping at Various Locations throughout the CGS gas distribution If such an investigation fails to satisfy the Engineer or Owner to complete the work described in the drawings and specification obligations of such a contract, the bid may be rejected. In the neglects to submit the requested additional information within t request for submission, the bidder's proposal guarantee shall be not as a penalty, but as liquidated damages. 00100.02 BIDDER'S RESPONSIBILITY Each bidder shall familiarize himself with all the attached form Provisions, Specifications, Drawings, etc., as he will be held r therewith. Each bidder must visit the site of the proposed work with conditions affecting the work, all utilities in existence t all other requirements of the contract, and obtain all informati work on or before the date specified. Each bidder shall also mak Federal, State, Local and Municipal laws, ordinances, rules and affect the work, those engaged or employed in the work, or the m upon the work. If the bidder or Contractor shall discover any pr or other contract documents which is contrary to, or inconsisten rule, or regulation, he shall immediately report it to the Engin not at any time after the execution of his contract set up any c insufficient data or incorrectly assuming conditions, nor shall regard to the nature, conditions or character of the work to be 2 Item # 7 Attachment number 1 Page 8 of 119 shall assume all risks resulting from any changes in the conditi progress of this work. 00100.03 SITE CONDITIONS Any information on site or soil conditions made available to the collected by test borings and presented on the Engineer's drawin reports prepared by the Engineer or obtained verbally from a rep Engineer does not guarantee that such site or soil conditions wi available only upon waiver of all responsibility of the Owner an sole risk and responsibility to verify such information in order as specified and shown on the contract documents. Under no condi information obtained by the Engineer on site or soil conditions, conditions at the job site, be accepted as a basis in any claim 00100.04 OMISSIONS AND DISCREPANCIES Should a bidder find discrepancies in, or omissions from the dra Documents, or should he be in doubt as to their meaning, he shou All notice of omissions or discrepancies or request for clarific Engineer in writing not less than six (6) days before the advert Such clarification and corrections as are necessary will be issu the Contract Documents and will be forwarded to all prospective prepared and forwarded shall be a part of the Contract Documents Owner will be responsible for any other explanation or clarifica 00100.05 BID ITEMS AND ESTIMATED QUANTITIES The Owner may increase, decrease or omit the estimated quantity any item in the best interests of the project and the unit price the unit price which the Contractor will receive for any work sp item. All work herein specified or implied in any way in the drawings regardless of whether or not the work is specifically defined in The Contractor agrees that the estimated quantities shown in the purpose of comparing bids and that he/she is satisfied with, and estimates as means of comparing the aforesaid bids, that he/she profits or anticipated profits because of any difference between the quantities of various classes of work actually furnished or 3 Item # 7 Attachment number 1 Page 9 of 119 not be held responsible if any of the said estimated quantities those actually measured during performance of the work. 00100.06 APPROVED MATERIALS AND EQUIPMENT Whenever a material, article or piece of equipment is identified specifications by reference to manufacturers' or vendors' names, etc., it is intended to establish a standard of quality and it w excepted by the bidder, that the base bid includes the materials Contractor's proposal, if accepted, will constitute a contractua named materials or articles and no other. To assist the Engineer evaluation, the bidder shall submit with his proposal, at the ti information and data on the items he proposes to furnish as equa terms. The data furnished shall include as applicable and needed name, model identification, descriptive brochures, specification efficiencies, and list of installations in similar service. Such equipment shall not be purchased or installed by the Contractor approval. Any revisions to the Drawings as a result of alternat expense of the Contractor. 00100.07 SAMPLE OF MATERIALS Before any contract is awarded, the bidder may be required to fu origin, composition and manufacture of any or all materials to b samples, which samples may be subjected to the tests provided fo determine their quality and conformity to the plans and specific 00100.08 PROPOSAL FORM All bids must be submitted on photocopies of the proposal form b specifications. No proposal will be considered which is submitte proposal form and in the designated manner. The blank spaces in correctly where indicated for each and every item for which a de must state the prices for which he proposes to do each part of t total amount for all the parts included in any or all of the com discrepancy, the written words or "Unit Price", where stated, sh price. The bidder shall sign his proposal correctly. If the prop addition to his signature his post office address must be shown; the post office address of each member of the firm or partnershi person signing the proposal must be President or Vice-President will be considered which is not based upon the complete plans an contains any qualifying letter or written memorandum not permitt 4 Item # 7 Attachment number 1 Page 10 of 119 which is not properly made out and signed in writing by the bidd submitted in a sealed envelope bearing the name of the Contracto which the proposal is being submitted. Proposals will be accepte only if the proposal is enclosed in another sealed envelope cont and is delivered to the Owner prior to the time established for 00100.09 WITHDRAWAL OF PROPOSALS Bidders will be given permission to withdraw any proposal after Owner, provided the bidder, or his agent duly authorized to act before the Owner with a written request prior to the time set fo set for the opening of proposals the withdrawn proposal will be 00100.10 BID SECURITY Each proposal must be accompanied by the bidder's bid bond or ce the Owner in the amount specified in the proposal form, which su will be forfeited to the Owner as liquidated damages in the even contract and bonds are not promptly and properly executed as req certified checks, except those accompanying the two lowest bids, mail to the unsuccessful bidders within seven (7) days after the signing of the contract be deferred for a period exceeding two ( bidder desires to substitute a bid bond for his certified check his bid, he shall be permitted to do so). The certified checks be returned within three (3) days after the Owner and the succes contract. In the event no contract award is made within the time check or bid bond will be returned upon the demand of the bidder 00100.11 OPENING OF PROPOSALS All proposals will be publicly opened and read, on the date, at time stated in the advertisement. Bidders or their authorized ag reserves the right to reject any or all bids or parts thereof. P any omissions, alterations of form, additions or deductions not uninvited alternate bids, or irregularities of any kind. Proposa unbalanced may be rejected. The Owner reserves the right to acce his interests. 00100.12 METHOD OF AWARD 5 Item # 7 Attachment number 1 Page 11 of 119 Bids will be compared on the basis of the total costs of estimat proposal form, constructed at the unit or lump sum prices bid fo contract will be awarded to that responsible bidder whose propos dollars for a complete installation. The successful bidder will be officially notified in writing by proposal and award of contract. This notification will be made w contract documents. 00100.13 EXECUTION OF CONTRACT The bidder to whom the contract is awarded must, within ten (10) of Award, present himself to the place designated in the officia signing of the contract, and to substitute for the bid security, bond in the amount of thirty per centum (30%) of the contract pr the Contractor will faithfully perform all work of this contract furnished and labor supplied or performed in the execution of al shall be issued by companies authorized to transact business in If the lowest responsible bidder to whom the contract is awarded the contract within the time specified, the amount of the propos the Owner, not as a penalty but as liquidated damages. 00100.14 TIME OF COMPLETION The successful Contractor shall commence work under his contract written order from the Owner or his authorized representative, w completion date in accordance with the total number of consecuti a working period in the proposal. The Contractor shall have at l commencement date and shall fully complete the work described in specifications on, or prior to, the completion date. If the Contractor fails to commence work within seven (7) days o official starting date, this shall be just cause for the annulme 00100.15 LIQUIDATED DAMAGES Should the Contractor fail to complete his work on or before the completion or as provided in the Contract Documents covering ext Owner may retain as liquidated damages the amount established in amount is agreed upon as the costs which the Owner will sustain 6 Item # 7 Attachment number 1 Page 12 of 119 Contractor to complete the work at the time stipulated and the s any sense a penalty. 00100.16 EXTENSIONS OF TIME If the Contractor shall be delayed at any time in the progress o Contractor's control and without his fault or negligence, includ neglect of the Owner, or of his employees, or by any other contr by changes ordered in the work, acts of God or of the public ene quarantines, strikes, lockouts, riots, civil commotions or freig authorized by the Owner, or by any cause which the Owner shall d the time of completion shall be extended for such reasonable tim such extensions of time shall be deemed a waiver by the Owner of contract for abandonment or delay by the Contractor as herein pr from full responsibility for performance of his obligations here The Owner shall determine the number of calendar days, if any, t in completing the work to be done under this contract. The decis the case and shall be binding and conclusive upon all parties to 00100.17 CERTIFICATE OF INSURANCE The successful bidder shall submit certificates or other documen approval, covering Workmen's Compensation Insurance, Public Liab Insurance, and Special Hazard Insurance, in the amounts specifie Information to Bidders." 00100.18 DETAILED BREAKDOWN SHEET AND SCHEDULE OF PRICES The successful bidder shall submit, in a mutually acceptable for and schedule of prices of the proposed construction work. Until breakdown, the Owner will not be obligated to make any payments 00100.19 EXISTING MATERIALS AND EQUIPMENT All existing materials and equipment not specified for the compl or shown on the plans to be retained or reused, shall remain the be placed on the project site as the Owner may direct. 00100.20 QUALIFICATIONS OF BIDDERS 7 Item # 7 Attachment number 1 Page 13 of 119 In addition to qualifications previously set forth in these spec unless the bidder, whether resident or non-resident of Florida, proposal for this construction in accordance with all applicable and the State of Florida. 00100.21 STANDARDS This project shall be completed in accordance with these specifi directed by the Owner or his authorized representative. The dec these specifications shall be final. 8 Item # 7 Attachment number 1 Page 14 of 119 SECTION 00140 SUMMARY OF INFORMATION TO BIDDERS 00140.01 - OBTAINING PLANS AND SPECIFICATIONS Specifications, Proposal Forms, Drawings, and other contract doc City of Clearwater, Purchasing Department, 100 South Myrtle Aven 33756. A complete set of bidding documents may be obtained at t Clearwater, Purchasing Department, 100 South Myrtle Avenue, Clea 00140.02 - OWNER The Owner for this project is the City of Clearwater, 100 South Florida, 33756. 00140.03 - CONTRACT The contract is entitled "Installation of Gas Mains, Service Lin Locations". 00140.04 - BID SECURITY Each Bidder must deposit with his bid a bid bond in the amount o total, made payable to the City of Clearwater. All bids may be days after receipt. 00140.05 - TIME OF COMPLETION The time of completion for this contract is October 1, 2011 to S 00140.06 - INSURANCE REQUIREMENTS The insurance requirements for this contract include but are not Liability Insurance. The following Liability Insurance shall be provided, paid for, maintained during the entire contract period: 9 Item # 7 Attachment number 1 Page 15 of 119 in an amount not less than $1,000,000 combined single limit Bodi Damage Liability Insurance. coverage limits in compliance with Florida Law. Professional Liability/Malpractice/Errors or Omissio type of business engaged in by the vendor, shall be purchased an vendor with minimum limits of $500,000 per occurrence. Additional Insured. The City is to be specifically included as an additional insu Liability Insurance coverage described above. Notice of Cancellation or Restriction. All Insurance policies must be endorsed and provided to the City with thirty (30) days notice of cancellation or restric Certificates of Insurance/Certified Copies of Policies. The contractor shall provide the City with a certificate or certificates of insurance showing the existence The contractor shall maintain this coverage with a current certi throughout the term of the contract with the City. When specifi writing, the contractor will provide the City with certified cop required above. New certificates and new certified copies of po City whenever any policy is renewed, or obtained from other insu be provided to: City of Clearwater Attention: City Clerk P.O. Box 4748 Clearwater, Florida 34618-4748 The contractor shall defend, indemnify, save and hold the City h suits, judgments and liability for death, personal injury, bodil directly or indirectly from any performance under this contract, entered into by the City and the contractor, its employees, subc legal fees, court costs, or other legal expenses. The contracto responsible for complying with the terms of this contract or pur contractor shall, at its expense, secure and provide to the City coverage in this contract. Any party providing services or products to the City will be exp agreement, contract, or purchase order that incorporates, either the pertinent provisions relating to insurance requirements as c may, at the sole option of the City, disqualify any contractor, and/or products to the City. 10 Item # 7 Attachment number 1 Page 16 of 119 00140.07 - SCOPE OF WORK The work to be performed under these contracts shall consist of equipment necessary to satisfactorily complete the City of Clear and Service Lines at Various Locations, including written logs, as-built drawing of gas main and gas service line piping installations and provide all required t plans and specifications. All workmanship shall be fully guaran date of acceptance by the Owner. by the Contractor. All Testing shall be paidAll Professional by the Contractor. Surveying and job stake out including placement elevations shal 11 Item # 7 Attachment number 1 Page 17 of 119 Item # 7 Attachment number 1 Page 18 of 119 Item # 7 Attachment number 1 Page 19 of 119 Item # 7 Attachment number 1 Page 20 of 119 Item # 7 Attachment number 1 Page 21 of 119 Item # 7 Attachment number 1 Page 22 of 119 Item # 7 Attachment number 1 Page 23 of 119 Item # 7 Attachment number 1 Page 24 of 119 Item # 7 Attachment number 1 Page 25 of 119 Item # 7 Attachment number 1 Page 26 of 119 Item # 7 Attachment number 1 Page 27 of 119 Item # 7 Attachment number 1 Page 28 of 119 Item # 7 Attachment number 1 Page 29 of 119 Item # 7 Attachment number 1 Page 30 of 119 Item # 7 Attachment number 1 Page 31 of 119 Item # 7 Attachment number 1 Page 32 of 119 Item # 7 Attachment number 1 Page 33 of 119 Item # 7 Attachment number 1 Page 34 of 119 Item # 7 Attachment number 1 Page 35 of 119 Item # 7 Attachment number 1 Page 36 of 119 SECTION 00510 AGREEMENT THIS AGREEMENT made and entered this 1st day of October, 2011, by and between the City , a municipal corporation, hereinafter called the “OWNER”, and of Clearwater, FLMastec , hereinafter called the "CONTRACTOR". North America WITNESSETH, That for and in consideration of the payments and agreements to be made and performed by the Owner, the Contractor, at its own cost and expe diligence, will construct and complete all work shown on the Drawings and described in the Specifications entitled "Installation of Gas Mains, Service Lines and House Piping at , Bid # 30-11. Various Locations" 1. The Contractor shall provide and furnish all labor, materials, necessary tools, expendable equipment, and all utility and transportation service required to complete the work provided for in this contract. It is understood and agreed that said labor, materials, tools, equipment and service shall be furnished and said work performed and completed subject to the satisfaction of the Owner and subject to the final approval of the Owner and its authorized representatives. The term of this agreement shall begin October 1, 2011 and terminates September 30, 2012. Any amendment must be in writing and agreed to both parties. 2. The Contractor agrees to receive the prices stated in the Proposal attached in full compensation for furnishing material and labor and executing all the work contemplated in this Contract; the contract amount shall not exceed based on the estimated $1,039,050 quantities in the Bid 30-11. Owner reserves the right to purchase any amount up to the estimated quantities based on its needs as determined solely by Owner. Owner and Contractor agree that there are no minimum requirements for purchase in this Agreement; the Contractor, for such consideration, shall be responsible for all claims, causes of action, loss or damages arising out of the nature of the work aforesaid or from any action of the elements; or from any unforeseen obstruction or difficult encountered of every description connected with the work, and fu until their final completion and acceptance. 3. The work on the site is to be commenced when directed by the Owner or his authorized representative. 4. To prevent disputes, it is agreed by and between the parties to this Contract that the Owner or his authorized representative shall in all cases determine the quality and quantity of the several kinds of work and materials which are to be paid for under this Contract, and he shall determine questions in relation to lines, work. The Owner shall determine questions in relation to interpr specifications. 27 Item # 7 Attachment number 1 Page 37 of 119 5. Payment shall be made in accordance with provisions as outlined elsewhere in these Contract Documents. 6. The Contract Documents shall consist of the following all of which are familiar to the Contractor and which are incorporated herein by reference: 1. Invitation to Bid 7. General Conditions 2. Instructions to Bidders 8. Supplementary Conditions 3. Summary of Information to Bidders 9. Addenda 4. Bid Forms 10. General Requirements 5. Agreement Forms 11. Specifications 6. Bonds and Certificates 12. Contract Drawings 7. This agreement, together with these documents, form the contract, and they are as fully a part of the Contract as if hereto attached or herein repeated. 8. Contractor shall at all times furnish adequate tools, testing, appliances, equipment, a sufficient number of properly OQ skilled workmen, and a sufficient amount of materials and supplies of proper quality to efficiently and promptly prosecute the work provided for herein and shall promptly pay for all material purchased and shall pay all workmen each week, and if required by the Owner, shall obtain an weekly with signed receipts from all workmen showing the date of payment, the amount paid, number of hours paid for, the days on which said work was classification of the labor so paid, and the rate of wage per hour paid and shall supply Owner weekly with two (2) copies of the payroll verified by an affidavit. Contractor shall, as often as requested by the Owner, furnish a sworn statement showing all parties who furnished labor or materials to the Contractor, with their names and addresses and the amount due or to become due each. A like statement may be r subcontractor of the Contractor. 9. Should the Contractor default in any of the provisions of this contract and the Owner employs an attorney to enforce or construe any provision hereof breach of the agreement or to recover on any bonds provided for herein, the Contractor and/or his surety agree to pay the Owner such reasonable attorney's fees as the Owner may expend therein. As against the obligations contained herein, the Contractor and his surety waive all rights of exemption. 10. The undersigned Contractor agrees that he has carefully inspected all contract documents and is familiar with the same, and agrees that he is responsible for having heretofore examined the site, the location and route of all proposed work, and for having satisfied himself as to the character of said route, the location of surface and underground obstructions and nature thereof, the nature of the ground water table conditions and other physical characteristics of the work and the work site in order that he may include in the price which he has bid and the price of this contract all costs pertaining to the work, and the contract price is based upon these inspections and examinati 28 Item # 7 Attachment number 1 Page 38 of 119 11. This contract shall not be construed for or against any part 12. The Contractor and the Owner for themselves, their heirs, ex successors, and assigns, hereby agree to the full performance of the covenants herein contained. IN WITNESS WHEREOF THEY HAVE EXECUTED THIS AGREEMENT. (CONTRACTOR SEAL) FOR THE CONTRACTOR By: ____________________________ Name Title _______________________________ Witness for the Contractor CITY OF CLEARWATER, FLORIDA Countersigned: _____________________________ By: ___________________________ Frank Hibbard William B. Horne, II Mayor City Manager APPROVED AS TO FORM: ATTEST: _____________________________ By:____________________________ Laura Mahony Rosemary Call Assistant City Attorney City Clerk 29 Item # 7 Attachment number 1 Page 39 of 119 SECTION 00520 CONTRACTOR'S AFFIDAVIT STATE OF FLORIDA COUNTY OF Before me, the undersigned, a Notary Public, duly commissioned, said County and State personally appeared ______________________ (Individual, Partner, or duly authorized representative of Corpo sworn according to law deposes and says that all labor, material indebtedness of whatever nature arising out of the performance o (Owner) with _________________________________________________(Contractor) ha ________________________________________________________________ (Individual, Partner, or duly authorized representative of Corpo Sworn to and subscribed before me this day of , 201_. _____________________________________ Notary Public SEAL Commission expires: ___________________ 30 Item # 7 Attachment number 1 Page 40 of 119 SECTION 00530 CONTRACTOR'S RELEASE KNOW ALL MEN BY THESE PRESENTS that ____________________________ a Contractor in the County of ______________ and State of ______ acknowledge that (Contractor) this day has had and received of and from the City of Clearwater, the sum of One Dollar and other val satisfaction and payment of all sums of money owing, payable and (Contractor) by any means whatsoever, for on account of a certai City of Clearwater and _____________ _____________________________________________________________ (C NOW THEREFORE, the said (Contractor)(for myself, my heirs, executors and administrators)(for itself, its successors and ass release, quitclaim and forever discharge the said City of Clearw and from all claims and demands arising from or in connection wi ________________________, and of and from all, and all manner of action and actions, cau and causes of action and actions, suits, debts, dues, sums and s reckonings, bonds, bills, specialties, covenants, contracts, agr damages, judgments, extents, executions, claims and demand, what otherwise which against the said City of Clearwater, its success heirs, successors and assigns ever had, now have, or which (I, m administrators)(it, its successors and assigns) hereafter can, s reason of any matter cause or thing whatsoever, from the beginni these presents. IN WITNESS WHEREOF, (Contractor) has caused these presents to be duly executed the day of , 201__. Signed, Sealed and Delivered in the presence of: ________________________(SEAL) (Individual Contractor) ATTEST: (SEAL) (Partnership Contractor) By (SEAL) (Secretary) (Partner) ____________________________ (Corporation) AFFIX CORPORATE SEAL, if a corporation By___________________________ (President or Vice President) 31 Item # 7 Attachment number 1 Page 41 of 119 SECTION 00540 STATEMENT OF SURETY COMPANY In accordance with the provisions of the contract dated between the City of Clearwater, Owner of and (Contractor) of , the (Surety) surety on the bond of (Contractor) after a careful examination of the books and record receipt of an affidavit from Contractor, which examination or af all claims for labor and materials have been satisfactorily sett payment of the said_________________________(Contractor), Contra witnesseth that payment to the Contractor of the final estimates Company of any of its obligations to the ________________ by the Bond. IN WITNESSETH WHEREOF, the said Surety Company has hereunto set day of , 201__. ATTEST: SEAL By______ (President, Vice President) Note: This statement, if executed by any person other than the P Vice President of the Company, must be accompanied by a certific date showing authority conferred upon the person so signing to e instruments on behalf of the Company represented. 32 Item # 7 Attachment number 1 Page 42 of 119 SECTION 00610 PERFORMANCE - PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we ______________________, a Corporation (Corporation-Partnership-Sole Proprietor, Etc.), her ________________________________(Surety) of , State of Florida, hereinafter called the "Surety," are held and firmly bound unto the _______ "Owner" in the penal sum of Dollars, in lawful money of the United States for the payment of which sum will and truly be made, we b executors, administrators, and successors, jointly and severally THE CONDITIONS OF THIS OBLIGATION is such that Whereas, the Prin certain contract with the Owner, dated the day of , 201 , a copy of which is attached hereto and made a part hereof for the construc Installation of Gas Mains, Service Lines and House Piping at Var NOW. THEREFORE, if the Principal shall, truly and faithfully per undertakings, covenants, terms, conditions and agreements of sai term thereof, and any extensions thereof which may be granted by notice to the Surety, and if he shall satisfy all claims and dem and shall fully indemnify and save harmless the Owner from all cos suffer by reason of failure to do so, and shall reimburse and re expense which the Owner may incur in making good any default, an payment to all persons, firms, subcontractors, and corporations performing labor in the prosecution of the work provided for in extension or modification thereof, including all amounts due for gasoline, repairs on machinery, equipment and tools, consumed or construction of such work, and all insurance premiums on said wo in such work whether by subcontractor or otherwise, then this ob to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for the value received that no change, extension of time, alterations or additions to t work to be performed hereunder or the specifications accompanyin affect its obligation on this bond, and it does hereby waive not of time, alteration or addition to the terms of the contract or 33 Item # 7 Attachment number 1 Page 43 of 119 PROVIDED, FURTHER, that no final settlement between the Owner an abridge the right of any beneficiary hereunder, whose claim may IN WITNESS WHEREOF, the said Principal and Surety have duly exec under seal in counterparts, each one of which shall be deemed an original, th , 201__. ATTEST: ___________________________ (Principal) _____________________________ (Principal) Secretary By ___________________________ (SEAL) ______________________________ (Address) ______________________________ ______________________________ (City/State/Zip) (Witness as to Principal) ______________________________ (Address) ______________________________ (City/State/Zip) ______________________________ (Surety) ATTEST: By ___________________________ (Surety) (SEAL) _ (Address) _____________________________ (Witness as to Surety) _____________________________ (Address) _____________________________ (City/State/Zip) Note: Date of Bond must not be prior to date of Contract. 34 Item # 7 Attachment number 1 Page 44 of 119 SECTION 00620 CERTIFICATE OF INSURANCE (Attach insurance certificates here) 35 Item # 7 Attachment number 1 Page 45 of 119 SECTION 00700 GENERAL CONDITIONS 00700.01 DEFINITIONS The Contract Documents consist of the Advertisement for Bids, In Summary of Information to Bidders, Method of Payment, Proposal ( General Conditions, the Technical Specifications and the Drawing and addenda thereof incorporated in the documents before their e Contract. The Owner as used herein shall refer to and designate a public b association, partnership or individual for whom the work is to b authorized representative or agent. The Contractor is the individual, partnership, corporation or ot work herein specified, or his or their heirs, legal representati more than one prime contract is awarded for a single project the designated by the Owner. The Engineer shall be Clearwater Gas System. The word Engineer s agents and employees of Clearwater Gas System. A Subcontractor shall be an individual, partnership, corporation contract with the Contractor to furnish material, work to a spec and specifications of this work, or supplying specialized labor does not include one who merely furnishes material or labor not Written Notice shall be deemed to have been fully served if deli or to a member of the firm, or to an officer of the corporation, delivered at or sent by registered mail to the last business add notice. The term "Work" of the Contractor or the Subcontractor includes equipment, transportation, or other facilities necessary to comp All time limits stated in the Contract Documents are the essence Whenever the word "approved" is used herein, it shall be held, u mean as approved by the Owner. Similar use will be made of the w "permitted," and words of like import. 36 Item # 7 Attachment number 1 Page 46 of 119 00700.02 EXTENT OF CONTRACT The Advertisement for Bids, Instructions to Bidders, Summary of Method of Payment, Proposal (as accepted), Contract, General Con Specifications, and the Drawings are, and shall be taken to be, and materials mentioned in the specifications and not shown on t materials shown on the drawings and not mentioned in the specifi materials necessary for the completion of the work according to the contract drawings and specifications, and all work and mater entire facility as described in the Advertisement shall be furni same were both mentioned in the specifications and shown on the The drawings which accompany the specifications are herein desig are for the purpose of illustrating the general character and ex advisable, either before or during the prosecution of the work, to and abide by whatever supplementary drawings and explanations Engineer for the purpose of illustrating the work. The Engineer meaning or intention of any portion of the specifications and dr found unclear or in conflict. Should anything be omitted from the contract drawings or specifi clear understanding of the work, or should any error appear eith instruments furnished or in the work done by other Contractors a this contract, the Contractor shall promptly notify the Engineer in the event of the Contractor's failure to do so, he shall make his work caused thereby. He will not be allowed to take advantag the contract drawings, as full instructions will be furnished by omission be discovered, and the Contractor shall carry out such specified. 00700.03 OBLIGATIONS OF CONTRACTOR The Contractor shall, at his own cost and expense unless otherwi necessary materials, labor, supervision, superintendent, tools a finish, test and purge in a safe, substantial and workmanlike ma within the time and in the manner specified and in accordance wi The Contractor shall complete the entire work to the satisfactio shall accept in consideration of, and as full compensation for t respective classes of work and materials named in the Contract a the said sums being the amount at which the Contract therefore w Acceptance or approval of the work or materials by the Owner doe from liability for poor or defective workmanship and/or material 37 Item # 7 Attachment number 1 Page 47 of 119 approval is understood to relate to work or materials which can pertain to latent defects or defects ascertainable through testi 00700.04 SUBCONTRACTS The Contractor shall not assign or sublet the whole or any part consent of the Owner and without the written approval by the Own whom it is proposed to assign or sublet the same. No such consen of the form of such assignment or subletting, shall release or r the obligations and liabilities assumed by him under this Contra hereto, the Contractor shall remain responsible and liable as if had been made. Nothing contained in the Contract documents shall relationship between any subcontractor and the Owner. The Contr ASME B31Q Code, which meets the requirements of Federal CFR 49 P particularly the -qualified personnel by OQ certified individuals depending on the performance of the 00700.05 SEPARATE CONTRACTS The owner reserves the right to let other contracts in connectio shall afford other contractors reasonable opportunity for the in materials and the execution of their work, and shall properly co with theirs. If any part of the Contractor's work depends for proper executio other contractor, the Contractor shall inspect and promptly repo such work that render it unsuitable for such proper execution an and report shall constitute an acceptance of the other contracto reception of his work except as to defects which may develop in the execution of his work. To insure the proper execution of his subsequent work, the Contr already in place and shall at once report to the Owner any discr work and the drawings. Wherever work being done by the Owner's forces or by other contr covered by this Contract, the respective rights of the various i established by the Owner, to secure the completion of the variou harmony. 00700.06 BONDS 38 Item # 7 Attachment number 1 Page 48 of 119 The bidder to whom the Contract is awarded must, within ten (10) of award, present himself to the place designated in the officia of the Contract and the plans, and to substitute for the bid sec bond in the amount of thirty per centrum (30%) of the Contract p Contractor will faithfully perform all work of this contract and furnished and labor supplied or performed in the prosecution of insurance shall be issued by companies authorized to transact bu acceptable to the Owner. 00700.07 ADDITIONAL OR SUBSTITUTE BOND If at any time the Owner shall be or become dissatisfied with an Performance, Maintenance, Material and Labor Bond, or if for any to be adequate security to the Owner, the Contractor shall, with the Owner to do so, substitute an acceptable bond or bonds in su such other Sureties as may be satisfactory to the Owner. The pre shall be paid for by the Contractor. No further payments shall b until the new Sureties have qualified. 00700.08 INSURANCE A: General The Contractor shall not commence work under this contract until required, as specified on the "Summary of Information to Bidders insurance, and such insurance has been approved by the Owner; no any subcontractor to commence work on his subcontract until all the subcontractor has been so obtained and approved. The Owner, insurance covering a subcontractor in character and amounts less because of the character or the extent of the work to be perform acceptance by the Owner must be expressly stated in writing. B: Worker's Compensation The Contractor shall take out and maintain during the life of th Compensation Insurance for all his employees employed at the sit work is sublet, the Contractor shall require the subcontractor s Compensation Insurance for the latter's employees, unless such e protection afforded by the Contractor. Coverage shall include E Compensation and U.S. Longshoremen's and Harbor Workers Act Cove The Contractor shall, at all times, indemnify and save harmless and from all claims for Worker's Compensation which may be made 39 Item # 7 Attachment number 1 Page 49 of 119 the Contractor or by any of the employees of any subcontractor t let the performance of any part of the work embraced by this Con appear for and defend the Owner and Engineer against any and all C: Public Liability and Property Damage Each Contractor shall take out and maintain during the life of t and Property Damage Insurance as shall protect the Owner, the En subcontractor performing work covered by this Contract from clai injury, including wrongful death, as well as from claims for pro from performance related to this contract, whether such performa subcontractor or any person directly or indirectly employed on t D: Fire Insurance The Contractor shall, from commencement of the Contract and unti Owner upon completion of the entire contract, maintain insurance work included in the Contract against loss or damage by fire or covered by the extended coverage endorsement. This insurance sha Owner; Trustee; Contractor; and his subcontractors as their resp such amounts as shall fully protect the interests of the Owner; subcontractors. The risk of loss or damage to the construction work due to the p policy with extended coverage, as well as any other hazards whic construction work, is that of the Contractor and Surety, and no Contractor for such loss or damage shall be recognized by the Ow damage excuse the complete and satisfactory performance of the C E: Special Hazards Special hazards, if there is a possibility of such hazards exist be covered by rider or riders to the policy or policies. Two suc environmental damage. 00700.09 PROOF OF INSURANCE Contractor shall, prior to executing the Contract, deliver to th carriage of the insurance required by this Contract. Certificat public liability, property damage and Worker's Compensation Insu fire insurance must be submitted to the Owner as soon as an insu 00700.10 ACCIDENTS AND CLAIMS 40 Item # 7 Attachment number 1 Page 50 of 119 The Contractor shall be held responsible for all accidents and s Owner and Engineer from all suits, claims and actions brought ag to which the Owner or Engineer may be put for any injury or alle property of another resulting from negligence or carelessness in in protection of the project site, or from any improper or infer materials used in the work. 00700.11 MUTUAL RESPONSIBILITY OF CONTRACTORS Should a Contractor in the performance of his Contract cause dam property, or work of another Contractor working on this project, so from the Owner or other party to the damage, arrange for an a agreed by all parties herein that such disputes shall not delay cause for claim against the Owner or Engineer. Work shall be con damages at his expense, subject to such damages as may be obtain 00700.12 CONTRACTOR'S LIABILITY The status of the Contractor in the work to be performed by him independent Contractor and that as such he shall properly safegu damage to any person, to public and private property, materials alone shall be responsible for any and all damage, loss or injur rise, or be incurred, in or during the conduct or progress of sa or not the Contractor, his subcontractors, agents, or employees Contractor shall keep the Owner and Engineer free from, and shal responsibility and therefore of any sort or kind. The Contractor risks or casualties of every description, for any or all damage, property arising out of the nature of the work, from the action unforeseen or unusual difficulty, the Contractor shall assume an of whatsoever nature by reason of neglect or violation of any fe regulations or ordinances; that Contractor shall indemnify and s Engineer all their officers, agents, and employees, from all sui whatsoever in connection with this work and shall, if required b settlement of any such action before final payment shall be made acknowledges receipt of one dollar as full and specific consider agreement. 00700.13 FAMILIARITY WITH CONTRACT REQUIREMENT It is the responsibility of, and it is hereby agreed that, the C Contract, satisfied himself as the nature and location of the wo 41 Item # 7 Attachment number 1 Page 51 of 119 ground, the character, quality, and the quantity of the material character of equipment and facilities needed preliminary to and work, the general and local conditions, and of all other matters scope of the work under this Contract. Information concerning th project site existing at the time of bidding is presented in the information and convenience in describing the work to be accompl Contractor of such information cannot in any way relieve the Con outlined herein for determining the actual conditions existing a price upon such conditions. No verbal agreement or conversation employee of the Owner, or the Engineer, either before or after t shall affect or modify any of the terms or obligations herein co any or all of the requirements will not relieve Contractor from estimating the difficulty or costs of successful completion of t for the faithful performance of the provisions of this Contract. 00700.14 PATENT RIGHTS The Contractor shall obtain all necessary consents and shall pay for the use of any patented invention, articles, composition or materials furnished, or any part thereof embraced in this Contra responsible for any claims made against the Owner, its agents an alleged infringement of patents by the use of any patented artic construction and completion of the work, and shall save harmless agents and employees from all costs, expenses, and damages, incl Owner may be obliged to pay by reason of any actual or alleged i the construction and completion of the work herein specified. 00700.15 PERMITS AND LICENSES Permits and licenses of a temporary nature necessary for the pro secured and paid for by the Contractor unless otherwise specifie easements for permanent structures or permanent changes in exist and paid for by the Owner, unless otherwise specified. Contract obtaining and maintenance of appropriate trade licenses to perfo described in this contract relocation piping and connections. They also will be noted as co The Contractor shall give all notices and comply with all laws, bearing on the conduct of the work as drawn and specified. If the drawings and specifications are at variance therewith, he shall writing, and any necessary changes shall be adjusted as provided the work. If the Contractor performs any work knowing it to be c 42 Item # 7 Attachment number 1 Page 52 of 119 ordinances, rules and regulations, and without such notice to th arising there from. 43 Item # 7 Attachment number 1 Page 53 of 119 00700.16 LAWS AND REGULATIONS The Contractor at all times shall observe and comply with all Fe Municipal laws, ordinances, rules, and regulations in any manner enacted later, or bodies or tribunals having jurisdiction or aut indemnify and save harmless the Owner against any claim or liabi the violation of any such law, ordinance, rule, regulation, orde The bidder is assumed to have made himself familiar with all Fed Municipal laws, ordinances, rules, and regulations which in any employed in the work, or the materials or equipment used in or u affect the work and no plea of misunderstanding will be consider thereof. The Contractor shall be licensed in the required disci services and underground customer piping systems. 00700.17 DIMENSIONS AND ELEVATIONS Figured dimensions on drawings shall take precedence over the me detailed working drawings are to take precedence over general dr as explanatory of them. In case of conflict between dimensions o all necessary final clarifications. 00700.18 PLANS, SPECIFICATIONS AND SHOP DRAWINGS The specifications are intended to supplement and clarify the pl in the specifications that is not shown completely on the plans; work that is not mentioned in the specifications. Both plans and with completely in order to fulfill the Contract requirements; a specifically defined in any bid item, any work called for by eit for by both. The construction drawings, as prepared prior to rec describe the general scope of the work and to form the basis of supplemented after award of the contract with manufacturer's sho drawings and other detailed data necessary to thoroughly describ finished facility. In no case, however, will such supplemental i claims by the Contractor for increased compensation and in no ca described by the supplemental information be considered as extra between plans and specifications, the Engineer shall be the sole Engineer shall make all necessary explanations as to the true me specifications. Any errors or omissions in the plans and specifi Engineer when such corrections are necessary for the proper comp The Contractor shall sign and stamp approved all shop or setting equipment on which he has bid and proposes to install, to verify 44 Item # 7 Attachment number 1 Page 54 of 119 and materials. After the Contractor has signed and approved the promptly submitted to the Owner in quadruplicate for review for concepts of the project. The Contractor shall call Owner's atten drawings or submittals from the requirements of the plans and sp the plans and specifications shall be approved without a written corrections may be noted by the Owner and one copy will be retur Contractor shall make any corrections required by the Owner and number of corrected copies of shop drawings until no exception i direct specific attention in writing to revisions on resubmitted corrections called for by the Owner on previous submissions. Con any shop drawings shall constitute a representation to the Owner verified all quantities, dimensions, field construction criteria similar data or he assumes full responsibility for doing so and coordinated each shop drawing with the requirements of the work The shop drawings in no way become a part of the Contract docume informational purposes only. Regardless of corrections made in, drawings by the Engineer, the Contractor shall be responsible fo and for their conformity to the Contract plans and specification 00700.19 DRAWINGS AND SPECIFICATIONS FURNISHED TO CONTRACTORS The successful General Contractor shall be entitled to receive f Contract drawings and specifications. 00700.20 WORKING SCHEDULES AND PROGRESS CHARTS The Contractor shall prepare and submit to the Owner for approva activities a working schedule showing the locations and the orde proposes to undertake the construction. A schedule will include completion dates for the various sections and items included in indicate scheduled delivery date for all mechanical equipment. A contractor, including service lines shall be scheduled within a work will have an immediate response. FDOT, County and Municipa way and road crossing permit installations shall be prioritized associated with obtaining the permit. Accompanying this schedule shall be a chart sufficiently large t progress of the work. The Contractor will be required to indicat printed copies shall be made available at the end of each month. used in preparing the monthly estimates to the Owner. The contr copy of the daily work schedule in advance of the work being don 45 Item # 7 Attachment number 1 Page 55 of 119 beginning of the work day. Copies include Construction Inspectio Account. 00700.21 SUPERVISION AND RESPONSIBILITY OF THE CONTRACTOR The Contractor shall give the work the constant attention necess thereof and shall cooperate with the Owner and with other contra Contractor shall at all times have an OQ competent superintenden thoroughly understanding the drawings and specifications, as his the Contractor's agent, supervise, direct and otherwise conduct shall be furnished irrespective of the amount of work sublet. The Contractor shall be solely and wholly responsible for delive good, safe and workmanlike condition and for the good condition final acceptance and his formal release from his obligations. He account of the weather, fire, the elements, or other causes of e The Contractor shall indemnify and hold harmless (to a limit of Engineer and their agents and employees from and against all cla expenses, including attorneys' fees arising out of or resulting provided that any such claim, damage, loss or expenses is: (a) attributable to bodily injury, sickness, disease or death, o tangible property (other than the work itself), including the lo from and, (b) is caused in whole or in part by any negligent act or omiss Subcontractor, anyone directly or indirectly employed by any of whose acts any of them may be liable, regardless of whether or n a party indemnified hereunder. In any and all claims against the Owner or the Engineer or any o any employee of the Contractor, any Subcontractor, anyone direct any of them or anyone for whose acts any of them may be liable, shall not be limited in any way by any limitation on the amount compensation or benefits payable by or for the Contractor or any Compensation Acts, Disability Benefits Acts or other employee be The Contractor shall be held responsible for any violation of la way the conduct of all persons engaged, or the materials or meth The Contractor shall provide and maintain at his own expense, in accommodations for the use of his employees as are necessary to and regulations of the State Department of Health & Rehabilitati 46 Item # 7 Attachment number 1 Page 56 of 119 Health Department. He shall commit no public nuisance. Sanitary 500-feet from the nearest water well. Privies shall have incorpo which shall be tightly closed and all waste shall be transported and disposed of properly. Any instructions, directions, or orders from the Owner shall be his authorized representative. The Owner, except in the absence authority to give directions, orders or instructions directly to 00700.22 SERVING NOTICE Any notice to be given the Contractor under this contract shall same be delivered to the person in charge of any office used by superintendent or agent at or near the work, or deposited in a p the Contractor at his place of business as set forth in this con 00700.23 AUTHORITY OF ENGINEER The supervision of the execution of this contract is vested whol the Owner has engaged the Engineer to represent him during the c instructions, directions, or requests of the Owner are to be giv Engineer shall transmit them promptly to the Contractor as comin originating in the Owner. The Contractor shall designate a repre instructions, directions or requests in his absence, and failing for the execution of them. The Owner shall have the sole authority to suspend the work whol periods as may be deemed necessary due to failure on the part of orders given to perform any or all provisions of the contract. T the work and shall not remove any equipment, tools, lumber or ot written permission of the Owner. The Engineer has no responsibi safe prosecution of the work or his compliance with any applicab 00700.24 OBSERVATION OF THE WORK The Owner or his authorized representative-CGS inspector shall h and the work at all times for measuring or observing the same, a him all necessary facilities and assistance for so doing. The c daily work schedule and list of completed jobs. The notificatio the work day and a distribution list shall be provided with nece authorization to proceed with the work and the Engineer has been representative, the Engineer shall: 47 Item # 7 Attachment number 1 Page 57 of 119 A. Make visits to the site at intervals appropriate to the vari observe the progress and quality of the executed work and to det work is proceeding in accordance with the Contract Documents; he make exhaustive or continuous on-site observations to check the work, he will not be responsible for the construction means, met techniques and sequences of construction and he will not be resp Contractor's failure to perform the construction work in accorda Documents; he will not be responsible for safety precautions and connection with the work; and during such visits and on the basi observations as an experienced and qualified design professional informed of the progress of the work, will endeavor to guard the and deficiencies in the work of Contractors and may disapprove w conform to the Contract Documents. B. Review samples, catalog data, schedules, shop drawings, labo of materials and equipment and other data which the Contractor i only for conformance with the design concept of the project and information given by the Contract Documents, and assemble writte required by the Contract Documents. Review of shop drawings by relieve Contractor from his responsibility to perform his work i plans and specifications. C. Consult with and advise the Owner, act as the Owner's repres issue all instructions of the Owner to the Contractor and prepar as required. D. Based on his on-site observations as an experienced and qual on his review of the Contractor's applications for payment, dete to the Contractor and approve in writing payment to the Contract such approvals of payment to constitute a representation to the observations and review of the data comprising such applications progressed to the point indicated and that, to the best of his k belief, the quality of the work is in accordance with the Contra the results of any subsequent test called for in the Contract Do qualifications stated in his approval. Such partial and final pa elsewhere herein except as modified in this paragraph. E. Conduct, in company with the Owner, a final site visit of th conformance with the design concept of the project and general c information given by the Contract Documents, and recommend in wr to the Contractor. 00700.25 EXAMINATION OF THE WORK 48 Item # 7 Attachment number 1 Page 58 of 119 The authority and duties of the resident project representatives employees of the Engineer and when the employment thereof is au Owner, are limited to examining the material furnished, observin their findings to the Engineer. The Engineer does not underwrit done by the Contractor. It is the Contractor's responsibility to accordance with the Contract Documents, and the Engineer shall n either the Owner or the Contractor or any other party by reason so. Failure by the Engineer or by any project representative or engaged in on-the-site observation to discover defects or defici Contractor shall never, under any circumstances, relieve the Con therefore to the Owner, or subject the Engineer to any liability any other party for any such defect or deficiency. Project representatives shall have no authority to permit deviat provisions of the Drawings or Specifications without the written Engineer, or to delay the Contractor by failure to observe the m promptness. The Engineer, his representatives, employees, or any resident pr employment of the Engineer will not have authority to supervise control and instruct or order the Contractor or his employees in obligation. The Owner's instructions, orders, directions and/or given only through the Engineer, or his employees. The Engineer when it appears to the Engineer that the work and/or materials d requirements of the Contract Documents, including the Drawings a The payment of any compensation, irrespective of its character o gratuity, or the granting or any valuable favor, directly or ind project representative, is strictly prohibited, and any such act constitute a violation of the contract. If the Contract Documents, laws, ordinances, rules, regulations having jurisdiction require any work to specifically be inspecte other than the Contractor, the Contractor will give the Engineer therefore. The Contractor will furnish the Engineer the require or approval. All such tests will be in accordance with the metho Society for Testing and Materials, or such other applicable orga law or the Contract Documents. If any such work required so to b is covered without written approval of the Engineer, it must, if uncovered for observation at the Contractor's expense. The cost approvals shall be borne by the Contractor unless otherwise prov 00700.26 PROTECTION OF WORK AND PROPERTY 49 Item # 7 Attachment number 1 Page 59 of 119 The Contractor shall continuously maintain adequate protection o shall protect the Owner's property from injury or loss arising i shall make good any such damage, injury, or loss, except such as the Contract Documents, or caused by agents or employees of the protect adjacent property as provided by law and the Contract Do maintain all passage ways, guard fences, lights, and other facil public authority or local conditions. From the start of the work until the completion and acceptance o be solely responsible for the work covered by this contract and site intended to be used in the work and all injury or damage do cause as well as any damage done by him, his agents, employees a performance of the work, shall be made good by him at his own ex is made. The Contractor shall be responsible for the preservatio to the work and shall use every precaution necessary to prevent Contractor shall not willfully or maliciously injure or destroy remove or cut them without proper authorization from the Owner. broken during such operations, shall be trimmed with a clean cut tree healing compound. The Contractor will be liable for all dam Owner may be required to replace or restore at his own expense, preserved that may be destroyed or damaged. The Contractor shall provide suitable means of protection for al the work and for all work in progress, as well as for completed The Contractor shall furnish all the necessary equipment, shall shall assume the entire cost of handling any sewage, seepage, st which may be encountered at any time during the construction of providing for these occurrences shall meet with the approval of said work shall be considered as having been included in the uni items of the work to be done under this contract. 00700.27 USE OF COMPLETED PORTIONS The Owner shall have the right to take possession of and use any completed portions of the work, notwithstanding that the time fo such portions may not have expired but such taking possession an acceptance of any work not completed in accordance with the Cont use increases the cost of or delays the work, the Contractor sha compensation, or extension of time, or both, as the Owner may de 00700.28 THE OWNER'S RIGHT TO DO WORK 50 Item # 7 Attachment number 1 Page 60 of 119 If the Contractor should neglect to prosecute the work properly of this contract, the Owner, after three days' written notice to prejudice to any other remedy he may have, make good such defici cost thereof from the payment then or thereafter due the Contrac 00700.29 ALTERATION OF PLANS The Engineer reserves the right to make such alterations in the work as may be considered necessary or desirable from time to ti construction of the work, provided such alterations do not chang and specifications, and such alterations shall not be considered the contract nor to invalidate any of the provisions thereof. No alterations in the plans or in the character of the work shal written approval of the Engineer and/or Inspector. 00700.30 UNAUTHORIZED WORK Work done without lines and grades being given, and gas pipe ins code requirements, and work done beyond the lines and grades sho except as herein provided, or any extra work done without writte as unauthorized and at the expense of the Contractor and will no Owner. The Owner may order that work so done be removed and repl expense. 00700.31 CLAIMS FOR EXTRA COST If the Contractor claims that any instructions by drawings or ot this contract, he shall give the Owner written notice thereof wi receipt of such instructions, and in any event before proceeding emergency endangering life or property, and the procedure shall in the work. No such claim shall be valid unless so made. 00700.32 CHANGES IN THE WORK If for any reason it be deemed necessary in the opinion of the O the scope or nature of the work, which variations increase or de specified, or change the location to an extent not unreasonably work, and further interpreted by the Owner as involving no class called for by this contract, the Contractor shall, upon written 51 Item # 7 Attachment number 1 Page 61 of 119 make such variations. If such variations diminish the quantity o for damages or for anticipated profits on the work that may be d accrue to the Contractor, and the value of the work dispensed wi payments made to the Contractor. If such variations increase the such increase shall be determined and fixed by the Owner in acco work actually done, and at the unit prices stipulated in the con All major changes will be issued in a standard form which will c involved in the change, a reference to the proper construction d will not be effective until signed by the Owner and Contractor. Such alterations or changes as are mentioned in this section sha obligations of the contract or the agreement for the work. Should, in the opinion of the Owner, any contemplated change in alterations thereof, materially affect the character of the work affect the compensation for the same, then the work shall be cla 00700.33 EXTRA WORK/INCREASED COMPENSATION The Owner may at any time, by a written order, without notice to invalidating the contract, require the performance of such extra the work as it may find necessary or desirable. The amount of co Contractor for any extra work, as ordered, shall be determined a (a) By unit prices named in contract and subsequently agreed upo (b) By a lump sum mutually agreed upon by the Owner and the Cont (c) If no such unit prices are set forth and if the parties cann by the actual net cost in money to the Contractor of the wages o premiums for Worker's Compensation Insurance, and Social Securit per centum (20%) as compensation for all items of profit, admini superintendence, insurance other than Worker's Compensation Insu in temporary structures, allowances made by the Contractor to su premiums upon the performance bond of the Contractor and the use the net cost to the Contractor for the materials required in the rental for plant equipment (other than small tools) required and work. 00700.34 SUSPENSION OF WORK 52 Item # 7 Attachment number 1 Page 62 of 119 The Owner shall have the right to suspend the whole or any part opinion of the Owner, the Contractor is not doing the work in ac the contract and specifications. If, in the judgment of the representatives of the Owner, the Con damage to any part of the construction by proceeding with the wo or other conditions, then the Owner shall immediately verbally n representatives on the site confirming the same in writing. The the work temporarily, either wholly or in part for such periods conditions unfavorable for the safe and proper prosecution of th suspension, a proper extension of time may be required by the Co it is granted or not, no allowance will be made of the Contracto from. The Owner shall not be liable to the Contractor in any man loss of profits, anticipated or otherwise, or any other charges suspension in the work of either this Contractor or any Contract shall be clearly understood that the failure of the Owner to so Contractor of his responsibility for compliance with the conditi Should the Contractor fail to comply with any orders of the Owne of the work, the Owner shall have the right to suspend the work respecting the particular parts are complied with. In case of su considered due to the fault of the Contractor, no extension of t allowance will be made for the expense of the Contractor on acco during the terms of such suspension. 00700.35 DEFECTIVE WORK OR MATERIALS If at any time any materials or workmanship should be discovered plans, specifications and contract drawings, such defective work immediately be removed or corrected by the Contractor when notif such defects shall be replaced or corrected at the Contractor's condemned by the Owner as unsuitable or improperly done shall be otherwise remedied, as the Owner may require. Any defective wor OQ covered task shall require the individual, responsible for su prior to performing such covered task. If the Contractor shall neglect or refuse to remove or replace d seven (7) days from the date of the notice from the Owner to do or cause the same to be removed and satisfactorily replaced by c deem expedient, and they may and are empowered, to charge the ex Contractor. The expense so charged will be deducted and paid by as are or may become due under this agreement, or if such monies expense, the additional monies shall be furnished by the Contrac to provide the necessary monies they shall be provided by his Su 53 Item # 7 Attachment number 1 Page 63 of 119 00700.36 ABANDONMENT OF WORK Should the Contractor abandon, or in any manner fail to complete authorized and empowered to pay any workmen who may have been em for work done, and to pay any claims against the Contractor for funds that would otherwise be due or become due the Contractor u every such case the Owner is hereby authorized and empowered to amounts so due or owning to the workmen, or for materials so fur amounts so found to be due and payable, shall be final and concl may thereafter be paid by the Owner to said labor, or to liquida and any partial or final payment may be withheld from the Contra labor or material on his Contract have been satisfied. 00700.37 FORFEITURE OF CONTRACT The Owner, at any time during the continuance of the contract fo and prior to the date of acceptance of the work as hereinafter p power to declare the whole or any part of the same forfeited for conditions, terms, requirements, or limitations herein contained Contract is unnecessarily or unreasonable delayed, or if the Con work as fast as is necessary to insure its completion within the his Contract, or if the Contractor is showing bad faith in carry not be fully completed within the fixed time in this Contract f time to which such completion may be extended as hereinafter pro Contractor shall fail to or refuse to remedy or repair defective as herein provided. If the Owner shall declare the said contract particular, such declaration of forfeiture shall in no way relie Contractor and his Sureties for breach of any of the covenants a 00700.38 THE OWNER'S RIGHT TO TERMINATE CONTRACT If the Contractor should be adjudged a bankrupt, or if he should the benefit of his creditors, or if a receiver should be appoint he should persistently or repeatedly refuse or should fail to su workmen or proper materials, or if he should fail to make prompt material or labor, or persistently disregard laws, ordinances or otherwise be guilty of a substantial violation of any provision upon determining that sufficient cause exists to justify such ac other right or remedy and after giving the Contractor seven (7) employment of the Contractor and take possession of the premises appliances thereon and finish the work by whatever method he may 54 Item # 7 Attachment number 1 Page 64 of 119 the Contractor shall not be entitled to receive any further paym the unpaid balance of the Contract price shall exceed the expens compensation for additional managerial and administrative servic the Contractor. If such expense shall exceed such unpaid balance shall pay the difference to the Owner. The expense incurred by t and the damage incurred through the Contractor's default, shall 00700.39 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or ot of three (3) months, through no act or fault of the Contractor o the Owner fails to make timely payments for completed work, then seven (7) days' written notice to the Owner, stop work or termin from the Owner payment for all work executed and any loss sustai materials and reasonable profit and damages. 00700.40 NO WAIVER OF CONTRACT Neither an extension of time, for any reason, beyond the date fi the Contract, nor the delivery and acceptance of any articles or nor acceptance of the whole or any part of the work by the Owner the Owner or its employees or agents, shall be deemed to be a waiv abrogate this Contract for abandonment or delay or non- performa provided, nor shall it operate to void or annul any of the terms 00700.41 NO ESTOPPEL Neither the Owner, nor any agent or officer thereof shall be pre or certificate made or given by the Owner or other officer, agen any provision of this agreement at any time, either before or af of the work and final payment therefore, from showing the true a of the work done and materials furnished by the Contractor or an agreement or that any such return, or certificate, is untrue and any particular, or that the work and materials, or any part ther specifications and Contract Drawings, and the Owner shall not be notwithstanding any such return or certificate and payment in ac demanding and recovering from the Contractor such damages as it failure to comply with the specification and Contract Drawings. 00700.42 TIME FOR COMPLETION 55 Item # 7 Attachment number 1 Page 65 of 119 Work on this Contract shall be commenced on a date specified in The work shall be carried on with such force and in such manner that within the time limit designated in the Contract, or as may hereinafter provided, and as computed from the date stated in th whole work and its parts shall be performed in accordance with t 00700.43 COMPLETION OF WORK DEFINED The time for the completion of the herein specified work is defi opinion of the Owner or his authorized representative, all the w under the terms of the Contract plans, specifications and extra and the entire facility including appurtenances is ready for con purpose intended. After this date there may still remain some cl minor work and/or adjustments, which do not prevent the permanen 00700.44 DELAYS AND EXTENSIONS OF TIME If the Contractor shall be delayed at any time in the progress o Contractor's control and without his fault or negligence, includ neglect of the Owner, or of his agents or employees, or by any o Owner, or by changes ordered in the work, acts of God or of the epidemics, quarantines, strikes, lockouts, riots, civil commotio delay authorized by the Owner, or by any cause which the Owner s then the time of completion shall be extended for such reasonabl decide. No claim for increased compensation shall be paid for d No such extension shall be made for delay occurring more than se therefore is made in writing to the Owner. In the case of a cont claim is necessary. 00700.45 LIQUIDATED DAMAGES It is mutually agreed by and between the parties hereto that tim Contract, and that, if the Contractor shall fail to complete the time fixed in the Contract, the Owner will suffer damages the am reasonably be determined at this time, and therefore agree that liquidated damages incident to such delay, from the monies that said Contractor, such sum per day as specified in the Proposal f the completion of the work be delayed beyond the time specified addition to liquidated damages indicated herein, the Contractor costs of construction phase engineering services caused by his f the time specified. 56 Item # 7 Attachment number 1 Page 66 of 119 00700.46 PRICES The Owner will pay, and the Contractor shall receive, the prices contained or hereto annexed, as full compensation for furnishing and performing all the labor which may be necessary in the prose provide the complete facility as defined in this Contract. 00700.47 PARTIAL ESTIMATES AND PAYMENTS If the work progresses according to this Contract, the Owner wil Contractor each month on the basis of a confirmed estimate of th preceding calendar month by the Contractor. Upon such estimate b approved by the Owner, the Owner will pay to the Contractor nine amount established in such an estimate as the value of the work be considered, however, only as an advance payment and not as pa Contractor; and the Owner may at all times reserve and retain ou payments all such sums as it is or may be authorized to reserve It is understood and agreed that, should the Owner at any time d consider the amount withheld on monthly estimates of payment to necessary to complete the work or necessary for the full and amp the Owner, may reduce the percentage retained to an amount suffi protection. No estimates given, nor payments made, shall be conclusive of th either wholly or in part, and no estimates, payments or certific construed to be an acceptance of inferior or defective work or m 00700.48 PAYMENTS WITHHELD The Owner may withhold or, on account of subsequently discovered or a part of any certificate to such extent as may be necessary account of: 1. Defective work not remedied. 2. Claims filed or reasonable evidence indicating probable fili 3. Failure of the Contractor to make payments promptly to subco labor or equipment. 57 Item # 7 Attachment number 1 Page 67 of 119 4. A reasonable doubt that the Contract can be completed for th 5. Damage to another Contractor. 6. Failure of Contractor to clean-up or restore the project sit 7. Insolvency of Contractor. 8. Manifest intent of Contractor not to proceed diligently or t When the above grounds are removed, payment shall be made for am them. 00700.49 LIENS AND FINAL PAYMENTS Neither the final payment nor any part of the retained percentag Contractor, if required, shall deliver to the Owner a complete r this Contract, or receipts in full in lieu thereof and, if requi far as he has knowledge or information the releases and receipts for which a lien could be filed; but the Contractor may, if any release or receipt in full, furnish a bond satisfactory to the O against any lien. If any lien remains unsatisfied after all paym refund to the Owner all monies that the latter may be compelled including all administrative costs and a reasonable attorney's f The final payment shall not become due and payable until the Con Owner with satisfactory evidence that all labor, materials, outs of whatsoever nature arising out of the performance of the Contr Contractor shall have furnished a written statement to such effe Sureties, which will further provide that payment to the Contrac relieve any Surety of its obligation to the Owner as set forth i more claims against the Contractor which are in controversy appe have the discretion to direct final payment to be made, or a par retained percentage, should it be determined that the withholdin would work a hardship on the Contractor or delay the final payme subcontractors on the project. In such cases, the Contractor and evidences and statements required under this paragraph, but shal remain unsatisfied, giving the reason therefore, and the stateme provide that the final payment or partial payment, as the case m of any obligations to the Owner as set forth in the Surety Bonds retained percentage is permitted under this paragraph, the final the Contractor shall have furnished satisfactory evidence and a claims against the Contractor have been paid and that payment to 58 Item # 7 Attachment number 1 Page 68 of 119 balance shall not relieve the Surety of any of its obligations t Surety's Bond. 00700.50 FINAL APPROVAL AND ACCEPTANCE OF THE WORK Following the completion of this Contract, as such completion is and as soon thereafter as practicable, the Owner, his representa the work and will make a final estimate of the amount and value If the said work appears to be satisfactory and appears to be do provisions and terms of the Contract Documents, the Owner, upon representative, and within forty-five (45) days after the final confirmed as correct and unpaid and is approved, will pay to the work done under this Contract less any amounts previously paid a whatsoever, and the Owner will certify the work as completed and will, however, be in all events conditional upon the subsequent defects in workmanship or materials which may become apparent wi (or a longer period as required elsewhere in the Contract Docume acceptance as herein required. In the event the Owner refuses or completed and accepted and make final payment therefore within f and certification, the Owner shall immediately set forth in writ for such non-acceptance of the work. After all valid reasons for removed, the Owner shall execute the final certificate of comple make final payment. The certification of completion and acceptan prerequisite to final payment hereunder. All prior estimates and payments, including those relating to ex correction or adjustment by the final cost estimate. Such final as a release of the Contractor or of his Sureties from the previ defects in Contract performance for a period of one (1) year fol the work by the Owner. The acceptance by the Contractor of the final payment, made as a shall be a release to the Owner and to the Engineer and every me parties from all claims and liabilities to the Contractor for an relating to the work, or for any act or neglect of the Owner or relating to or effecting the work, but this final payment shall indemnity, guarantee and/or warranty obligations under the terms As soon as is practicable after twelve (12) months have elapsed herein defined, the Owner shall make a review and re-inspection this contract, or cause the same to be made. If the said perform satisfactory and work not to have deteriorated through defects i the Owner shall certify the release of the Surety on the Bond fo however, the review and re-inspection, or any prior inspection, 59 Item # 7 Attachment number 1 Page 69 of 119 non-fulfillment of this Contract, or non-compliance with its req notify the Contractor in writing, and thereupon the Contractor s replace and shall make good all defects in workmanship, material rectify any non-compliance, and such repairs and fulfillment sha of the Surety on the Bond. If, however, the Contractor shall, af make good the defects to the satisfaction of the Owner, then the empowered to, proceed in the manner prescribed in the event of a work by the Contractor, in which case completion by the Owner an material and labor and other expense as provided in such procedu the release of the Surety on the Bond for Performance of Contrac Within thirteen (13) months after the date of acceptance of the practical, as hereinbefore provided, following a re-inspection, repairs necessitated by defects in material or workmanship as de re-inspection shall have been made, the Owner will, in writing, fi Sureties and all parties hereunder. 60 Item # 7 Attachment number 1 Page 70 of 119 SECTION 00800 SUPPLEMENTARY CONDITIONS 00800.01 SUPPLEMENTARY CONDITIONS PREVAIL The provisions of this section amplify, amend, change and/or add Contract Documents. In the event of a conflict between these Su other Sections of the Contract Documents, the Supplementary cond 00800.02 MATERIALS SUPPLIED BY THE OWNER Clearwater Gas System shall supply the following materials: pipi and valve boxes; fittings; tracer wire; marker tape; marker pole shall supply the labor necessary for loading the materials supplGS. The contractor shall provide all other materials necessary to complete the work. The for all materials disbursed including accurately inventory of su Contractor shall provide a trailer capable of transporting 40' or longer lengths damaging pipe. 00800.03 PERMITS The Contractor shall perform all work in strict accordance with permits which will be obtained by the Owner: Pinellas County Use Permits, Florida Department of Transportation Utility Permit, Ar and the Florida Department of Environmental Protection Dredge an contractor is responsible for obtaining any necessary permits wi be listed as the contractor of record for underground gas house 00800.04 JOINING OF PLASTIC PIPE In amplification of Section 02685, Page 02685-4, Article 3.06, t approval from Clearwater Gas System to use electric fusion coupl couplings are used, they shall be supplied by the Contractor at The Contractor shall provide either an Central, Innogaz or Friat box, capable of storing a minimum of 100 fusion records, pipe alignment alignment clamp, tapping wrench, pipe scraper, and all other too Fusion machine manufacturer in their respective installation pro Contractor shall provide the necessary power supply to meet the by the manufacturer of the fusion equipment. Pipe support stands shall be utilized to support pipe during fusion joining, directional boring pull in, and whil 61 Item # 7 Attachment number 1 Page 71 of 119 Item # 7 Attachment number 1 Page 72 of 119 SECTION 00900 ADDENDA (Insert Addenda here) 63 Item # 7 Attachment number 1 Page 73 of 119 SECTION 01000 GENERAL REQUIREMENTS 01000.01 TRAFFIC CONTROL The Contractor shall maintain traffic within the limits of the p construction period, in accordance with the requirements of FDOT Specifications", as amended herein. The local streets shall be kept open to two-way traffic for the except that one lane of traffic will be permitted provided that will not be permitted to isolate access to residences or places roads and State highways shall be controlled in accordance with appropriate agency. The contractor shall only utilize Florida c installing and maintaining approved work zone maintenance of tra The Contractor shall furnish, erect and maintain all necessary t in accordance with the Florida Department of Transportation "ROA DESIGN STANDARDS", applicable edition, and State of Florida "MAN CONTROL AND SAFE PRACTICES FOR STREET AND HIGHWAY CONSTRUCTION MAINTENANCE AND UTILITY OPERATIONS", applicable edition, and sha necessary precautions for the protection of the work force perso traveling public for the duration of the construction period. 01000.02 MATERIALS, EQUIPMENT AND LABOR Unless otherwise stipulated, the Contractor shall provide and pa tools, equipment, light, power, transportation and any other fac execution and completion of the work. Unless otherwise specified, all materials shall be new. The Cont satisfactory evidence as to the kind of and quality of materials the bidder may be required to furnish a complete statement of th manufacture of any or all materials or equipment to be used in t which samples may be subject to tests provided for in these spec quality and fitness for the work. All materials and all workmans meet specification requirements. Failure of the Owner or Enginee conduct tests on the same does not relieve the Contractor of res as specified. The Contractor shall furnish such equipment as is prosecution of the work in an acceptable manner at a satisfactor completion by the date set forth in the Contract. The equipment 64 Item # 7 Attachment number 1 Page 74 of 119 shall be used in such a manner so as not to endanger the lives o cause damage to adjacent real property, roadways, structures, or 01000.03 PROGRESS PHOTOGRAPHS The Contractor shall furnish photographs, 5" x 7", on standard w directed by the Owner, showing the job, before, during and upon Smaller size (not less than 3"x4") photographs shall be furnishe encountered during construction. 01000.04 STANDARDS Wherever in these Contract documents reference is made to any of specifications, codes, standards, and requirements, by abbreviat understood that the specifications, codes, standards, and requir advertisement for bids shall govern. ASTM American Society for Testing Materials ASME American Society for Mechanical Engineers ASA American Standards Association AWWA American Water Works Association NEMA National Electric and Manufacturers Association AIEE American Institute of Electrical Engineers AASHTO American Association of State Highway and Transportation NBFU National Board Fire Underwriters NEC National Electric Code ACI American Concrete Institute AGA American Gas Association AISC American Institute Steel Construction AWPA American Wood Preservers Association Fed. Spec. Federal Specifications U.S. Government SBC Southern Building Code FDOT Florida Department of Transportation NFPA 54 National Fuel Gas Code IFGC International Fuel Gas Code "Standard Specifications" - FDOT Standard Specifications for Roa latest edition, including all supplemental specifications, indic 01000.05 STORAGE OF MATERIALS AND RIGHTS-OF-WAY 65 Item # 7 Attachment number 1 Page 75 of 119 The Owner shall provide the land upon which the work is to be do unless otherwise specified elsewhere in the Contract Documents. requirements of space and land for the erection of temporary con storage of materials. Should the Owner decide that the site of w temporary facilities, the Contractor will be required to arrange as may be necessary at his expense. The Contractor shall make his own arrangements for delivery and materials as he may require for the prosecution of his work. In materials required in the work may be stored on the sides of the street in which the utilities are to be constructed, as approved having jurisdiction, but all such materials, tools and machinery piled in such manner as to cause the least inconvenience to the Material shall be stored outside of the "Clear Zone" of roadways times be kept free and unobstructed and water and gas shut-off b The materials shall be stored so as to insure the preservation o work. When considered necessary, they shall be placed on wooden surfaces and shall be placed under cover as directed. Stored mat facilitate prompt inspection. Materials, tools, and machinery sh shade trees unless ample protection is provided for the trees. L or public property shall not be used for storage purposes withou Owner. 01000.06 UTILITIES The Contractor shall have the complete responsibility of coordin of the various utilities now existing or to be constructed withi minimum delay in the construction shall occur there from. 01000.07 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with the Department of Labor Safety construction promulgated under the Occupational and Health Act o Sec. 107 of the Contract Work Hours and Safety Standards Act (PL comply with the State of Florida Trench Safety Act. 01000.08 USE OF CHEMICALS All chemicals used during project construction or furnished for herbicide, pesticide, disinfectant, polymer, reactant or of othe 66 Item # 7 Attachment number 1 Page 76 of 119 of either EPA or USDA. Use of all such chemicals and disposal o conformance with instructions. 01000.09 BY-PASSING OF SEWAGE The Contractor shall schedule his work so as to either minimize pass of raw sewage during construction. 01000.10 DEWATERING AND SEWAGE PUMPS In general, all pumps utilized by Contractor during construction Internal combustion engine driven pumps may be used for a partic approval of the Owner. 01000.11 LINES, GRADES AND CONSTRUCTION SURVEYING The Contractor shall employ a competent surveyor satisfactory to from the bench marks, grades, dimensions, points and lines noted established at the site, or supplied by the Engineer. Cost of li surveying shall be paid for by the contractor. All work of every description shall be laid out and checked by t solely responsible for its correctness, and all expenses in conn for by the Contractor. In the event batter boards are used the m construction batter boards on sewers and pipe lines will be fort percent (1%) and fifty (50) feet for grades of 1.00 percent (1%) The work may be checked by the Owner and, in the event of discre final. No special compensation will be made to the Contractor to defray delays occasioned by making surveys and measurements, tests or i be considered as having been included in the price stipulated fo be done under this contract. 01000.12 TESTS Tests of material, where required by the specifications, shall b selection of bureaus, laboratories, and/or agencies for the insp materials or equipment shall be subject to the approval of the E 67 Item # 7 Attachment number 1 Page 77 of 119 documentary evidence that the materials have passed the require furnished to the Owner. - Radiography Steel Pipe Inspection Radiography Using X-Ray and Gamma is one of the most useful of the non-destructive tests which can quality of the welded joints. Radiograph has been used for the i and thicknesses ranging from minute welds in electronic componen thick employed in heavy fabrications. Radiography can detect flaws or discontinuities in welds such as (i) Cracks. (ii) Porosity and blow holes. (iii) Slag, flux or oxide inclusions. (iv) Lack of fusion between the weld metal and the parent metal (v) Incomplete penetration 01000.13 WATER AND POWER The cost of all water for construction and testing purposes, as water conveyed to and about the work, must be borne by the Contr shall be considered as having been included in the unit or lump several items of work to be done under this contract. Unless otherwise specifically permitted by the Engineer, all wat shall be obtained from the public water supply main. The Contractor shall make his own arrangements for electric ligh for his work. Electric light and power and water shall not be u consent of the property owner. 01000.14 MONUMENTS AND LANDMARKS Monuments or landmarks shall not be molested or removed by the C employees without written consent of the Owner. Any monument or be replaced by the Owner at the expense of the Contractor. 01000.15 DETOURS The Contractor must so schedule his work that in no case are two for utility construction at any one time. If, in the opinion of unreasonable long detour is caused by the Contractor's plan of w his working schedule and reopen whatever streets are required fo Contractor will, in no case, be permitted to start work in any n 68 Item # 7 Attachment number 1 Page 78 of 119 the Owner. If the Contractor shall disregard the instructions of control, it will be considered sufficient cause to invoke that s "The Owner's Right to Terminate Contract." The Contractor will b maintaining "Detour" signs when required, or when directed by thr. The local fire department and 911 dispatch center shall be notified of any stre closure. 01000.16 EXISTING UTILITIES The Contractor will be required, at his own expense, to do every support, sustain and avoid conflicts with existing water, gas an sewers, existing structures, electric light and power lines, tel other fixtures on the site of the work. In case any of the said and sanitary sewers, existing structures, electric light and pow roads and other fixtures be damaged, they shall be repaired, but considered as having been included in the prices stipulated for done under contract. 01000.17 SANITARY MEASURES Sanitary conveniences for the use of all persons employed on the maintained by the Contractor in sufficient number, in such manne approved by the Owner. All persons connected with this work shal any employees found violating these provisions shall be discharg without written consent. All necessary precautions, including th prevention of any pollution of the existing water supply shall a governing authorities. The Contractor shall promptly and fully c regulations in regard to these matters. 01000.18 CLEANING UP As the work progresses, the Contractor shall remove from the sit waste material. Particular attention shall be given to minimizin combustibles as may be used in connection with the work. On or estimate for the work, the Contractor shall tear down and remove by him, shall remove all construction plant used by him and shal existing embankments, fences, sidewalks, shrubbery or structures by the Contractor's operations or by employees of the Contractor sewers, drains, pipes, manholes and miscellaneous structures and leave ground, thoroughfares, and rights-of-way in a neat and sat 69 Item # 7 Attachment number 1 Page 79 of 119 01000.19 FAILURE TO CLEAN UP Upon failure of the Contractor to keep the sites of his operatio Owner may upon twenty-four (24) hours' notice to the Contractor, earth, etc., which the Owner may deem necessary, charging the co may deduct the amount from any money that may be due him. 01000.20 RESTORATION OF SURFACE The Contractor shall replace all surface material, and shall res stipulated), curbing, sidewalks, gutters, shrubbery, fences, sod condition equal to that before the work began, furnishing all la thereto. In restoring paved surfaces, new pavement is required e sound brick, or asphalt paving blocks may be reused. Restoratio 01000.21 PROJECT RECORD DRAWINGS The Contractor shall maintain continuous "record" data for the p records of location, length, and elevation of all pipe lines and architectural, mechanical, or structural features of the Contrac information to Clearwater Gas System as required. A set of draw Contractor to be kept at the job site for this purpose. Promptl the job site, the Contractor shall deliver to the City Engineer a professional type drawings of completed work, with accurate notations recorde the drawings for record purposes. Information to be shown for G shall include the location of valves, tees, and offsets dimensio objector monument two road centerline measurements. Information as built or service line installation card shall include the dis line, length of service line, measurement from building corner, number served. The Contractor will be held responsible for the bear any monetary costs incurred in finding gas utilities as a r the Contractor. 70 Item # 7 Attachment number 1 Page 80 of 119 SECTION 02005 MOBILIZATION PART 1 - GENERAL 1.01 WORK INCLUDED A. The work specified under this Section consists of the preparato operations in mobilizing to begin work on the project, including those operations necessary for the movement of personnel, equipm and incidentals to the project site(s), and for the establishmen offices, buildings, safety equipment and first aid supplies, san facilities as required by these specifications, special provisio laws and regulations. B. The cost of bonds and any required insurance, consideration for to the Owner and the Engineer, and any other pre-construction exy for the start of the work, excluding the cost of construction ma included in this Section. PART 2 - PRODUCTS A. Not Applicable PART 3 - EXECUTION A. Not Applicable PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Mobilization for which payment will be made sha number of units measured in place and accepted. The units measu listed in the Bid Schedule. If a payment item for Mobilization included in the Bid Schedule, the quantity for which payment wil be the quantity required to complete the work. 4.02 PAYMENT A. Payment for Mobilization shall be made at the prices stated in If a payment item for Mobilization is not specifically included Schedule, payment for the work specified in this Section shall b several unit and lump sum prices for all applicable items of wor END OF SECTION 71 Item # 7 Attachment number 1 Page 81 of 119 SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING FOR UTILITY SYSTEMS PART 1 - GENERAL 1.01 WORK INCLUDED A. The work included under this Section consists of clearing, exca backfilling as required for the construction of the utility syst piping and appurtenances as shown on the Drawings and specified PART 2 - PRODUCTS 2.01 BEDDING MATERIAL A. Bedding material for use below the water table or in wet trench Representative. Pipe bedding material for use in dry trenches s Representative. 2.02 ADDITIONAL BACKFILL MATERIAL A. Additional backfill material shall be a noncohesive, nonplastic local sand and rock and shall be free from vegetation, organic m or muck. No stones or rocks shall be larger than 6-inches in di placed within 1-foot of piping and appurtenances stones or rocks than 2-inches in diameter (1-inch for PVC). PART 3 - EXECUTION 3.01 CLEARING A. The Contractor shall perform all clearing necessary for the pro all piping and appurtenances in the locations shown on the Drawi shrubbery, trees, utility poles or structures subject to damage excavation shall be transplanted, relocated, braced, shored, or pre 3.02 EXCAVATION A. The Contractor shall perform all excavation of every descriptio substances encountered, to the dimensions and depth shown on the as directed. The contractor shall employ an OSHA competent pers excavation site to promote safe excavation practices. All excav 72 Item # 7 Attachment number 1 Page 82 of 119 made by open cut. All existing utilities such as pipes, poles a be carefully supported and protected from injury, and in case of shall be restored at no cost to the Owner's Representative. B. Trench walls shall be kept to protect the safety of workmen, th this or other work or structures, or to maintain trench widths w hereinafter specified, shall be properly sheeted and braced in a Florida Trench Safety Act and Occupational Safety & Health Admin (OSHA) safety standards 29 C.F.R.S.1926.650 Subpart P. Where wo or certain designs of steel sheeting are used, the sheeting shal 2-feet above the top of the installed pipe and that portion belo left in place. If interlocking steel sheeting is used, it may b removal can be accomplished without disturbing the bedding, pipe the pipe. Any damage to the sheeting shall be cause for rejecti portion of the work. Not more than 100-feet of trench shall be a greater length of open trench. C. In areas where trench widths are not limited by right-of-way, a widths, property line restrictions, existing adjacent improvemen pavements, structures and other utilities, and maintenance of tr sides may be sloped to a stable angle of repose of the excavated substantially and safely constructed movable shield, "box" or "m in place of sheeting when the trench is opened immediately ahead and closed immediately behind the shield as pipe laying proceeds shield. D. Ladders or steps shall be provided for and used by workmen to e trenches. E. Pipe trenches for utility lines shall be excavated to a width w top of the pipe and the trench bottom so as to provide a clearan the pipe barrel, measured to the face of the excavation or sheet inches to 12-inches. Where the pipe size exceeds 12-inches, the from 12-inches to 18-inches. All pipe trenches shall be excavat inches below the outside bottom of the proposed pipe barrel. F. Excavation for appurtenances shall be sufficient to provide a c their outer surfaces and the face of the excavation or sheeting, than 12-inches. Manhole excavations shall be carried to suffici their construction on the undisturbed bottom of the excavation. G. Materials removed from the trenches shall be stored and dispose manner that they will not interfere unduly with traffic on publi sidewalks and they shall not be placed on private property. In 73 Item # 7 Attachment number 1 Page 83 of 119 such materials as cannot be stored adjacent to the trench or use backfill shall be removed to convenient places of storage. H. All materials suitable for use as backfill shall be hauled to a not enough suitable material is available from the excavation. I. Suitable material in excess of backfill requirements and all un shall become the property of the Contractor and shall be removed and disposed of by the Contractor at his expense. J. Excess suitable material shall remain the property of the Owner disposed of within the limits of the project as directed by the Representative. The disposal area shall be finish graded upon c work. 3.03 REMOVAL OF WATER A. It is a basic requirement of these specifications that excavati water before pipe or structures are installed. However, it is r sections of the work this cannot be accomplished economically an may elect to use the Alternate Method of Construction. B. The Contractor shall provide all necessary pumps, underdrains, systems, and other means for removing water from trenches and ot work. The Contractor shall continue dewatering operations until progressed to a sufficient depth over the pipe to prevent flotat the pipe in the trench and so that it is above the natural water C. Water from the trenches and excavation shall be disposed of will not cause injury to public health, to public or private pro completed or in progress, to the surface of the streets, or caus with the use of the same by the public. The Contractor shall su methods of handling trench water and locations at which the wate before starting the excavation. 3.04 PIPE BEDDING A. As described above, all pipe trenches shall be excavated to a linches below the outside bottom of the proposed pipe barrel. The resulting e backfilled with approved pipe bedding materials, up to the level third of the proposed pipe barrel. This backfill shall be tampe provide a proper bedding for the pipe and shall then be shaped t Bedding shall be provided under the branch of all fittings to fu support and bearing under the fitting. Bedding material for pip 74 Item # 7 Attachment number 1 Page 84 of 119 rock, dr Representative. Lime rock screenings, sand or other fine inorga the excavation may be used for bedding material when pipe is ins natural water table. B. Any excavation below the levels required for installation of except for "Additional Excavation", as hereinafter specified, sh with approved bedding material, tamped, compacted and shaped to support for the proposed pipe, at no additional cost to the Owne 3.05 BACKFILL UNDER MANHOLES AND METER VAULTS A. Any excavation below the levels required for the proper constru or meter vaults shall be filled with Class I concrete. The use or other materials for this purpose will not be permitted. 3.06 TRENCH STABILIZATION A. No claim for extras, or additional payment will be considered f the stabilization of trench bottoms, which are rendered soft or of construction methods, such as improper or inadequate sheeting other causes. In no event shall pipe be installed when such con the Contractor shall correct such conditions so as to provide pr foundations for the proposed installation at no additional cost 3.07 SPECIAL PIPE FOUNDATION A. General: When shown on the Drawings or when directed by the Ow Contractor shall provide the special type of pipe foundation in bedding as specified above and provide the additional excavation B. Type A Pipe Foundation: Type A pipe foundation shall be used w directed by the Owner's Representative. Foundation material sha graded, local limestone suitable for use as concrete aggregate. such that 95-100 percent of the material will pass a 1-inch squa laboratory sieve. Material shall be placed from 1-foot below th to 6-inches above the pipe and the width of the foundation mater around the pipe shall not be less than the outside diameter of t inches. Construction of Type A pipe foundation shall be as show the Drawings. Foundation material shall be placed in the bottom compacted to an elevation, which will provide firm bedding for t length, after which material shall be placed and compacted evenl the pipe and above the pipe to an elevation 6-inches above the t barrel. Pipe shall not be displaced or damaged during placement of the foundation material. 75 Item # 7 Attachment number 1 Page 85 of 119 C. Type B Pipe Foundation: Where soft, yielding, unstable or othe material exists at the bottom of the trench, the Owner's Represe the use of Type B Pipe Foundation. Only the pipe foundation ord Owner's Representative will be paid for. Construction shall be the details shown or indicated on the Drawings. Concrete shall 3.08 BACKFILL A. Backfilling of utility trenches will not be allowed until the w approved by the Owner's Representative, pressure tested if requi Owner's Representative indicates that backfilling may proceed. is covered or concealed without the knowledge and consent of the Representative shall be uncovered or exposed for inspection at n Owner's Representative. Partial backfill may be made to restrai pressure testing. Sight tubes will be installed on underground installations as appropriate for inspection. B. Backfill material shall be noncohesive, nonplastic material fre organic material, lumps, clods and broken paving. Backfill mate 1-foot of piping and appurtenances shall not contain any stones than 2-inches in diameter (1-inch for PVC) and no stones or rock inches in diameter will be permitted in any backfill. C. If a sufficient quantity of suitable backfill material is not a or other excavations within the site of the work, the Owner's Re order the Contractor to provide additional material suitable for additional material shall be installed as specified herein. No made for additional backfill material used to replace nonplastic over 6-inches in diameter. D. Selected backfill material containing no stone or rocks larger be placed in 6-inch layers and thoroughly tamped to a depth of 1 top of the pipe. Particular attention and care shall be exercis thorough support for the branch of all service connection fittin taken to preserve the alignment and gradient of the installed pi E. After the backfill has been placed to a level 12-inches over th main pipe, the remainder of the backfill shall be placed in laye inches, and compacted with mechanical vibrators or other suitabl obtain a density of the backfilled material of not less than 95 maximum density as hereinafter defined, unless otherwise specifi F. After selected backfill has been placed to a depth of 12-inches pipe, backfilling shall proceed to a depth of 30-inches over the backfill material in 6-inch layers and thoroughly compacting it 76 Item # 7 Attachment number 1 Page 86 of 119 vibrators. Backfill in this portion of the work shall be compac maximum density of the material as hereinafter defined, unless o specified on the plans. G. After the backfill has been placed to a level 30-inches over th remainder of the backfill shall be placed in layers, not to exce compacted with mechanical vibrators or other suitable equipment density of the backfilled material of not less than 95 percent o density as hereinafter defined, unless otherwise specified on th H. Within paved areas of trench excavation, the base and surfac reconstructed as specified under Section 02574 Pavement Removal Replacement. I. No more than 800-feet of trench with pipe in place shall be part any time. J. Shut Down of Work: When work has shut down capped, sealed, and pressured to 90 pounds with air. When a Proj plug and seal all openings in the pipe and maintain a minimum of pipeline is to be abandoned in place, then disconnect the gas su utilizing nitrogen for all gas and larger; any length, from the abandoned system, and seal all o 3.09 COMPACTION AND DENSITIES A. Methods of control and testing of backfill construction to be e work are: 1. Maximum density of the material in trenches shall be determin AASHTO Designation T-180, unless otherwise noted. 2. Field density of the backfill material in place shall be dete AASHTO Designation T-238. B. Laboratory and field density tests, which, in the opinion of th Representative, are necessary to establish compliance with the c expense. Tests will be made at depths and locations selected by Representative. C. Trench backfill which does not comply with the specified densit by such tests, shall be reworked and recompacted until the requi 77 Item # 7 Attachment number 1 Page 87 of 119 secured, at no additional cost to the Owner. The Costs for rete shall be paid for the Contractor. 3.10 ADDITIONAL EXCAVATION AND BACKFILL A. Where organic material, such as roots, muck, or other vegetable material which, in the opinion of the , will result in unsatisfactory foundation conditions, is encountered below the l proposed pipe bedding material, it shall be wholly or partially by the Owner's Representative and wasted. Sheeting shall be ins necessary to maintain pipe trenches within the specified limits. excavation shall be backfilled with suitable backfill material, layers, tamped and compacted up to the level of the bottom of th bedding material. Sufficient compaction of this material shall protect the proposed pipe against settlement. Construction shal accordance with the provisions of Article 3.04 Pipe Bedding. B. Additional excavation shall be performed only when ordered by t Representative. Where organic or other unsuitable material is e excavation, the Contractor shall bring the condition to the atte material will require removal, prior to preparing the pipe beddi C. Additional backfill material, if required, shall be furnished i provisions therefore in Article 3.08 Backfill. 3.11 ALTERNATE METHOD OF CONSTRUCTION A. General: 1. A combination of conditions in the substrata, water table, or of disposal may be encountered during the course of the work, wh dewatering impossible, or only possible through the use of unusu methods, the cost of which is excessive. When such conditions a encountered, but only after all reasonable means to dewater the have been employed without success, the Contractor, with the con of the Owner's Representative, may elect to employ the following method of construction. The concurrence of the Owner's Represen shall be obtained in writing and shall limit the use of the alt method of construction to such specific portions of the work as Owner's Representatives shall determine. 2. The construction specifications contained in the preceding pa section shall establish the required standards of construction q this work. Use of the alternate method of construction describe 78 Item # 7 Attachment number 1 Page 88 of 119 hereinafter shall in no way be construed as relieving the Contr his basic responsibility for satisfactory completion of the work additional payment will be made to the Contractor for excavation sheeting or any costs incurred for work or materials, or any oth incurred as a result of the use of this alternate method of construction. The unit and lump sum prices established in the P shall be full payment for the various items of work. 3. Subject to all of the requirements stated hereinabove, includ approval of the Owner, construction will be permitted in accorda the following specifications. All requirements of Article 3.01 Article 3.09, inclusive, of these specifications shall apply to construction unless otherwise specifically modified herein. B. Removal of Water: The installation of pipe, manholes and appur water will be permitted and the requirements of Article 3.03 Rem will be waived. C. Excavation: 1. Excavation of pipe trenches to the level of the bottom of the bedding shall be performed in accordance with Article 3.02 Excav rock, such as lime rock or other similar hard, cemented material firm, unyielding trench bottoms is encountered at the level of t of the proposed pipe bedding, no additional excavation will be r material such as sand, marl, or other material which cannot be c rock, as hereinabove defined, is encountered at the level of the the proposed pipe bedding, the pipe trench shall be excavated to additional depth of 10-inches minimum, below that level. This a excavation, and the additional back filling made necessary there essential part of this alternate construction method and no addi payment will be made for this work, regardless of the type of ma encountered. 2. Excavation for manholes to be installed under water shall be a depth, below the outside bottom of the proposed structure, whi provide a minimum space of 12-inches in rock, or 24-inches in sa same are defined hereinabove, for the placement of drainfield li hereinafter specified. 3. The excavation of pipe trenches at their junction with excava manholes shall be modified in the following manner: A longitudin sloping, plane bottom surface, for the placement of pipe bedding shall be provided from the bottom of the manhole excavation, at extremity, to a line of intersection with the bottom of typical 79 Item # 7 Attachment number 1 Page 89 of 119 10-feet measured horizontally, from the vertical plane of the ma excavation. D. Pipe and Manhole Bedding: The pipe trench or manhole excavatio backfilled to receive the pipe or manhole with drainfield lime r commonly referred to in this area, up to the level of the lower proposed pipe barrel, or to the outside bottom of the proposed m applicable. This backfill shall be tamped and compacted to prov bedding for the pipe or manhole, as also specified herein. Unde will material other than drainfield lime rock be considered sati bedding material for underwater construction. E. Backfill: 1. After the pipe is installed, backfilling shall proceed in ac with the provisions of Article 3.08 Backfill, except that drain lime rock shall be used to back fill around the pipe and to a l even with the top of the pipe bell. Under no circumstances wil material other than drainfield limerock be considered satisfact for this purpose. 2. If the Alternate Method of Construction is used, all backfil material, including drainfield lime rock, shall be carefully li into the trench and released to fall freely therein when the bu or container is at or just above water level. Under no circumstances shall backfill material be dumped or pushed into trenches containing water. Below the existing water level, backfill material shall be carefully rammed into place in unifo layers. Above the water level, backfill material shall be plac and compacted as specified in Article 3.08 Backfill and Article 3.09 Compaction and Densities. 3.12 RESTORATION OF EXISTING SURFACES Paved and grassed areas disturbed by the operations required und A. shall be restored as indicated on the Drawings and/or specified All materials required for temporary and permanent street repairs sh materials. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Trenching, Backfilling and Compacting for Utili which payment will be made shall be the actual number of units m 80 Item # 7 Attachment number 1 Page 90 of 119 and accepted. The units measured shall be as listed in the Bid payment item for Trenching, Backfilling and Compacting for Utili not specifically included in the Bid Schedule, the quantity for be made shall be the quantity required to complete the work. 4.02 PAYMENT A. Payment for Trenching, Backfilling and Compacting for Utility S made at the prices stated in the Bid Schedule. If a payment ite Backfilling and Compacting for Utility Systems is not specifical Bid Schedule, payment for the work specified in this Section sha the several unit and lump sum prices for all applicable items of END OF SECTION 81 Item # 7 Attachment number 1 Page 91 of 119 SECTION 02574 PAVEMENT REMOVAL AND REPLACEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Work includes all labor and materials under this Section for cu protecting and replacing existing pavements of the various type including roadways, driveways and sidewalks. B. Permits: The Contractor shall obtain the necessary permits pri roadway work. Additionally, the Contractor shall provide advan appropriate authority, as required, prior to construction opera C. Protection of Existing Improvements: The Contractor shall be r the protection of all types of pavements, sidewalks and other i within the work area. All damage to such improvements, as a re Contractor's operations, beyond the limits of the work of pavem as described herein, shall be repaired by the Contractor at his PART 2 - PRODUCTS 2.01 MATERIALS A. Materials, including lime rock, bituminous prime and tack coat, concrete for the above work shall meet the requirements establi the FDOT Specifications. 1. Lime rock shall be Miami or Ocala Lime rock. 2. Bituminous prime coat material shall be cutback asphalt Grad 3. Bituminous tack coat material shall be emulsified asphalt Gr 4. Asphaltic concrete shall be Type S-I or S-III. 5. Concrete material shall be Class I or II, and/or as otherwis meet FDOT specifications. 6. Welded wire fabric, joint reinforcing welded wire fabric sha to ASTM-A185 and ASTM-A615. 82 Item # 7 Attachment number 1 Page 92 of 119 PART 3 - EXECUTION 3.01 PREPARATION A. Pedestrian or school crossings: Where the work crosses or inte or pedestrian crossings, extreme care shall be taken by the Cont safety of school children or other pedestrians. Contractor shal necessary accommodations to provide a safe path for handicap ind traveling through the work zone, compliant to ADA. 3.02 PERFORMANCE A. Removals: 1. Pavement Removal: a. Where existing pavement is to be removed, the surfacing shall b mechanical saw cut prior to trench excavation, leaving a uniform and straight edge, with minimum disturbance to the remaining adjacent surfacing. The width of cut for this phase of existing pavement removal shall be minimal. b. Immediately following the specified backfilling and compacti a temporary sand seal coat surface shall be applied to the cut areas. This temporary surfacing shall provide a smooth traffic surface with the existing roadway and shall be maintained until final restoration. Said surfacing shall remain for 10 days in to assure the stability of the backfill under normal traffic conditions. Following this period and prior to 15 days after application, the temporary surfacing shall be removed and final roadway surface restoration accomplished. c. In advance of final restoration, the temporary surfacing shall removed and the existing pavement mechanically sawed straight and clean to the stipulated dimensions. Following the above operation, the Contractor shall proceed immediately with final pavement restoration in accordance with these requirements. 2. Sidewalk, Drive, & Curb Removal: Concrete sidewalks, curbs, combination curb and gutter, walks, drive ribbons, or driveways removed by initially sawing the structure, with a suitable power specified above for pavement. When a formed joint in the concre within 3-feet of the proposed saw cut and parallels the proposed 83 Item # 7 Attachment number 1 Page 93 of 119 the removal line shall be extended to the formed joint. After s material shall be removed. B. Restorations: 1. General: Cut and removed driveway or roadway pavement in connection with trench excavation shall be replaced or restored or better condition than the original and as may be shown on th Drawings. The Drawings indicate minimum requirements. Backfill shall comply with the other sections of these Specifications or Standards, whichever are more stringent. 2. Pavement Restoration - Asphalt: a. Lime rock base course shall be compacted for its full thickness not less than 98 percent of maximum density as determined by AASHTO Designation T 180. field density of lime rock base in place shall be determined by AASHTO Designation T 238. b. Construction methods and equipment shall generally meet the requirements therefore as established in the FDOT Specification c. After the application of the prime coat on the base, the prime coat shall be allowed to cure without sanding for a period of 2 hours. The Contractor shall take all necessary precautions to protect the primed surface against damage during this interval. If, at the end of 24-hours, it is not proposed to proceed at on with the application of the surface course, primed surface shal given a light application of clean sand and opened to traffic. d. Joints with existing surface and base shall be sawed cut str and neat. If necessary to obtain a straight net joint, the contractor shall cut out sufficient existing material and repla with new material. e. The upper surface of the completed base course shall be compacted to an elevation to permit the full depth of the surfa course to be constructed without deviating from the grade of th pavement surface. The completed surface shall match the line and grade of the existing surface. When pavement is removed to the edge of the roadway, the replaced base course shall extend not less than 6-inches beyond the edge of the surfacing. 84 Item # 7 Attachment number 1 Page 94 of 119 f. After the base course construction in the trench area has been completed and primed, the surface shall be tack coated and the thickness of Type S-I asphaltic concrete shall be constructed i accordance with the plans or requirements specified above for pavement restoration. 3. Driveway Restoration - Asphalt: Driveway pavement with lime cut and removed in connection with trench excavation shall be re restored as specified above for street or roadway pavement, exce lime rock base course shall be equivalent the existing base cour thickness, except that in no case shall new driveway base course than 6-inches in thickness. Muck or unsuitable material found u existing driveway construction will not be removed and replaced. 4. Concrete, Sidewalk, Walkway, Driveway Ribbon and Curb Restor a. Concrete sidewalks, walkways, driveways, driveway ribbons and curbs required to be removed for the installation of facilities under this Contract shall be restored. Class I concrete shall used in all cases. b. Replaced portions of these items shall conform to the lines, and cross sections of the removed portions. Concrete sidewalks and walkways shall be of 4-inch minimum thickness; concrete driveways and driveway ribbons shall be 6-inch minimum thickness. Replaced concrete curb and/or gutter shall join neatly to the remaining section. 5. Pavement Restoration - Concrete: Rigid pavement shall be re kind with Class I concrete, using high early strength cement. subgrade course for rigid pavement shall be replaced with stabi subgrade or cleanfill material and compacted to a thickness to existing base. a. The Contractor shall saw cut and remove the existing concrete t the nearest joint as directed in the field by the Owner's Representative. Provision for expansion joints (minimum ½" preformed joint filler) and saw cut joints shall be a part of th restoration work for the driveway and roadway. 6. Asphaltic Concrete Surface Course Overlay: a. The work under this section includes asphaltic concrete surface course overlay paving as and where directed by the Owner or his authorized representative. Where this paving is directed it sha 85 Item # 7 Attachment number 1 Page 95 of 119 take the place of asphaltic concrete pavement restoration as specified herein above. This surface course overlay shall exten over the reconstructed base course and the existing pavement to limits directed by the Owner or his authorized representative, which generally shall be full width of the roadway. b. After the base course construction in the trench area has bee completed and primed, the surface shall be tack coated and the thickness of Type S-III asphaltic concrete shall be constructed accordance with the plans or requirements specified above for pavement restoration. 7. Nonsurfaced streets, alleys and driveways shall be restored w of compacted lime rock base material placed in the top of the tr PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Pavement Removal and Replacement for which paym made shall be the actual number of units measured in place and a units measured shall be as listed in the Bid Schedule. If a pay Pavement Removal and Replacement is not specifically included in Schedule, the quantity for which payment will be made shall be t required to complete the work. 4.02 PAYMENT A. Payment for Pavement Removal and Replacement shall be made at t stated in the Bid Schedule. If a payment item for Pavement Remo Replacement is not specifically included in the Bid Schedule, pa work specified in this Section shall be included in the several prices for all applicable items of work. END OF SECTION 86 Item # 7 Attachment number 1 Page 96 of 119 SECTION 02685 NATURAL GAS PIPELINE INSTALLATIONS PART 1 - GENERAL 1.01 WORK INCLUDED A. The work specified under this Section consists of all labor, se materials, labor, testing and purging required to complete the c gas main consisting of, but not limited to, piping, appurtenance accessories as shown on the Drawings. PART 2 - PRODUCTS 2.01 MATERIALS A. Clearwater Gas System will furnish all gas related material in installation of gas mains and service lines. Materials will be by the Contractor at 400 North Myrtle Avenue, Clearwater, Florid Warehouse hours are 7:00 AM until 9:30 AM and 2:30 PM until 3:30 contractor may pick up materials during these hours only. The c supply the labor and equipment necessary for loading the materia the City of Clearwater.The CGS will not provide any items, unless specifically stated in the contract. The contractor is responsible for all ma must adhere to the requirements of contractor vehicle and wareho Contractor will be responsible for all shortages and monetary re required. PART 3 - EXECUTION 3.01 LOADING, STORING AND STRINGING A. When loading or unloading lengths of plastic pipe, a nylon slin not to damage the pipe itself. When unloading lengths of plasti done by hand in such a manner as not to damage the pipe itself, the safety of the main. B. When storing, plastic material and fittings shall be placed on with a sheet of polyethylene or like material to protect it from C. When stringing pipe on the job site, the area will be cleared o and pipe will be placed in the ground in the same manner as unlot to damage the pipe itself. While stringing lengths of pipe, a n 87 Item # 7 Attachment number 1 Page 97 of 119 used in such a manner so as not to damage the pipe itself. Pipe dragged along the ground surfaces. 3.02 INSTALLATION A. Installation shall include excavation whether by trenching mach directional drilling, by hand or other methods which may be nece trench in which the pipe will be laid. The word "ditching" is u mean the maintenance of ditch, including temporary damming, pump and draining and dewatering, wherever required, and the furnishi any temporary shoring used to maintain the ditch. When the gas other lines, not less than one foot clearance will be permitted the required clearance from parallel lines shall be obtained fro lines laterally rather than through reduction of normal minimum line. The foregoing clearances shall be minimum clearances allo owners of the interfering lines require greater clearances from their requirements shall be met if at all possible. 1. Trench shall be free of debris, sharp rocks, etc., before adding for the new gas main. Sand bed shall have a minimum thickness o 2. Before each section of pipe is installed in the line, interna suitably clean. 3. The pipeline shall be pigged and safely purged prior to final acceptance. 4. The open ends of all sections of join service) shall be closed at night to prevent animals or foreign from entering the pipe line or pipe section. Extreme care must be exercised when moving plastic pipe, support stands and rollers s used when fusing and lowering pipe into the trench or bore hole. POLYETHYLENE PIPE SHALL NOT BE DRAGGED ON THE GROUND OR ON PAVED SURFACES. Support/Stands must be used at all time that pipe is placed on paved surfaces. 5. Waterproof nightcaps of approved design may be used but they constructed that they will prevent the entrance of any type of n precipitation into the pipe and will be fastened to the pipe in manner that the wind cannot blow them loose. 6. The practice of stuffing cloth or paper in the open ends of t be tolerated. 88 Item # 7 Attachment number 1 Page 98 of 119 7. Where possible, the pipe will be raised and supported at a su from the open end such that the open end will be below the level pipe at the point of support. 8. Plastic pipe must be installed below ground level and shall h minimum 36-inch depth of cover unless shown otherwise. No gas l shall be installed at a depth of less than 36 inches or greater inches below finish grade without written approval of the owner. Unless otherwise specified a minimum of 12 inches vertically and 24 inc horizontally shall be maintained between the pipe surface and ot lines or adjacent foreign structures. In the event that it is n maintain required vertical clearance from other structures, the shall case the gas main in steel pipe or concrete at the discret CGS's inspector. 9. Width of ditch shall be no less than twice the pipe diameter. 10. Plastic pipe is not to be installed in a vault or any other enclosure. 11. Plastic pipe must be installed so as to minimize shear or te 12. Pipe that has scratches, notches, cuts or any other abrasion 10% of the pipe wall thickness shall be disposed of. The Contrac use pipe stands, rollers, spooling devices, or other means to av damaging the pipe during installation. Observe pipe during insta scratches, gouges or other defects. If defects are present, remo discard defective section of pipe. The CGS Inspector must be not all defects and subsequent repairs. 13. Thermoplastic pipe that is not encased must have a minimum w thickness of 0.090 inches and labeled D 2513. 14. Any fittings, valves, crosses or laterals shall be accomplis welds and the installation shall be included in the unit cost of installation. . B. All lines shall be marked by #12 insulated copper tracer wire i above the pipe. Gas mains, valves and locating stations shall a adhesive identification disk affixed to the permanent curb or pa addition, all mains 4-inches or larger shall be marked by 4-inch marking tape installed 18 inches above the pipe. Tracer wire sh uncut, into every valve box including main valves and service va Installations where 500 feet of pipe is laid between valves, emp 89 Item # 7 Attachment number 1 Page 99 of 119 shall be installed over the gas main with tracer wire looped up commercially zoned areas, plastic marker poles with tracer wire attached may be substituted for gas test station type valve boxe inspector's approval. All tracer wire splices shall be made by bury splice kit, electric and duct tape connections are prohibit completion of the project, and before final payment, the inspect continuity of the tracer wire to ensure that there are no separa wire can be used for locating purposes. The Contractor shall be repairing any damaged, broken or otherwise separated tracer wire gas marking tape, valve boxes, marker poles and splice kits will Clearwater Gas System and the installation cost shall be include of pipe installation. C. Each plastic main must be installed with sufficient clearance, from any source of heat, so as to prevent the heat from impairin of pipe. Locating wire is to be considered a source of heat, wi directional drilling placement. D. Valves shall be maintained and protected from outside damage th length of the project and shall be kept accessible. The Contrac responsible for repairing valves that are damaged by constructio Contractor shall also make any adjustments to valve boxes that m be flush with final grade. Valves and Valve Boxes: Install valve plumb. All boxes shall be installed flush with the finished grad with brick or other approved material. Adequate backfill shall b the valve boxes and valve extension boxes to prevent any damage the pipeline that may be transferred to the pipe through the val sleeves shall be installed over fusion joints and extend through the polyethylene valve installations. Gas valves shall be marked by adhesive identification disks affixed to the permanent curb or the perman marker poles installed if warranted for visibility. Valves shall design marked locations. Valve supports are required for 2" valv Valves shall be installed with the operating nut on top, facing will not accept valves that are cocked or oriented in any direct E. Prior to joining, all individual gas main lengths shall be swa All gas mains shall be pigged prior to initiation of gas service, but after jo complete. The pigs used shall be suitable for different size pip for polyethylene pipe use. Any pig that could damage the pipe, s type pigs, shall not be acceptable for use. Only use of compress pig through the pipe shall be permitted. F. Marker Poles: As the pipeline installation has progressed an the Contractor shall install marker poles and posts at the locat the CGS construction standard of not to exceed 500 linear foot i 90 Item # 7 Attachment number 1 Page 100 of 119 prominent locations such as offsets and vale locations Bury the 5- foot posts approximately one- foot deep to attain a uniform h above ground exposure as recommended by the manufacturer 3.03 QUALIFICATION OF JOINING PROCEDURES A. Joining procedures shall be in accordance with Section 192.283 Department of Transportation, Title 49, Pipeline Safety Regulati B. Procedures for making joints in plastic pipe may be tested by t manufacturers, and these tests may be accepted by the operator f the procedure used by the contractor. C. A copy of each written procedure being used for joining plastic available to the persons making and inspecting joints at the sit accomplished. D. The Operations Coordinator will furnish a copy of the manufactu recommended Heat Fusion Joining Procedures Manual at the time of Butt Fusions 1. All butt fusions must be performed by the person(s) qualified by testing pipe size category insure that all required procedures are adhered to and to witnes 2. Pipe fusion shall be conducted in accordance with the "Clearw Gas Pipe Training Procedures", Ambient temperature shall be betw pipe fusion; otherwise pipe shall be protected from direct sunli ambient temperature falls within the above temperature range. 3.04 QUALIFICATIONS OF PERSONNEL A. Any person joining polyethylene gas pipe must receive training with Section 192.285 of the US Department of Transportation, Tit Safety Regulations, Part 192. B. No person shall make a joint in a plastic pipe unless that pers through knowledge, skills and ability evaluation. The Gas Constrwill conduct such evaluation initially and on an annual basis. Records shall qualified to make joints. NON-QUALIFIED CONTRACTOR EMPLOYEES SHALL NOT BE ALLOWED TO PERFORM POLYETHYLENE JOINING. CGS fusion certificatio remain in effect for up to one calendar year. 91 Item # 7 Attachment number 1 Page 101 of 119 C. Contractor employees and their sub contractors must meet the re intent of CFR 49 Part 192.801, 192.803, 192.805, 192.807, and 19 to Operator Qualification issued on August 27, 1999 and effectiv training to be completed by October 27, 2002 and continued knowl ability training, hands on task assessments, to comply with the requirements. The Contractor shall furnish for review to the Operations Coordinator their current plan, so it can be reviewed for compli Contractor must state in writing that their qualification plan i with the intent of Federal Operator Qualification Regulations an have the ability to identify and safely react to natural gas rel Operating Conditions that may be encountered. 3.05 INSPECTION OF PLASTIC JOINTS A. Each joint must be inspected to ensure that it is acceptable. T joints in plastic pipes must be qualified by appropriate trainin evaluating the acceptability of plastic pipe joints made under t method. The inspector must be approved by the Operations Coordi concurrence of the Operations Manager. 1. CGS will have OQ certified; polyethylene qualified construct inspector r at the various gas construction job sites. The Inspe has the right to reject any fusions not meeting CGS requirements. The Contractor shall replace all fusions not meeting CGS requirements at his own expense. 2. The Contractor shall also designate a polyethylene qualified supervisor who will be present on site at all times to observe p fuser(s). 3. The CGS-destructive testing methods on polyethylene fusions and reject all deficient fusions. The CG inspector can request any amount of random fusion samples, cut away from a joined pipeline for destructive testing JOINING PLASTIC PIPE A. In general, all plastic joining shall be in accordance with Ame Code for Pressure Piping, as outlined. B. A plastic pipe joint that is joined by heat fusion may not be d been properly set. Plastic pipe may not be joined by a threaded are prohibited. C. Each heat fusion joint on plastic pipe must comply with the fol 92 Item # 7 Attachment number 1 Page 102 of 119 1. A heat fusion joint must be joined by a device that holds the element square to the ends of the piping, compresses the heated together, and holds the pipe in proper alignment while the plast 2. Heat may not be applied with a torch or other open flame. 3.07 TESTING A. Each segment of a plastic pipeline must be pressure tested. Th must insure discovery of all potentially hazardous leaks in the tested. The plastic pipeline installation shall be pressure tes square inch for PE 2406, 150 lbs per square inch for PE 3408, or Maximum Allowable Operating Pressure of the Distribution System. temperature of thermoplastic material must not be more than 100 Fahrenheit during the test. These tests shall be recorded on a instrument. Test duration shall be a minimum of 24 hours and lo A 24-hour test shall be placed on the entire system of mains pri gas service. If a portion of the gas service has met the require and it is possible for the other sections to be tested independe inspector or the designated representative of CGS may approve i service for that portion. B. A pressure-timeclock gauge with a range no greater than 0 200 p.s.i.g. and in good working order shall be furnished by the Contractor. All tes with D.O.T. Title 49, Part 192, Transportation of Natural and Oty The location of the project along with the temperature at the time the test pressure is placed upo recorded on the pressure chart. The pressure charts shall be giv inspector or the designated representative. In order to facilita appropriate testing apparatus shall be used. Leaks shall be repa approved by the CGS or the designated representative of CGS before lengths of pipe that need to be tested are added to the main. C. Fusion joints shall be a one-half inch molten bead of uniform a completion. This bead shall be visible and examined for penetra around the pipe diameter. D. Purging Pipes and Fittings: A combustible gas indicator shal purging mains, services and house piping. When purging gas from lines, the air and the gas must be discharged aboveground at a minimum height of , and directed away from electric power lines or structures. Wh purging air from new lines, installation of a 5/8 service saddle metallic riser is required at the end or within four (4) feet on all new installations of pipe in order to purge air from all 93 Item # 7 Attachment number 1 Page 103 of 119 simultaneously. Release gas into new lines at a rate that will of a hazardous mixture of gas and air or precede natural gas wit gas, such as nitrogen provided by the contractor at no additiona E. If service lines are installed at the same time as the mains be included in the testing of the mains. If service lines are in service has been initiated, then the Contractor shall test each individually to stand up to an air test of 90- p.s.i.g. for thir leak is discovered, then the Contractor shall immediately make t repairs, in a method approved by the CGS inspector or the design representative of CGS. All existing service lines that are disco main temporarily shall be tested as if they are new lines before into service. The pressure shall not decrease during the test period. Air pre shall be held until after soap testing. Soap test the service c spraying an approved liquid leak detection solution around the the main, both ends of the outlet coupling, the outlet connectio flow valve, and the pipe to Inspector will direct repair procedures. INSTALLATION - SERVICES 1. Service Lines Connected to a Polyethylene Main. All hot taps qualified fusers using self-tapping tees Contractor shall instal locations marked by CGS. Bell holes shall be excavated, if insta mains by boring methods, at each tapping tee installation site t adequate work area for installation and inspection of tapping te tees shall be installed in accordance with the CGS Procedures by qualified by CGS to install tapping tees. All tapping tee fusion to be inspected by the CGS Inspector. TAPPING TEES SHALL ONLY BE INSTALLED ON THE TOP OF MAIN 2. The main shall be tapped after the tapping tee fitting and f cooled for the time period specified by the manufacturer and th been soaped and pressure tested. The manufacturer supplied tappi fitting shall be the only tool used for turning the tapping tee tapping the backside of the main or loss of the cutter into the shall not be used. 3. Mechanical Joints. Compression type mechanical joints to con pipe to steel pipe shall be designed for natural gas use and the the coupling must be compatible with the polyethylene pipe. The be used in combination with an internal tubular rigid stiffener. method is the utilization of a transition fitting to allow a ste 94 Item # 7 Attachment number 1 Page 104 of 119 using a compression dresser style coupling that can be readily r out by a mechanical or welding a rod type clamping device. Joints shall be designed and installed to effectively sustain the longitudinal p caused by contraction of the piping or by external loading. Comp shall not be used in above ground installations. All mechanical shall be noted on the submitted asbuilt drawing, including the c pertinent information 3.08 ANTI-DRUG AND ALCOHOL PROGRAM A. The contractor agrees that it has in place, or will implement a training and testing program for its employees that comply with of the US Department of Transportation, Title 49, Pipeline Safet Part 199, Drug Testing Program for Pipeline Personnel. The Cont agrees to allow access to its property and records by the Human Director, or appointed designee, of the City of Clearwater. The permit representatives of state or federal agencies who monitor Drug and Alcohol rules/regulations access to its property and re contractor shall furnish quarterly statistical reports to the Op B. Said program shall provide pre-employment, random, for cause an drug training and testing (alcohol for cause testing) for all of required by Federal regulations and who are assigned to perform Clearwater Gas System. C. The contractor shall attest in writing, under oath, the followi 1. That the contracting firm has an agreement with a drug testin certified by HHS/NIDA and an alcohol testing facility; 2. The name and address of the Medical Review Officer retained b contractor for the drug and alcohol testing program; 3. That all employees of the contractor have been drug tested pr employment; and 4. That all employees covered by the US Department of Transporta Regulation 199 receive random, for cause and post accident drug and alcohol testing for cause pursuant to such regulation. D. Prior to doing any work for the Clearwater Gas System, the cont a copy of their current Alcohol Testing Policy and Drug Testing policy will be included in a response to the Request for Bid. 95 Item # 7 Attachment number 1 Page 105 of 119 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Natural Gas Pipeline Installation for which pay shall be the actual number of units measured in place and accept measured shall be as listed in the Bid Schedule. If a payment i Pipeline Installation is not specifically included in the Bid Sc for which payment will be made shall be the quantity required to work. 4.02 PAYMENT A. Payment for Natural Gas Pipeline Installation shall be made at the Bid Schedule. If a payment item for Natural Gas Pipeline In specifically included in the Bid Schedule, payment for the work Section shall be included in the several unit and lump sum price items of work. NATURAL GAS HOUSE (PIPING) PLUMBING DESCRIPTION It is a mandatory requirement of the Natural Gas House (Piping) contractor possesses either a Master Plumbers certified or regis locally or a Gas Contractor license registered locally with eith depending where work will be performed. The work to be performed shall consist of furnishing all necessa materials, pipe & fittings, supplies, manufactured articles, po communication, labor, and other operations necessary for the mod house plumbing to accommodate relocation of gas meters includin if applicable; installation of new house gas pipes by threading assembling pipe and fittings, new shut off valves, gas meters an customer piping from a new location and, subsequent pressure te leak check (Drop Test- utilizing a manometer))of the entire house gas plumbingystem, and passing required s inspections. CGS will reserve the right to mandate the turning applicable appliances. complete the required paperwork, including the drop test form, following business day. The work shall be complete and performe Contract specifications, and in compliance with all applicable c Fuel Gas Code and industry standards. All work, materials, and called for in the Contract Documents, which may be necessary for 96 Item # 7 Attachment number 1 Page 106 of 119 construction of the work in good faith, shall be performed, furn Contractor as though originally so specified or shown, at no inc fitters and plumbers shall be thoroughly trained and experienced be completely familiar with the design and application of work d EXISTING GAS( house piping) PLUMBING The modification of the existing gas house piping plumbing shall contractor only after receiving written approval from the CGS authorization the Contractor shall perform all modifications re clearance code compliance of existing natural gas plumbing. The Contractor shall remove and dispose of all abandoned existin Contractor shall not cut into the existing gas plumbing until meter stub-out location. TESTING Contractor shall pay for all testing and retesting required to s Specifications, Codes, Regulations, and all other applicable law A. SYSTEM PRESSURE TEST The Contractor will conduct leakage tests at one and half time minimum time of 15 minutes on the new completed gas plumbing or County Building Inspector. The pressure shall not decrease or in B. CODE COMPLIANCE TESTING: Before turning gas on Before gas is introduced into a system of gas piping, the entire determine that there are no open fittings or ends and that all v and plugged or capped. Leak Detection methods The leakage shall be located by means of an approved gas detect fluid or other approved leak detection methods The following is an approved procedure for leak testing customer 97 Item # 7 Attachment number 1 Page 107 of 119 Leak tests are required any time there is an interruption of ser stopped for any reason. Florida Fuel Gas Code 406.6.3 (NFPA 54 - after the gas is turned on into a new system or into a system th an interruption of service, the piping system shall be tested fo the gas supply shall be shut off until the necessary repairs hav The leak test will indicate any leaks within the propane piping service or out of gas situation. The leakage test is simply test plumbing joints and the seal of the pipe joint compound, piping appliances, valves etc. This is the safety reasoning behind leak is performed is the life- Florida Building Code law/ ordinance and none other. The leak check tests for leakage throughout the system of piping new and existing gas systems. It is conducted after a system has tested, inspected and approved. Normally, the leak check is conducted when one of the following r is replaced The pressure test and leak check are often confused. A pressure installations, while a leak check is required whenever the gas s service or when the gas is turned back on after it has been turn pressure test in that it requires no special preparations. The m gas at normal supply pressure. The gas is applied to the total s Leak Check Procedure The procedure for the leak check is not specified in the NFPA 54 ICC Fuel Gas Code- Florida Fuel Gas Code. Any method can be used is recommended that a written procedure for the method be develo ensure that all employees follow the method so CGS test every sy Testing for leakage 98 Item # 7 Attachment number 1 Page 108 of 119 This test can be done by one of the following methods: For Any Gas System- To an appropriate checkpoint attach a manome pressure gauge between the inlet to the piping system and the fi momentarily turn on the gas supply and observe the gauging devic gas supply shut off. No evident drop in pressure should occur du For Gas Systems Using Undiluted Liquefied Petroleum Gas System- leak check performed on an LP Gas System being placed back into regulators, including appliance regulators, and control valves i individual equipment shutoff valve should be supplying pressure check. This check will prove the integrity of the 100 percent pi the on position. Pilot not incorporating a 100 percent pilot shu valves not incorporating safety shutoff systems are to be placed checking, by using the following methods: By inserting a pressure gauge between the container gas shutoff the system, admitting full container gas pressure to the system valve. Enough gas should be released from the system to lower th 10psi. The system should then be allowed to stand for 3 minutes decrease in the pressure gauge reading. For systems serving appliances that receive gas at a pressure of manometer or appropriate pressure gauge into the system downstre pressurizing the system with either fuel gas or air to test pres observing the device for a pressure change. If fuel gas is used to pressurize the system to full operating pressure, close the c release enough gas from the system through a range burner valve the system pressure to 9 in water column. This ensures that all unlocked and that a leak anywhere in the system is communicated gauging device should indicate no lose or gain of pressure for a When leakage is detected When pressure drops on the gauge or manometer is noted, all equi through the system should be examined to see whether they are sh are found tight, there is a leak in the piping system. Where leakage is indicated, the gas supply at the meter shall be the necessary repairs have been made. CGS dispatch shall be noti Where leakage or other defects are located, the affected portion repaired or replaced and retested Matches, candles, open flames or other methods that could provi be used Placing equipment in operation 99 Item # 7 Attachment number 1 Page 109 of 119 Gas utilization equipment shall be permitted to be placed in ope been tested and determined to be free of leakage and purged in a of the Florida Fuel Gas Code The Contractor will conduct leakage tests at one and a half tim minimum time of 15 minutes on the existing gas house plumbing or County Building Inspector. The pressure shall not decrease or in Other inspections and tests required by the City County Building Inspector, codes, ordinances, or other legally constituted authority shall be the responsibili Contractor. Testing of the existing gas house piping plumbing shall be perfo supply line. C. TESTING: Testing will be in accordance with the Florida Building Code and requirements. D. CONTRACTOR'S CONVENIENCE TESTING: Inspection and testing performed exclusively for the Contractor' the convenience of CGS if available and normal labor rates may be ap E. SCHEDULE FOR TESTING: 1. If applicable, testing shall be scheduled with the Building D 2. At least 48 hours notice shall be provided to the Building De testing is required. COOPERATION WITH THE BUILDING DEPARTMENT: Building Inspectors shall have access to the work at all times a in progress. Contractor shall provide such access to enable the Bu its functions properly. A. Revising schedule: When changes of construction schedule are construction, Contractor shall coordinate all such changes with required. B. Adherence to Schedule: When the Building Department is ready correction notices fees will be paid for by the contractor Natural Gas Distribution System Any incompleteness of the work, all extra charges for testing at be back-charged to the Contractor and shall not be borne by the GS. COORDINATION WITH CUSTOMERS 100 Item # 7 Attachment number 1 Page 110 of 119 The Contractor is responsible for coordinating access to private The Contractor shall notify the property owner/ resident at leas performing work. Prior to starting work at a specific location t work with the homeowner or resident, as the custmeter upgrades/ change out work is required. The Contractor shall relight all pilot lights the same day after regulator. No residence shall be shall be left out of gas service overnight reconnected and all pilot lights re-lit before the end of the da END OF SECTION 101 Item # 7 Attachment number 1 Page 111 of 119 SECTION 02696 DIRECTIONAL DRILL UTILITY PLACEMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. The work specified under this Section consists of furnishing an underground gas utilities by directional drill methods. This wo services, equipment, materials, labor and testing required to co utility installation and restore any disturbed areas to their ex conditions. The maximum depth of installed gas facilities shall feet unless prior approval is received, since CGS must readily a for maintenance in the future . All underground utilities shall potholed prior to the start of boring. PART 2 - PRODUCTS 2.01 MATERIALS A. Plastic pipe must meet or exceed the following strength and com standards: PE (Polyethylene) ASTM D 2513 For all gas pipes over 1" diameter a. Plastic Pipe 1. Couplings: Plastic pipe couplings shall meet or exceed all applicable ASTM strength and composition standards for the particular type pipe being used. 2. Joints: Plastic pipe joints shall be made in accordance with applicable ASTM standards. In all cases, the joints shall be made sufficiently strong to withstand the stresses of installation, with joints completely set and cured prior to placement of the pipe. B. Drilling Fluids shall consist of a mixture of potable water and colloidal material such as bentonite, or a polymersurfactant mix slurry of custard-like consistency. 2.02 EQUIPMENT 102 Item # 7 Attachment number 1 Page 112 of 119 A. All equipment used in the execution of work shall have the buil stability and necessary safety features required to fully comply specifications without showing evidence of undue stress or failu It shall be the responsibility of the Contractor to assure that used in the crossing operation is in sound operating condition. may be required where job site conditions indicate that severe d roadway or a hazardous condition may result in the event of an e breakdown and where the condition of the equipment to be used in routine component replacement or repair will likely be necessary crossing. 1. General Arrangement of Tunnel Boring System: The tunnel bori equipment shall consist of truck-mounted field power unit and a dolly mounter drill unit. A minimum crew of three people is req operate the units. a. Field Power Unit: The field power unit shall be a self-contain truck-mounted system designed to provide a supply of high pressure bentonite cutting fluid to the drill unit. It shall co 1,000 gallon (3,800 liter) fluid storage tank and a complete bentonite mixing system. The cutting fluid is to be mixed on si without the need for an external water supply. It shall permit changes to be made to the bentonite concentration during tunneli in response to changing soil conditions. The field power unit s contain the power-takeoff-driven high pressure bentonite pumping system. b. Directional Drill System: A dolly mounted version of the dri system shall include a thrust frame. Both the trailer mounted a dolly mounted drill system shall be designed to rotate and push 10-foot (3-meter) minimum hollow drill sections into the tunnel being created by the boring head. The drill sections shall be m of a high strength steel which permits them to bend to a 30-foot (9-meter) radius without yielding. Drill end fittings shall permi rapid make-up of the drill sections while meeting the torque, pressure and lineal load requirements of the system. The boring head itself shall house a watertight battery-operated electronic system used to determine tool depth and location from surface an to orient the head for steering. All tunneling systems shall be in sound operating condition with no broken welds, excessively worn parts, badly bent or otherwise misaligned components. All ropes, cables, clamps and other non- 103 Item # 7 Attachment number 1 Page 113 of 119 mechanical but essential items shall be in sound condition and replaced immediately when need is apparent. Other: Devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the Engineer prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior approval or rejection on its potential ability to complete the u placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particula conditions of the project. Water sluicing methods, jetting with compressed air, or boring o tunneling devices with vibrating type heads that do not provide positive control of the line and grade shall not be allowed. 2. Spoils Equipment: Vacuum truck shall be a self-contained tru has sufficient vacuum and capacity to remove excess bentonite mi from the project site as required or directed by the Owner's Rep PART 3 - EXECUTION 3.01 PERSONNEL REQUIREMENTS A. Responsible representatives of the Contractor and Subcontractor present at all times during the actual crossing operations. A r representative as specified herein is defined as a person experi work being performed and who has the authority to represent the routine decision making capacity concerning the manner and metho out the work specified herein. B. The Contractor and Subcontractor(s) shall have sufficient numbe workers on the project at all times to ensure the utility placem timely and otherwise satisfactory manner. Adequate personnel fo phases of the actual crossing operation (where applicable: tunn operators, operator for removing spoil material, and laborers as various related tasks) must be on the job site at the beginning competent and experienced supervisor representing the Contractor Subcontractor that is thoroughly familiar with the equipment and be performed, must be in direct charge and control of the operat all cases the supervisor must be continually present at the proj actual crossing operation. 104 Item # 7 Attachment number 1 Page 114 of 119 3.02 COORDINATION OF THE WORK A. The Contractor shall notify the Owner and Engineer at least 24 of starting work. In addition, the actual crossing operation sh the Engineer or his representative is present at the project sit proper preparations for the crossing have been made. The Engine beginning the crossing shall in no way relieve the Contractor fr responsibility for the satisfactory completion of the work. B. The Contractor and the Engineer shall select a mutually conveni crossing operation to begin in order to avoid schedule conflicts 3.03 PROCEDURE A. Erection or installation of appropriate safety and warning devi with the Florida Department of Transportation (FDOT) Manual on T and Safe Practices shall be completed prior to beginning work. B. Subsurface Soil and Drainage Investigation: To correctly plan procedures such as dewatering, use of cutting heads, positioning the casing and to accurately locate potential problem areas, an subsurface investigation shall be made by the Contractor. C. Equipment Set-Up: 1. The general operating sequence of the tunneling system shall follows: a. The trailer or dolly is positioned at the starting location. b. The tool head and first drill pipe are loaded onto the thrust c. The proper cutting fluid pressure is set on the field power uni d. The tool is advanced and steered level at the proper depth us locator to sense tool position. e. More drill pipe is added as the tool is advanced. f. After each new drill pipe is advanced into the ground, the tool located and a computer generates the steering command for the next length of drill pipe to keep the tool on course. 105 Item # 7 Attachment number 1 Page 115 of 119 g. Steps "e" and "f" are repeated until the tool advances to the e the run. h. At the end of the run the drilling head is removed and a ream attached to enlarge (if necessary) the hole for the utility. i. The utility is attached to the reamer. j. The drill pipe is withdrawn from the hole pulling the utility. k. Utility connections are made. l. The area is restored. D. Crossing Operation: The actual crossing operation shall be acc daylight hours and shall not begin after the hour pre-establishe starting time that will allow completion during daylight hours e below: 1. In emergency situations, or where delay would increase the li failure, nighttime work will only be allowed to complete a delay crossing. In addition, where the obvious hazards of nighttime w carefully considered and determined to be insignificant, nightti will be allowed to complete a properly planned crossing if the E agrees that the delay was caused by reasonably unavoidable circu when such nighttime work is necessary to avoid placing an undue on the Contractor. Planned nighttime work is expressly prohibited and will not be a except for extenuating circumstances. Any nighttime work shall strict conformance with the Florida Department of Transportation Manual on Traffic Control and Safe Practices. E. Equipment Breakdowns or Other Unforeseen Stoppages: If forward tunneling tool has halted at any time other than for reasons pla and prevention of voids under paved areas cannot be assured, the filled with bentonite by injection as soon as possible and aband When an obstruction is encountered that cannot be passed or an e damaged, open cutting for inspection may be allowed if approved when consideration of all pertinent facts indicate such action i such authorized excavation shall be repaired according to the ap specifications herein or otherwise directed. 106 Item # 7 Attachment number 1 Page 116 of 119 3.04 WAIVER OF REQUIREMENTS A. These specifications are appropriate for most common crossing s unusual conditions, not adequately covered herein, these require altered or waived when their strict adherence would increase the crossing failure. Any such alteration or waiver shall be based engineering judgment and must be fully documented as further spe Any alteration or waiver must be approved by the Engineer. 3.05 REPORTING PROCEDURES A. An accurate log shall be kept by the Contractor on all crossing this log is to record and report the data necessary to isolate a common factors associated with underground crossing failures. T be for the inspector's use as a checklist of essential items per crossing. The data shall be recorded on the job site during the operation. The log shall include elevation readings of the util along the crossing. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Directional Drill Utility Placement for which p made shall be the actual number of units measured in place and a units measured shall be as listed in the Bid Schedule. If a pay Directional Drill Utility Placement is not specifically included Schedule, the quantity for which payment will be made shall be t required to complete the work. 4.02 PAYMENT A. Payment for Directional Drill Utility Placement shall be made a in the Bid Schedule. If a payment item for Directional Drill Ut not specifically included in the Bid Schedule, payment for the w this Section shall be included in the several unit and lump sum applicable items of work. END OF SECTION 107 Item # 7 Attachment number 1 Page 117 of 119 SECTION 02935 SODDING PART 1 - GENERAL 1.01 WORK INCLUDED A. The work specified in this section consists of the establishing within the areas indicated on the Drawings and/or areas disturbe activities, by the furnishing and placing of grass sod, fertiliz maintaining the sodded areas to assure a healthy stand of grass, PART 2 - PRODUCTS 2.01 GRASS SOD A. Grass sod shall match existing grass type and shall be well mat roots. The sod shall be taken up in rectangles, preferably 12-i shall be a minimum of 2-inches in thickness and shall be live, f at the time of planting. It shall be reasonably free of weeds a shall have a soil mat of sufficient thickness adhering firmly to withstand all necessary handling. The sod shall be planted as after being dug and shall be shaded and kept moist until it is p installed it shall be maintained until it is rooted, which will frequently 2.02 WATER FOR GRASSING A. The water used in the sodding operations may be obtained from a spring, pond, lake, stream or municipal water system. The water excess and harmful chemicals, acids, alkalies, or any substance harmful to plant growth or obnoxious to traffic. Salt water sha PART 3 - EXECUTION 3.01 PREPARATION OF GROUND A. The area over which the sod is to be placed shall be scarified suitable depth and then raked smooth and free from rocks or ston soil is sufficiently loose, the Owner's Representative, at his d authorize the elimination of ground preparation. 108 Item # 7 Attachment number 1 Page 118 of 119 3.03 PLACING SOD A. The sod shall be placed on the prepared surface, with edges in shall be firmly and smoothly embedded by light tamping with appr B. Where sodding is used in drainage ditches, the setting of the p staggered so as to avoid a continuous seam along the line of flo edges of such staggered areas, the offsets of individual strips inches. In order to prevent erosion caused by vertical edges at outer pieces of sod shall be tamped so as to produce a feathered C. On steep slopes, the Contractor shall, if so directed by the Ow prevent the sod from sliding by means of wooden pegs driven thro blocks into firm earth, at suitable intervals. D. Sod which has been cut for more than 72 hours shall not be used specifically authorized by the Owner's Representative after his Sod which is not planted within 24 hours after cutting shall be approved manner and maintained and properly moistened. Any piec which, after placing, show an appearance of extreme dryness shal and replaced by fresh, uninjured pieces. E. Sodding shall not be performed when weather and soil conditions Owner's Representative opinion, unsuitable for proper results. 3.04 WATERING A. The areas on which the sod is to be placed shall contain suffic determined by the Owner's Representative, for optimum results. placed, the sod shall be kept in a moist condition to the full d zone for at least 2 weeks. Thereafter, the Contractor shall app until the sod roots and starts to grow for a minimum of 60 days acceptance, whichever is latest). 3.05 MAINTENANCE A. The Contractor shall, at his expense, maintain the sodded areas condition until final acceptance of the project. Such maintenan repairing of any damaged areas and replacing areas in which the the grass stand does not appear to be developing satisfactorily. B. Replanting or repair necessary due to the Contractor's negligen failure to provide routine maintenance shall be at the Contracto 109 Item # 7 Attachment number 1 Page 119 of 119 Replanting necessary due to factors determined to be beyond the Contractor shall be paid for under the appropriate contract pay PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. The quantity of Sodding for which payment will be made shall be number of units measured in place and accepted. The units measu listed in the Bid Schedule. If a payment item for Sodding is no included in the Bid Schedule, the quantity for which payment wil be the quantity required to complete the work. 4.02 PAYMENT A. Payment for Sodding shall be made at the prices stated in the B payment item for Sodding is not specifically included in the Bid payment for the work specified in this Section shall be included and lump sum prices for all applicable items of work. END OF SECTION 110 Item # 7 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Authorize the negotiation of a three-year contract between the City and Montgomery Retirement Plan Advisors for the provision of advisor/consultant services to the City 457 Deferred Compensation Plans and the City 401a Money Purchase Pension plan at a total cost not to exceed $35,000 per year. (consent) SUMMARY: In May 2011, the City issued Request for Proposal (RFP) 17-11 seeking qualified firms with the ability to provide consulting services to the City in the administration of its 457 Deferred Compensation Plans and 401a Money Purchase Pension Plan. Responses to the RFP were received from 11 agencies. A City RFP evaluation committee met initially on August 10, 2011 to review and conduct a comparative analysis of the responses. The evaluation committee scored and ranked the responses, narrowing the list to four finalists. Criteria for the scoring included cost, ability to perform the requested services, experience with public sector retirement plans, and references. The RFP evaluation committee met on September 2, 2011 to receive presentations from and interview the four respondents to the RFP identified as finalists. One finalist declined and not considered by the evaluation committee. The committee then ranked the other three finalists based on their overall presentations. Montgomery Financial Services emerged with the highest ranking. Staff requests that Council authorize the City to enter into negotiations initially with Montgomery to serve as advisor/consultant to the City’s 457 and 401a plans. This is anticipated to be a three-year agreement at a cost not to exceed $35,000 per year. The cost for the balance of Fiscal Year 2011-2012 would be funded from Central Insurance Fund reserves and future year costs are to be budgeted in the Central Insurance Fund. 1) Office of Management and Budget 2) Legal 3) Clerk 4) Purchasing 5) Assistant City Manager 6) City Manager 7) Clerk Review Approval: Cover Memo Item # 8 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Authorize a contract between the City and CIGNA HealthCare for medical insurance under a fully insured, Shared Returns Minimum Premium funding arrangement for the period of January 1, 2012 to December 31, 2012 at a total cost not to exceed $13 million, and that City funds obtained through the federal Early Retiree Reimbursement Program be utilized to offset proposed increases and maintain current employee premiums and City funding levels. (consent) SUMMARY: The contract with the City’s current medical insurance provider, CIGNA HealthCare, expires on December 31, 2011. CIGNA presented an initial renewal offer to maintain the City’s existing plan options at an overall increase in cost of approximately $1.5 million. The City Benefits Committee, made up of representatives of all of the City’s employee groups and retirees, recommended that the City’s Agent of Record, the Gehring Group, negotiate with CIGNA and the other major carriers to achieve a more favorable proposal. Quotes for a fully-funded arrangement were submitted in response by CIGNA and United Healthcare only. After evaluating the proposals, the City Benefits Committee, by a unanimous vote of 15 to 0, elected to recommend to City Council that CIGNA be retained as the medical insurance provider for 2012. This proposal would result in the elimination of the City’s current OAP (POS) plan option, but would maintain the current OAPIN (base) plan option with a reduction in the single and family out-of-pocket maximum amounts and the addition of an out-of-network schedule of benefits at an increase of approximately 5% in employee premiums and City funding levels. The cost of this increase, in addition to the decrease in overall employee contributions attributable to the shift in participants from the buy-up to the base plan, would result in an increase in the City contribution of an estimated $568,000 for calendar year 2012, and require approximately $197,000 in additional funding in excess of budgeted for fiscal year 2012. The Benefits Committee recommends that the City utilize funds obtained from the federal Early Retiree Reimbursement Program (ERRP), to the extent available, to offset the proposed increase and maintain employee, retiree, and corresponding City employer contributions at current levels. Currently $283,458 in ERRP grant monies are available to fund this $197,000 increase, with additional monies anticipated in the coming months. Staff concurs with the Benefits Committee recommendations. Based on this recommendation, the calendar year 2012 cost for this scenario would be $13.0 million ($10.0 million City share, $1.7 million employee share, and $1.3 million retiree/cobra share). For fiscal year 2012, the City has budgeted $9,715,000 for approximately 1,475 full time positions for the City’s share of medical insurance coverage. The City’s estimated share of actual expenses for Fiscal Year 2012 per this recommendation is estimated at $9,912,000. The $197,000 difference would be funded from ERRP reserves during fiscal year 2012. This recommendation maintains the current funding strategy for City contributions to health care premiums to represent 100% of the cost for Employee Only, 75% of the cost for Employee plus One, and 68% of the cost for Employee plus Family coverage. Operating Expenditure Type: Cover Memo YesNone Current Year Budget?:Budget Adjustment: Item # 9 Budget Adjustment Comments: $10.3M Current Year Cost:Annual Operating Cost: $13M$13M Not to Exceed:Total Cost: 2011 to 2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 590-07000-545600-519-000 $9.9MIncludes ERRP funds 1) Office of Management and Budget 2) Human Resources 3) Office of Management and Budget 4) Human Resources 5) Office Review of Management and Budget 6) Legal 7) Clerk 8) Assistant City Manager 9) City Manager 10) Clerk Approval: Cover Memo Item # 9 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Amend Chapter 33, Section 33.058 of the Code of Ordinances to create an Idle Speed - No Wake Zone within the Clearwater Harbor Marina and pass Ordinance 8292-11 on the first reading. SUMMARY: Council requested and was given permission by the State to establish a Slow Speed - Minimum Wake Zone to include all waters from the western boundary of the Intracoastal Waterway (ICW) east to the shoreline from the Seminole Launch Ramp, including 500 feet south of the Memorial Causeway Bridge in 1999 (Resolution 99-21, Ordinance 4995-90, Permit 88-020). This wake zone was created to prevent potential hazards to boaters launching at the Seminole Launch Ramp. The established wake zone is not serving the intended purpose. Boaters travel at speed outside the current wake zone then throttle back at the last second. The problem is compounded now that the new Clearwater Harbor Marina has been built with docks on both the north and south sides of the Memorial Causeway Bridge. Funding from the Fish and Wildlife Conservation (FWC) helped pay for these docks and the size of the boater wakes have broken pile guide rollers and the remaining support brackets have dug crevices in the concrete pilings the floating wave attenuators ride on. In addition, vessels entering and exiting the ICW at the intersection of the Memorial Causeway Channel frequently propel their wakes into the Clearwater Harbor Marina docks due to having no speed restrictions in this channel at the eastbound approach to the ICW. The City has requested permission from the Fish and Wildlife Conservation Commission (FWC) to extend the existing Slow Speed – Minimum Wake Zone across the entire span of the bridge opening, shore to shore, and 275 yards north of the bridge west of Channel Marker 14 where it meets the ICW. South of the bridge, the City requested an extension of the zone 500 yards south of the bridge, east to the shore and west to Marina Channel 5 into the Marina Causeway Channel. Formerly, the Slow Speed – Minimum Wake Zone marker piling was within the proposed slips of the Clearwater Harbor Marina, which the City was given permission to remove and replace with a buoy further south during construction. The FWC has submitted the Slow Speed Minimum Wake Zone extension to their agenda scheduling process. In discussions with the FWC, they normally permit wake zones shoreline to shoreline, under and on approach to bridge structures. The previous bridge did not require this due to its design; the new bridge does. FWC has moved the City’s request up in priority but it will take at least a year to process. The FWC authorized our proceeding with designating the area within the Harbor Marina slip basin an Idle Speed – No Wake Zone. Besides alleviating some of the damage due to wakes, it would also help curtail commercial sightseeing vessels chasing dolphins into the basin. The Marine Advisory Board reviewed the matter and recommended these changes. Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager ED 5) City Manager 6) Clerk Cover Memo Item # 10 Attachment number 3 Page 1 of 1 Item # 10 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an agreement between the City of Clearwater (Licensor) and the United States Coast Guard Auxiliary, Flotilla 11-1 (Licensee) to utilize space located at 645 Pierce Street on an intermittent basis, for the period January 1, 2012 through December 31, 2012, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Licensor and Licensee entered into a contractual agreement for the Licensee to intermittently utilize space located at 645 Pierce Street during calendar year 2011. Due to a delay in the completion of the Licensee’s new headquarters/training location at Sand Key Park, Licensee requests the use of the space located at 645 Pierce Street on an intermittent basis, as outlined on Page 2 of the Agreement, during calendar year 2012. The Agreement defines the scope of responsibilities of the Parties concerning the use of the Clearwater Police Department District II Line-up Room (Premises), located at 645 Pierce Street, Clearwater, Florida. The City of Clearwater will be granting Licensee a license to occupy and use the Premises, subject to all the terms and conditions stated or referenced in the Agreement to include available parking areas. All activities of the Parties under the Agreement will be carried out in accordance with the terms and conditions outlined in the document. The Agreement will remain in effect during the 2012 calendar year while the Licensee is conducting its monthly meetings and public education programs (listed in paragraph 5. C. of the Agreement) and may be amended or modified by the mutual written consent of the Parties’ authorized representatives. The Clearwater Police Department shall, at all times, have priority use of the Premises for its own needs and may cancel any meeting or program, referred to in paragraph 5. C, due to an emergency necessitating the use of the Premises. The Agreement may be terminated at any time, upon thirty (30) days written notification, by either party. There are no costs/fees associated with the use of the Premises by the Licensee. Type:Other Current Year Budget?:None Budget Adjustment:None Budget Adjustment Comments: Current Year Cost:00.0 Annual Operating Cost:00.0 Not to Exceed:Total Cost:00.0 Cover Memo For Fiscal Year: to Item # 11 Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Attachment number 1 Page 1 of 4 Item # 11 Attachment number 1 Page 2 of 4 Item # 11 Attachment number 1 Page 3 of 4 Item # 11 Attachment number 1 Page 4 of 4 Item # 11 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an agreement in the amount of $484,290.00 with the Pinellas County Sheriff’s Office, Largo, Florida for latent fingerprint, crime scene processing services, evidence and property storage and Pinellas Juvenile Assessment Center services, during the one-year contract period, commencing October 1, 2011 through September 30, 2012, and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Sheriff’s Office (PCSO) and the Clearwater Police Department (CPD) began annual contractual agreement for services in January 1994. The agreement covers latent fingerprint examination, property/evidence storage, crime scene processing services and a share of security costs at the Pinellas Juvenile Assessment Center (PJAC). The total cost of the proposed Fiscal Year 2011/2012 agreement is $484,290.00, reflecting a 19% decrease in cost from the 2010/2011 contract for services primarily due to a contractual reduction in the calls for service requiring crime scene processing, and a reduction in the number of items submitted by the CPD to the Sheriff’s Office Property and Evidence Division. The proposed contractual agreement reflects the following breakout of costs: Fingerprint Services -$89,184 (1200 calls @ $74.32 per call); Forensic Science Services (Crime Scene Processing)- $242,604 (1200 calls @ $202.17 per call); Evidence and Property Service and Storage- $93,870 (9000 submissions @ $10.43 per submission); Pinellas Juvenile Assessment Center (PJAC)- $58,632 (698 bookings @$84 per booking). Requests for services in excess of the number of contractual calls will be invoiced separately. Additionally, at the end of the contract, any funds remaining from unused calls for service will be refunded to the city. Funding for this contractual agreement is available in the Police Department’s Fiscal Year 2011-2012 operating budget. Other Type: NoNone Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: 0.00484,290.00 Current Year Cost:Annual Operating Cost: 484,290.00 Not to Exceed:Total Cost: 2011 to 2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment Cover Memo 010-1155-530300-521-000 484,290.00 Item # 12 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Review Approval: Attachment number 1 Page 1 of 10 Item # 12 Attachment number 1 Page 2 of 10 Item # 12 Attachment number 1 Page 3 of 10 Item # 12 Attachment number 1 Page 4 of 10 Item # 12 Attachment number 1 Page 5 of 10 Item # 12 Attachment number 1 Page 6 of 10 Item # 12 Attachment number 1 Page 7 of 10 Item # 12 Attachment number 1 Page 8 of 10 Item # 12 Attachment number 1 Page 9 of 10 Item # 12 Attachment number 1 Page 10 of 10 Item # 12 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an agreement between Clearwater Towing Service, Incorporated, and the City of Clearwater to provide towing, transport, and, in some circumstances, storage services for Police Department directed towing, impounds, and vehicle seizures and authorize the appropriate officials to execute same. (consent) SUMMARY: In an effort to realize efficiencies within the Police Department, a Request for Proposal (RFP 21-11) was issued seeking a bifurcated tow system to accommodate virtually all of the towing and impound services offered to the Police Department. A five-member committee, comprised of employees from the Police Department, Traffic Engineering, and General Services, evaluated the five responses to RFP 21-11; one response was eliminated from consideration as not meeting the scope of the issued RFP. The Evaluation Committee ranked the four remaining responses; each response was judged based upon several factors, which included, but was not limited to overall quality of facilities, number and overall quality of the vendor’s equipment, ability to accommodate Police Department calls for services, and experience. Clearwater Towing Service, Incorporated (1955 Carroll Street, Clearwater), and ABC Towing and Recovery, Incorporated (23499 U.S. Highway 19 North, Clearwater), received the two highest rankings. The agreement will effectively eliminate the current rotational list maintained by the Police Department, but would not prohibit a citizen from requested towing services from a company of their choice, such as AAA. In addition to personnel efficiencies, the Police Department could realize a savings under the terms of the contract, relating to the removal of impounded and seized vehicles. In fiscal year 2009-2010, the Police Department paid slightly over $27,000 for costs associated with seized and impounded vehicles. Under the terms of this contract, vehicles would be seized or impounded at no cost to the Police Department. The agreement calls for an initial two (2) year term, effective November 1, 2011 through October 31, 2013, with three optional one (1) year extensions. There will be a minimal impact to the Police Department’s current and future operating budget(s) as a result of the agreement. Under the terms of the agreement, the respective vendors are to be paid the sum of $100.00 per vehicle that is stored on behalf of the Police Department for investigative purposes (maximum of five days storage). Each vendor will collect, and transfer to the Police Department, a $20.00 fee for administrative costs associated with vehicles that are impounded by the Police Department. Payments will be funded from the Department’s operating budget (projected: $1,500.00). Administrative fees collected will be credited to the General Fund. ABC Towing and Recovery, Incorporated, was unable to secure a lease agreement with the property owner of 23499 U.S. Highway 19 North, Clearwater. Subsequent negotiations have failed to produce a property that will fully meet the requirements of RFP 21-11. Staff recommendation is to employ a single vendor towing system, with Clearwater Towing Service, Incorporated, as the selected vendor. Cover Memo Other Type: Item # 13 NoneNone Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: 0.000.00 Current Year Cost:Annual Operating Cost: 0.00 Not to Exceed:Total Cost: to For Fiscal Year: RFP No Bid Required?:Bid Number: 21-11 None Other Bid / Contract:Bid Exceptions: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Review Approval: Cover Memo Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 Item # 13 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Accept a Multi-Use Trail Easement conveyed by Clearwater Housing Authority over a portion of Mary Land Subdivision, as more particularly described therein, given in consideration of receipt of $10.00 and the benefits to be derived therefrom. (consent) SUMMARY: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Review Approval: Cover Memo Item # 14 Attachment number 1 Page 1 of 4 Item # 14 Attachment number 1 Page 2 of 4 Item # 14 Attachment number 1 Page 3 of 4 Item # 14 Attachment number 1 Page 4 of 4 Item # 14 Attachment number 2 Page 1 of 1 LOCATION MAP: Multi-Use Trail Easement 78880 509 16 A 50 31/04 33500 97.8 5 506 515 A C 25 26232 2422212019 4 521 508 381.2 165 35 181.5 3 510 31/13 529 8 123 45 6 1 24 3 510 5 140.3 2 A 55062 1 1014 B 7 50 49 15 98 97.6 321.2 70 TURNER ST 50 50 50 50 49 49 49 97.8 600 135.7 92664 31/15 602 21 221413 15 181716 19 20 9 811 710 121415 1316 10' 604 34 202020 Water, Ingress/Egress 23 50506(S) 605 6670-1087 5 24' 3 78 97.8 910 611 12 606 1 B1 24 22 262524212019 1817 23 20 34 2020 330 608 Vac. 5535-1025 30' 610 140 5 3 30 N PINE ST Vac. 3743-359 609 612 330 4 5050 4997.8 5049 611 49 49 140 3 1246 ST 5 48662 5632-490 1100 701 B3 50 100 4998 97 Vac. 5535-1025 140 12 11 10 18 7 9 Blanket Water Easement 5925-1210 330 2 7 8 9 10 1112131415 16 22 S PINE ST Vac. 3743-359 24 3 30 708 21 710 4 25 2622 2423 21 20 18 B5 19 17 20 19171615 18 70 120 218.8 3 712 5 4 B6 714 55764 71918 20 8 9 13 15 17 16 6 ^14 10 11 50 12 5050 49 50 49 126.25 120 70 DRUID 102.4 51.2 120 800 20' 3504-660 801 802 1 804 34/03 818 A 816 C(C) 76356 10' Multi-Use 51.2 51.250 10 901 Trail Easement 10 50 91 25 100 York 40 902 903 50 A 904 C 15 906 ² Legend Name: 10' Multi-Use Trail Easement Parcel Boundary at the Northeast Corner of Druid Rd. Outside CLWTR City limits and Martin Luther King, Jr. Ave. Prepared by: Clearwater Service Area Item # 14 Engineering Department Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Map Gen By:Reviewed By:CRMTM Date:08/10/2011 Grid #:296A15-29S-15E S-T-R:Scale:N.T.S. Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Attachment number 3 Page 1 of 1 Item # 14 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the final plat for Harbourside Grande, 18167 U.S. Highway 19 North, located on the Southeast corner of U.S. Highway 19 and Belleair Road. (consent) SUMMARY: This plat will assemble 3 unplatted parcels and create 3 lots consisting of 9.06 acres. This property is currently an office park with a 6-story office building and the use will remain the same. The property is within the city limits of Clearwater and the current zoning is Commercial. The Development Order for the project was approved August 4, 2011. Review 1) Public Works Administration 2) Planning 3) Office of Management and Budget 4) Legal 5) Clerk 6) Assistant City Approval:Manager 7) City Manager 8) Clerk Cover Memo Item # 15 Attachment number 1 Page 1 of 1 Location Map DRUID Via Cipriani De DR ^ Via Murano ² Harbourside Grande Plat Prepared by: Engineering Department Geographic Technology Division Item # 15 100 S. Myrtle Ave, Clearwater, FL 33756 Reviewed By:326A S-T-R:N.T.S. Ph: (727)562-4750, Fax: (727)526-4755 Map Gen By:CRMTM Date:09/13/2011 Grid #:29-29s-16e Scale: www.MyClearwater.com Map Document: (V:\GIS\Engineering\Location Maps\Harbourside Grande LOC Map.mxd) 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the conveyance of a Perpetual Ingress and Egress Easement to Pinellas County over a 285 by 86 foot portion of a city-owned parcel along the northern property limits of Sand Key Park and along the south side of Clearwater Pass; and authorize the appropriate officials to execute same. (consent) SUMMARY: Pinellas County’s Coastal Management Division is coordinating plans with the U.S. Army Corps of Engineers to renourish a portion of Sand Key extending from just south of Sand Key Park to North Redington Beach. The purpose of the project, estimated at $35 million, is to replace approximately 1.2 million cubic yards of sand. The project is expected to commence November 2011, with completion in August 2012. The City granted the County authorization to temporarily use the same area under similar terms and conditions for a beach renourishment project in 2005. The County now requests that the City grant the easement in perpetuity to become periodically effective from time to time only while a County-funded beach renourishment project is underway. In each instance, authority for the County to utilize the subject easement commences with each project and terminates upon the completion of each project. The easement area crosses the City seawall providing the project contractor waterside access for offloading equipment and supplies. 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Review Approval: Cover Memo Item # 16 Attachment number 1 Page 1 of 2 Return to: Real Property Division Manager Pinellas County Real Estate Management Department 509 East Avenue Clearwater, FL 33756 PERPETUAL INGRESS AND EGRESS EASEMENT WITNESSETH, that in consideration of the mutual covenants contained herein, and for other good and valuable consideration, receipt of which is hereby acknowledged by the parties hereto, the CITY OF CLEARWATER, FLORIDA, a municipality located in Pinellas County, a perpetual easement and right-of-way in, on, over and across the land described below for the sole purpose of use by the County, its representatives, agents, and contractors as an ingress and egress as may be required from time to time in undertaking and completing funded Pinellas County Beach Erosion Control Projects (hereafter, for the preservation and protection of the public beaches of Sand Key and Clearwater Beach, being always compliant time to time; reserving, however, to the City, its successors and assigns, all such rights and privileges as may be used without interfering with or abridging the easement granted hereby; subject however, to existing easements for public roads and highways, public utilities, railroads and pipelines, and any other easements of record in, on, over and across the following described property, to wit: Access to jetty along the northern property limits of Sand Key Park and along the south side of Clearwater Channel more particularly described in EXHIBIT attached hereto. In each and every instance authority for the County to take possession of the above described lands shall commence upon the first date on which machinery, equipment, materials, supplies, or other property is moved across the land by or on behalf of the County or their representatives, agents or contractors in the undertaking of a Renourishment Project, and shall extend to and terminate upon completion of each Renourishment Project. Prior to each effective date of authority conveyed hereby, authorized County and City representatives shall jointly physically inspect, video survey and document the then existing condition of the seawall extending within the limits of the herein described lands. Upon completion of each and every Renourishment Project the land shall be vacated and all machinery, equipment, tools, rubbish, vehicles, and other property of the County or their agents, representatives, and contractors located on the land shall be removed at no expense to the City, and the land and seawall shall be promptly restored at no cost to the City to as good as or better condition than that which existed upon commencement of each and every Renourishment Project. Item # 16 Attachment number 1 Page 2 of 2 Page 2 Perpetual Ingress & Egress Easement Parties: City of Clearwater, Florida & Pinellas County, Florida Except for those acts reasonably necessary to accomplish the purposes of this Easement, Grantee covenants not to do any acts or things, which it could reasonably expect to premises. With respect to any person not a party to this Easement, this paragraph shall not be construed as a waiver of any defense or limitation available to the Grantor or Grantee pursuant to Florida Statutes, Section 768.28 as now in effect or as may be amended from time to time. IN WITNESS WHEREOF, the said Grantor has caused this easement to be signed in its name by its proper officers thereunto duly authorized, their signatures properly attested, and its official seal to be hereunto affixed this ________ day of __________________, 2011. Countersigned: CITY OF CLEARWATER, FLORIDA ____________________________ By: ____________________________ Frank V. Hibbard, Mayor William B. Horne, II, City Manager Approved as to form: Attest: ____________________________ ____________________________ Laura Mahony Rosemarie Call, City Clerk Assistant City Attorney STATE OF FLORIDA : : ss COUNTY OF PINELLAS : BEFORE ME, the undersigned, personally appeared Frank V. Hibbard, the Mayor of the City of Clearwater, Florida, who executed the foregoing instrument and acknowledged the execution thereof to be his free act and deed for the use and purposes herein set forth, and who is personally known to me. WITNESS my hand and official seal this ____ day of ____________, 2011. _________________________________ My commission expires: Notary Public _________________________________ Print/Type Name Item # 16 Attachment number 2 Page 1 of 3 A Item # 16 Attachment number 2 Page 2 of 3 A Item # 16 Attachment number 2 Page 3 of 3 Item # 16 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract (purchase order) to American Lighting of Dover, Florida, for construction of the Gulf To Bay Blvd./Highland Ave. Traffic Signalization Project (10-0005-EN) in the amount of $261,967.00, which is the lowest responsible bid received in accordance with the plans and specifications, and authorize the appropriate officials to execute same. (consent) SUMMARY: Replace the existing span wire/concrete pole signalization at the FDOT (Florida Department of Transportation) intersection of Gulf-To-Bay Blvd./Court St./Highland Ave. with mast arm signal structures to meet FDOT standards per the plans. There shall be a total of three uprights and three arms along with new pedestrian features, conduits, pedestrian refuge islands, and crosswalks. This project is being constructed in conjunction with the City's Gulf –To-Bay Blvd./Highland Ave. Improvements (East Gateway) Project. There shall be coordination between both contractors, the City's Construction Division, Traffic Operations, and FDOT as needed. Three FDOT certified traffic signal contractors purchased plans and specifications for the project and bids ranged from the low bid of $261,967.00 to the high bid of $286,908.80. Construction will start following award of contract, shop drawing review, ordering of custom length mast arms, and mobilization. Construction is anticipated to take up to six months, including shop drawing and mast arm fabrication/delivery times. Upon completion, the signalization will continue to be maintained by the Traffic Operations Division under agreements with FDOT and the Interlocal Agreement with Pinellas County concerning designated ATMS corridors. Sidewalks, signage, markings, and roadway improvements on respective rights-of-way shall be maintained by the City's Public Services department and FDOT Pinellas Maintenance. Sufficient budget is available in Capital Improvement Program project 0315-92270, Gulf to Bay/Highland Improvements in the amount of $261,967.00. Capital expenditure Type: YesNone Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: See summary $261,967.00$0.00 Current Year Cost:Annual Operating Cost: $261,967.00$261,967.00 Not to Exceed:Total Cost: 2011 to 2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment Cover Memo 0315-92270-563700-541-$261,967.00See summary Item # 17 000-0000 1) Legal 2) Clerk 3) Assistant City Manager 4) City Manager 5) Clerk Review Approval: Attachment number 2 Page 1 of 18 Item # 17 Attachment number 2 Page 2 of 18 Item # 17 Attachment number 2 Page 3 of 18 Item # 17 Attachment number 2 Page 4 of 18 Item # 17 Attachment number 2 Page 5 of 18 Item # 17 Attachment number 2 Page 6 of 18 Item # 17 Attachment number 2 Page 7 of 18 Item # 17 Attachment number 2 Page 8 of 18 Item # 17 Attachment number 2 Page 9 of 18 Item # 17 Attachment number 2 Page 10 of 18 Item # 17 Attachment number 2 Page 11 of 18 Item # 17 Attachment number 2 Page 12 of 18 Item # 17 Attachment number 2 Page 13 of 18 Item # 17 Attachment number 2 Page 14 of 18 Item # 17 Attachment number 2 Page 15 of 18 Item # 17 Attachment number 2 Page 16 of 18 Item # 17 Attachment number 2 Page 17 of 18 Item # 17 Attachment number 2 Page 18 of 18 Item # 17 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a Work Order to Atkins North America Inc., Engineer of Record (EOR), in the amount of $107,736.20 for design of Jeffords Street Outfall and approve a Cooperative Funding Agreement between the Southwest Florida Water Management District (SWFWMD) and the City of Clearwater for Implementation of BMPS in the Coastal Zone 1 Watershed at Jeffords Street (N270) in the amount of $200,000 and authorize the appropriate officials to execute same. (consent) SUMMARY: The existing Jeffords Street Outfall is in Coastal Basin 1 and consists of grated inlets discharging into 1100 feet of 15 inch vitrified clay pipe with the last 450 feet discharging through private property. This system collects stormwater from the area between Magnolia Street and Jeffords Street and from Bay Avenue to St Josephs Sound. The existing grated inlets clog up with leaves and debris, then the overflow washes the leaves and debris overland into Clearwater Harbor. The replacement of this system will provide open throat inlets, relocate the system into the city's right of way and improve water quality by utilizing a stormwater treatment structure to collect the leaves and debris.The Work Order to Atkins is for the design of a stormwater conveyance and outfall system. SWFWMD is funding an equal share up to 50% of the entire costs of the project up to $400,000 for maximum reimbursement, up to $200,000 for design and construction costs. First quarter budget amendments will establish Capital Improvement Program project 0315-96177, Jeffords Street Outfall with $200,000 of SWFWMD budget only and transfer $200,000 of Stormwater Utility Revenue from 0315-96170, Coastal Basins Projects to fund the project and work order. Capital expenditure Type: NoYes Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: See Summary $107,736.20 Current Year Cost:Annual Operating Cost: $107,736.20$107,736.20 Not to Exceed:Total Cost: 2011 to 2012 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 0315-96177-561200-539-$107,736.20See summary 000-0000 No Bid Required?:Bid Number: None Other Bid / Contract:Bid Exceptions: Cover Memo 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Review Approval: Item # 18 Attachment number 1 Page 1 of 13 Item # 18 Attachment number 1 Page 2 of 13 Item # 18 Attachment number 1 Page 3 of 13 Item # 18 Attachment number 1 Page 4 of 13 Item # 18 Attachment number 1 Page 5 of 13 Item # 18 Attachment number 1 Page 6 of 13 Item # 18 Attachment number 1 Page 7 of 13 Item # 18 Attachment number 1 Page 8 of 13 Item # 18 Attachment number 1 Page 9 of 13 Item # 18 Attachment number 1 Page 10 of 13 Item # 18 Attachment number 1 Page 11 of 13 Item # 18 Attachment number 1 Page 12 of 13 Item # 18 Attachment number 1 Page 13 of 13 Item # 18 Attachment number 2 Page 1 of 7 Item # 18 Attachment number 2 Page 2 of 7 Item # 18 Attachment number 2 Page 3 of 7 Item # 18 Attachment number 2 Page 4 of 7 Item # 18 Attachment number 2 Page 5 of 7 Item # 18 Attachment number 2 Page 6 of 7 Item # 18 Attachment number 2 Page 7 of 7 Item # 18 Attachment number 3 Page 1 of 1 Jeffords Street Outfall Improvements DRUID RD xx x x to be removed - Proprosed Route of the Jeffords Street Outfall Improvements displayed ² in bold red. - Existing Stormwater structures and associated pipes displayed in green and blue. Prepared by: MRH11/19/2009 Drawn By:Reviewed By:Date: Engineering Department Item # 18 Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 16-29s-15eN.T.S. Grid #:S - T - R:Scale: 295A/B Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Map Document: (V:\GIS\Stormwater\Stormwater Location Maps) 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Ratify and Confirm Change Order Four and Final to R.A.M. Excavating, Inc. for Morningside Neighborhood Traffic Calming Project 07-0008-EN, an increase in the amount of $47,707.03 for a new contract value of $1,630,192.25 and add 73 calendar days to the contract. (consent) SUMMARY: This project was completed on September 8, which is 73 days over the completion date of June 27, 2011. Project went over the estimated completion date due to delays in service connections for electrical power at two mini roundabouts and three roundabouts for uplighting and street lighting as well as various utility conflicts detailed in earlier change order two. Maintenance of all infrastructure and landscaping is by various operating departments of the city including Traffic Operations, Parks and Recreation, and Utilities. Sufficient budget is available in Capital Improvement Program projects 0315-92259, Traffic Calming, in the amount of $52,844.03 and 0315-92273, Streets and Sidewalks in the amount of $1,397.00 offset by a decrease in Stormwater in the amount of (6,534.00) for total funding in the amount of $47,707.03. Capital expenditure Type: YesNo Current Year Budget?:Budget Adjustment: Budget Adjustment Comments: See summary $47,707.03 Current Year Cost:Annual Operating Cost: $47,707.03$47,707.03 Not to Exceed:Total Cost: 2010 to 211 For Fiscal Year: Appropriation CodeAmountAppropriation Comment 0315-92146-563700-541-$52,844.03 See summary 000-0000 0315-92273-563700-541-$ 1,397.00 See summary 000-0000 0315-96124-563700-539-( 6,534.00)See summary 000-0000 1) Engineering 2) Financial Services 3) Office of Management and Budget 4) Legal 5) Clerk 6) Assistant City Review Manager 7) City Manager 8) Clerk Approval: Cover Memo Item # 19 Attachment number 1 Page 1 of 5 Item # 19 Attachment number 1 Page 2 of 5 Item # 19 Attachment number 1 Page 3 of 5 Item # 19 Attachment number 1 Page 4 of 5 Item # 19 Attachment number 1 Page 5 of 5 Item # 19 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Accept Public Utilities Department efficiency review report from HDR Engineering, Inc. (WSO) SUMMARY: Cover Memo Item # 20 Type:Other Current Year Budget?:None Budget Adjustment:None Budget Adjustment Comments: Current Year Cost:Annual Operating Cost: Not to Exceed:Total Cost: For Fiscal Year: to Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Cover Memo Item # 20 Attachment number 1 Page 1 of 162 Item # 20 Attachment number 1 Page 2 of 162 Item # 20 Attachment number 1 Page 3 of 162 Item # 20 Attachment number 1 Page 4 of 162 Item # 20 Attachment number 1 Page 5 of 162 Item # 20 Attachment number 1 Page 6 of 162 Item # 20 Attachment number 1 Page 7 of 162 Item # 20 Attachment number 1 Page 8 of 162 Item # 20 Attachment number 1 Page 9 of 162 Item # 20 Attachment number 1 Page 10 of 162 Item # 20 Attachment number 1 Page 11 of 162 Item # 20 Attachment number 1 Page 12 of 162 Item # 20 Attachment number 1 Page 13 of 162 Item # 20 Attachment number 1 Page 14 of 162 Item # 20 Attachment number 1 Page 16 of 162 Item # 20 Attachment number 1 Page 17 of 162 Item # 20 Attachment number 1 Page 18 of 162 Item # 20 Attachment number 1 Page 19 of 162 Item # 20 Attachment number 1 Page 20 of 162 Item # 20 Attachment number 1 Page 22 of 162 Item # 20 Attachment number 1 Page 23 of 162 Item # 20 Attachment number 1 Page 24 of 162 Item # 20 Attachment number 1 Page 25 of 162 Item # 20 Attachment number 1 Page 26 of 162 Item # 20 Attachment number 1 Page 27 of 162 Item # 20 Attachment number 1 Page 28 of 162 Item # 20 Attachment number 1 Page 29 of 162 Item # 20 Attachment number 1 Page 30 of 162 Item # 20 Attachment number 1 Page 31 of 162 Item # 20 Attachment number 1 Page 32 of 162 Item # 20 Attachment number 1 Page 33 of 162 Item # 20 Attachment number 1 Page 34 of 162 Item # 20 Attachment number 1 Page 35 of 162 Item # 20 Attachment number 1 Page 36 of 162 Item # 20 Attachment number 1 Page 37 of 162 Item # 20 Attachment number 1 Page 38 of 162 Item # 20 Attachment number 1 Page 39 of 162 Item # 20 Attachment number 1 Page 40 of 162 Item # 20 Attachment number 1 Page 41 of 162 Item # 20 Attachment number 1 Page 42 of 162 Item # 20 Attachment number 1 Page 43 of 162 Item # 20 Attachment number 1 Page 44 of 162 Item # 20 Attachment number 1 Page 45 of 162 Item # 20 Attachment number 1 Page 46 of 162 Item # 20 Attachment number 1 Page 47 of 162 Item # 20 Attachment number 1 Page 48 of 162 Item # 20 Attachment number 1 Page 49 of 162 Item # 20 Attachment number 1 Page 50 of 162 Item # 20 Attachment number 1 Page 51 of 162 Item # 20 Attachment number 1 Page 52 of 162 Item # 20 Attachment number 1 Page 53 of 162 Item # 20 Attachment number 1 Page 54 of 162 Item # 20 Attachment number 1 Page 55 of 162 Item # 20 Attachment number 1 Page 56 of 162 Item # 20 Attachment number 1 Page 57 of 162 Item # 20 Attachment number 1 Page 58 of 162 Item # 20 Attachment number 1 Page 59 of 162 Item # 20 Attachment number 1 Page 60 of 162 Item # 20 Attachment number 1 Page 61 of 162 Item # 20 Attachment number 1 Page 62 of 162 Item # 20 Attachment number 1 Page 63 of 162 Item # 20 Attachment number 1 Page 64 of 162 Item # 20 Attachment number 1 Page 65 of 162 Item # 20 Attachment number 1 Page 66 of 162 Item # 20 Attachment number 1 Page 67 of 162 Item # 20 Attachment number 1 Page 68 of 162 Item # 20 Attachment number 1 Page 69 of 162 Item # 20 Attachment number 1 Page 70 of 162 Item # 20 Attachment number 1 Page 71 of 162 Item # 20 Attachment number 1 Page 72 of 162 Item # 20 Attachment number 1 Page 73 of 162 Item # 20 Attachment number 1 Page 74 of 162 Item # 20 Attachment number 1 Page 75 of 162 Item # 20 Attachment number 1 Page 76 of 162 Item # 20 Attachment number 1 Page 77 of 162 Item # 20 Attachment number 1 Page 78 of 162 Item # 20 Attachment number 1 Page 79 of 162 Item # 20 Attachment number 1 Page 80 of 162 Item # 20 Attachment number 1 Page 81 of 162 Item # 20 Attachment number 1 Page 82 of 162 Item # 20 Attachment number 1 Page 83 of 162 Item # 20 Attachment number 1 Page 84 of 162 Item # 20 Attachment number 1 Page 85 of 162 Item # 20 Attachment number 1 Page 86 of 162 Item # 20 Attachment number 1 Page 87 of 162 Item # 20 Attachment number 1 Page 88 of 162 Item # 20 Attachment number 1 Page 89 of 162 Item # 20 Attachment number 1 Page 90 of 162 Item # 20 Attachment number 1 Page 91 of 162 Item # 20 Attachment number 1 Page 92 of 162 Item # 20 Attachment number 1 Page 93 of 162 Item # 20 Attachment number 1 Page 94 of 162 Item # 20 Attachment number 1 Page 95 of 162 Item # 20 Attachment number 1 Page 96 of 162 Item # 20 Attachment number 1 Page 97 of 162 Item # 20 Attachment number 1 Page 98 of 162 Item # 20 Attachment number 1 Page 99 of 162 Item # 20 Attachment number 1 Page 100 of 162 Item # 20 Attachment number 1 Page 101 of 162 Item # 20 Attachment number 1 Page 102 of 162 Item # 20 Attachment number 1 Page 103 of 162 Item # 20 Attachment number 1 Page 104 of 162 Item # 20 Attachment number 1 Page 105 of 162 Item # 20 Attachment number 1 Page 106 of 162 Item # 20 Attachment number 1 Page 107 of 162 Item # 20 Attachment number 1 Page 108 of 162 Item # 20 Attachment number 1 Page 109 of 162 Item # 20 Attachment number 1 Page 110 of 162 Item # 20 Attachment number 1 Page 111 of 162 Item # 20 Attachment number 1 Page 112 of 162 Item # 20 Attachment number 1 Page 113 of 162 Item # 20 Attachment number 1 Page 114 of 162 Item # 20 Attachment number 1 Page 115 of 162 Item # 20 Attachment number 1 Page 116 of 162 Item # 20 Attachment number 1 Page 117 of 162 Item # 20 Attachment number 1 Page 118 of 162 Item # 20 Attachment number 1 Page 119 of 162 Item # 20 Attachment number 1 Page 120 of 162 Item # 20 Attachment number 1 Page 121 of 162 Item # 20 Attachment number 1 Page 122 of 162 Item # 20 Attachment number 1 Page 123 of 162 Item # 20 Attachment number 1 Page 124 of 162 Item # 20 Attachment number 1 Page 125 of 162 Item # 20 Attachment number 1 Page 126 of 162 Item # 20 Attachment number 1 Page 127 of 162 Item # 20 Attachment number 1 Page 128 of 162 Item # 20 Attachment number 1 Page 129 of 162 Item # 20 Attachment number 1 Page 130 of 162 Item # 20 Attachment number 1 Page 131 of 162 Item # 20 Attachment number 1 Page 132 of 162 Item # 20 Attachment number 1 Page 133 of 162 Item # 20 Attachment number 1 Page 134 of 162 Item # 20 Attachment number 1 Page 135 of 162 Item # 20 Attachment number 1 Page 136 of 162 Item # 20 Attachment number 1 Page 137 of 162 Item # 20 Attachment number 1 Page 138 of 162 Item # 20 Attachment number 1 Page 139 of 162 Item # 20 Attachment number 1 Page 140 of 162 Item # 20 Attachment number 1 Page 141 of 162 Item # 20 Attachment number 1 Page 142 of 162 Item # 20 Attachment number 1 Page 143 of 162 Item # 20 Attachment number 1 Page 144 of 162 Item # 20 Attachment number 1 Page 145 of 162 Item # 20 Attachment number 1 Page 146 of 162 Item # 20 Attachment number 1 Page 147 of 162 Item # 20 Attachment number 1 Page 148 of 162 Item # 20 Attachment number 1 Page 149 of 162 Item # 20 Attachment number 1 Page 150 of 162 Item # 20 Attachment number 1 Page 151 of 162 Item # 20 Attachment number 1 Page 152 of 162 Item # 20 Attachment number 1 Page 153 of 162 Item # 20 Attachment number 1 Page 154 of 162 Item # 20 Attachment number 1 Page 155 of 162 Item # 20 Attachment number 1 Page 156 of 162 Item # 20 Attachment number 1 Page 157 of 162 Item # 20 Clearwater Metrics 08-25-11Clearwater Metrics 08-25-11Summary Allocated ExpSummary Allocated Exp 8/29/20118/29/2011Page 1 of 1Page 1 of 1 Attachment number 1 Page 158 of 162 Item # 20 Attachment number 1 Page 159 of 162 Item # 20 Attachment number 1 Page 160 of 162 Item # 20 Attachment number 1 Page 161 of 162 Item # 20 Attachment number 1 Page 162 of 162 Item # 20 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a Future Land Use Map Amendment from the Transportation/Utility (T/U) classification to the Industrial Limited (IL) Classification and a Zoning Atlas Amendment from the Institutional (I) District to the Industrial, Research and Technology (IRT) District for property located at 1020 North Hercules Avenue (consisting of a portion of the Northwest 1/4 of Section 12, Township 29 South, Range 15 East), and pass Ordinances 8281-11 and 8282-11 on first reading.(LUP2011-07002 and REZ2011-07004) SUMMARY: This future land use map amendment and rezoning application involves a 0.99 acre site, located on the southwest corner of North Hercules Avenue and Palmetto Street. This property has a Future Land Use Map classification of Transportation/Utility (T/U) and zoning designation of Institutional (I). The applicant is requesting to amend the future land use classification to the Industrial Limited (IL) classification and the zoning district to the Industrial, Research and Technology (IRT) District. The property is owned by the City of Clearwater and is currently being redeveloped by Clearwater Gas Station as a compressed natural gas filling station limited to municipal vehicle use (governmental use). There is a gate station (i.e., above ground gas piping, valves, and regulators) which will remain on the southern portion of the property. The requested amendments are necessary so that Clearwater Gas System can operate the facility as an automobile service station use, allowing the public to purchase compressed natural gas at the facility. The station is designed to have four dispensers, servicing up to eight vehicles, and will be unmanned. The Planning and Development Department has determined that the proposed future land use map amendment and zoning atlas amendment is consistent with the Community Development Code as specified below: The proposed amendment is consistent with the Comprehensive Plan, the Countywide Plan Rules, and the Community Development Code. The proposed amendment is compatible with the surrounding property and character of the neighborhood. The available uses in the Industrial, Research and Technology (IRT) District are compatible with the surrounding area. In accordance with the Countywide Plan Rules, the land use plan amendment is subject to the approval of the Pinellas Planning Council and the Board of County Commissioners acting as the Countywide Planning Authority. The application is a small-scale amendment so review and approval by the Florida Department of Economic Opportunity (Division of Community Planning) is not required. The Community Development Board reviewed the Future Land Use Plan amendment and rezoning applications at its public hearing on September 20, 2011 and unanimously recommended approval. Review Approval:1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) City Manager 6) Clerk Cover Memo Item # 21 Attachment number 1 Page 1 of 8 Item # 21 Attachment number 1 Page 2 of 8 Item # 21 Attachment number 1 Page 3 of 8 Item # 21 Attachment number 1 Page 4 of 8 Item # 21 Attachment number 1 Page 5 of 8 Item # 21 Attachment number 1 Page 6 of 8 Item # 21 Attachment number 1 Page 7 of 8 Item # 21 Attachment number 1 Page 8 of 8 Item # 21 Attachment number 2 Page 1 of 7 Item # 21 Attachment number 2 Page 2 of 7 Item # 21 Attachment number 2 Page 3 of 7 Item # 21 Attachment number 2 Page 4 of 7 Item # 21 Attachment number 2 Page 5 of 7 Item # 21 Attachment number 2 Page 6 of 7 Item # 21 Attachment number 2 Page 7 of 7 Item # 21 Attachment number 3 Page 1 of 6 PROJECT SITE ^ LOCATION MAP LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A S:\Planning Department\C D B\Land Use Amendments\Land Use Amendments\Hercules Avenue N 1020 LUP2011-07002 - Clearwater Item # 21 Gas System\Maps\LUP2011-07002 LOCATION MAP.doc Attachment number 3 Page 2 of 6 AERIAL PHOTOGRAPH LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A S:\Planning Department\C D B\Land Use Amendments\Land Use Amendments\Hercules Avenue N 1020 LUP2011-07002 - Clearwater Item # 21 Gas System\Maps\LUP2011-07002 AERIAL PHOTOGRAPH.doc Attachment number 3 Page 3 of 6 IL IL IL IL T/U IL R/OG I T/U FUTURE LAND USE MAP LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A S:\Planning Department\C D B\Land Use Amendments\Land Use Amendments\Hercules Avenue N 1020 LUP2011-07002 - Clearwater Item # 21 Gas System\Maps\LUP2011-07002 FUTURE LAND USE MAP.doc Attachment number 3 Page 4 of 6 IRT IRT I IRT I O I ZONING MAP LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A S:\Planning Department\C D B\Land Use Amendments\Land Use Amendments\Hercules Avenue N 1020 LUP2011-07002 - Clearwater Item # 21 Gas System\Maps\LUP2011-07002 ZONING MAP.doc Attachment number 3 Page 5 of 6 1185 1212 A 2.98 C(C) 1175 Retail Industrial 1169 1163 AVENUE 1069 1065 1059 Private 1055 TRACT A C(C) A C(C) Utility "B"Retail Natural Gas Clearwater Air Park 1020 Retail Fueling 13/18 TRACT A Offices 1001 Station 1010 215 SEE N12-29-15 FOR PARCEL INFO Office 1 901 901 G A 38240 Clearwater Air Park 901 901 901 901 FD ECB 861 98940 851 2 831 1 Office 8 7 701 EXISTING SURROUNDING USES LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A S:\Planning Department\C D B\Zoning Atlas Amendments\REZ 2011\He07004 - Clearwater Gas Item # 21 System\Maps\REZ2011-07004 EXISTING SURROUNDING USES MAP.doc Attachment number 3 Page 6 of 6 View looking west at the subject property, 1020 North Hercules East of the subject property, on North Hercules Avenue Avenue North of the subject property, on North Hercules AvenueSouth of the subject property, on North Hercules Avenue, Clearwater Air Park View looking northerly along North Hercules AvenueView looking southerly along North Hercules Avenue LUP2011-07002 and REZ2011-07004 Clearwater Gas System 1020 North Hercules Avenue Item # 21 Attachment number 4 Page 1 of 4 ORDINANCE NO. 8281-11 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO CHANGE THE LAND USE DESIGNATION FOR CERTAIN REAL PROPERTY LOCATED AT NORTHWEST CORNER OF NORTH HERCULES AVENUE AND PALMETTO STREET ADJACENT TO CLEARWATER AIR PARK, CONSISTING OF A PORTION OF THE NORTHWEST ¼ OF SECTION 12, TOWNSHIP 29 SOUTH, RANGE 15 EAST, PINELLAS COUNTY, FLORIDA, SAID PARCEL ALSO BEING A PORTION OF REPLAT OF BLOCKS 1 THROUGH 19 OF MARYMONT, WHOSE POST OFFICE ADDRESS IS 1020 NORTH HERCULES AVENUE; FROM TRANSPORTATION/UTILITY (T/U), TO INDUSTRIAL LIMITED (IL); 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 as follows: Property Land Use Category See Exhibit “A” From: Transportation/Utility (T/U) To: Industrial Limited (IL) (LUP2011-07002) The map attached as Exhibit “B” is hereby incorporated by refere 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, subject to the approval of the land use designation by the Pinellas County Board of County Commissioners, and subject to a determination by the State of Florida, as appropriate, of compliance with the applicable requirements of the Local Government Comprehensive Plnning and Land Development Regulation Act, pursuant to § 163.3189, Florida Statutes. The Community Development Coordinator is authorized to transmit to the Pinellas County Planning Council an application to amend the Countywide Plan in order to achieve consistency with the Future Land Use Plan Element of the City’s Comprehensive Plan as amended by his ordinance. Item # 21 Ordinance No. 8281-11 Attachment number 4 Page 2 of 4 PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Frank V. Hibbard Mayor Approved as to form: Attest: ____________________________ ___________________________ Leslie K. Dougall-Sides Rosemarie Call Assistant City Attorney City Clerk Item # 21 Ordinance No. 8281-11 Attachment number 4 Page 3 of 4 Item # 21 Attachment number 4 Page 4 of 4 IL IL IL IL T/U IL R/OG I T/U FUTURE LAND USE MAP LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A Item # 21 Ord. 8281-11 Exhibit B Attachment number 5 Page 1 of 3 ORDINANCE NO. 8282-11 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY REZONING CERTAIN PROPERTY LOCATED AT NORTHWEST CORNER OF NORTH HERCULES AVENUE AND PALMETTO STREET ADJACENT TO CLEARWATER AIR PARK, CONSISTING OF A PORTION OF THE NORTHWEST ¼ OF SECTION 12, TOWNSHIP 29 SOUTH, RANGE 15 EAST, PINELLAS COUNTY, FLORIDA, SAID PARCEL ALSO BEING A PORTION OF REPLAT OF BLOCKS 1 THROUGH 19 OF MARYMONT, WHOSE POST OFFICE ADDRESS IS 1020 NORTH HERCULES AVENUE; FROM INSTITUTIONAL (I) TO INDUSTRIAL, RESEARCH AND TECHNOLOGY (IRT); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the zoning atlas 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 following described property in Clearwater, Florida, is hereby rezoned, and the zoning atlas of the City is amended as follows: Property Zoning District See Exhibit “A” From: Institutional (I) (REZ2011- 07004) To: Industrial, Research and Technology (IRT) 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. Section 3. This ordinance shall take effect immediately upon adoption, subject to the approval of the land use designation set forth in Ordinance No. 8281-11 by the Pinellas County Board of County Commissioners, and subject to a determination by the State of Florida, as appropriate, of compliance with the applicable requirements of the Local Government Comprehensive Planning and Land Development Regulation Act, pursuant to §163.3189, Florida Statutes. PASSED ON FIRST READING _____________________________ PASSED ON SECOND AND FINAL _____________________________ READING AND ADOPTED ___________________________________ Frank V. Hibbard Mayor Approved as to form: Attest: ______________________________ ___________________________________ Leslie K. Dougall-Sides Rosemarie Call Assistant City Attorney City Clerk Item # 21 Ordinance No. 8282-11 Attachment number 5 Page 2 of 3 Item # 21 Attachment number 5 Page 3 of 3 IRT IRT I IRT I O I ZONING MAP LUP2011-07002 Owners: City of Clearwater Case: REZ2011-07004 Property Site: 1020 N Hercules Avenue 0.99 acres Size(Acres): Land Use Zoning 12-29-15-55836-002-0001 PIN: 12-29-15-55836-001-0005 12-29-15-55836-001-0013 From : T/U I To: IL IRT Atlas Page: 271A Item # 21 Ordinance 8282-11 Exhibit B Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Appoint members to the Municipal Code Enforcement Board with terms to expire October 31, 2014. SUMMARY: APPOINTMENT WORKSHEET BOARD: Municipal Code Enforcement Board TERM: 3 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: Whenever possible, this Board shall include an architect, engineer, businessperson, general contractor, sub-contractor & a realtor MEMBERS: 7 CHAIRPERSON: Michael Boutzoukas MEETING DATES: 4th Wed., 1:30 p.m. Nov. and Dec. - TBA APPOINTMENTS NEEDED: 3 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. Michael Boutzoukas – 2433 Bond Avenue, 33759 – Attorney Original Appointment: 10/15/08 (1st term expires 10/31/11) Interest in Reappointment: Yes (1 absence in the past year) 2. Phillip J. Locke – 3332 Hunt Club Dr., 33761 – Civil Engineer st Original Appointment: 3/6/08 (1 term expires 10/31/11) Interest in Reappointment: No 3. Donald van Weezel – 1290 Gulf Blvd., #1408, 33767 – Consultant/BA Economics & Business Original Appointment: 3/4/10 (filling remainder of unexpired term until 10/31/11) Interest in Reappointment: Yes (2 absences in the past year) THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: 1. Nino Accetta – 2724 Via Murano Unit 626, 33764 – Business owner/Banking 2. Michael J. Riordon – 210 N. Betty Ln., 33755 – Retail 3. Herb Quintero – 515 Windward Passage, 33767 – Contractor Zip codes of current members: 1 at 33755; 2 at 33759; 1 at 33761 & 3 at 33767 Cover Memo Current Categories: 1 Attorney Item # 22 1 Civil Engineer 1 Clearwater Beach Chamber of Commerce 1 Consultant/BA Economics & Business 1 Ins. Claims Adjuster 1 Retired/BA Inst. Court Management 1 Retired/BA Political Science Review Approval:1) City Manager 2) Clerk Cover Memo Item # 22 Attachment number 1 Page 1 of 2 Item # 22 Attachment number 1 Page 2 of 2 Item # 22 Attachment number 2 Page 1 of 3 Item # 22 Attachment number 2 Page 2 of 3 Item # 22 Attachment number 3 Page 1 of 3 Item # 22 Attachment number 3 Page 2 of 3 Item # 22 Attachment number 4 Page 1 of 3 Item # 22 Attachment number 4 Page 2 of 3 Item # 22 Attachment number 5 Page 1 of 3 Item # 22 Attachment number 5 Page 2 of 3 Item # 22 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the 2012 State Legislative Package. (consent) SUMMARY: The 2012 State Legislative Package includes supporting continued funding for programs that benefit municipalities statewide, such as the Florida Recreation Development Assistance Program (FRDAP) and State Aid to Libraries and full funding of the housing trust funds under the Sadowski Act. Also included in the 2012 legislative priorities is supporting a local bill that increases the number of temporary alcohol sales permits issued to non-profits for outdoor events held in the downtown Clearwater area. The city, along with the Florida League of Cities, continues to oppose unfunded mandates and intrusions to municipal home rule. Review Approval:1) City Manager 2) Clerk Cover Memo Item # 23 Attachment number 1 Page 1 of 1 Item # 23 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the 2012 Council Meeting Schedule. (consent) SUMMARY: Generally, the 2012 City Council meetings are at 6:00 p.m. on the first and third Thursdays of each month. The accompanying work sessions are at 9:00 a.m. on the preceding Monday, unless the Monday is a holiday, in which case the work session is on Tuesday. No meetings held for the first Thursday in January, per Council Rules. No meetings held for the first Thursday in July, per Council Rules. Please note the following: The work sessions on January 9, February 13, March 12, May 14, and August 13 fall on the second Monday of the month and due to conflict with Tampa Bay Regional Planning Committee, will start at 1:00 p.m. The Conference of Mayors' Annual Meeting is June 13 through 16. No conflict. The September 17 Council work session has been moved to Tuesday, September 18, due to Rosh Hashanah. The October 18 Council meeting has been moved to Wednesday, October 17, due to Jazz Holiday being held October 18 through 21. There is no need to make adjustments for the Florida League of Cities' August Conference in 2012. Dates for the FLC Legislative Conference in November have yet to be published. If a conflict should arise, the schedule will be modified. The County's Budget calendar for 2012 is not known at this time. Once the Budget Director receives this information, adjustment of the September meetings will be requested if needed. Review Approval:1) Clerk Cover Memo Item # 24 Attachment number 1 Page 1 of 1 Item # 24 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance 8276-11 on second reading, annexing certain real property whose post office address is 3054 Leanne Court into the corporate limits of the city and redefining the boundary lines of the city to include said addition. SUMMARY: Review Approval:1) Clerk Cover Memo Item # 25 Attachment number 1 Page 1 of 3 Item # 25 Attachment number 1 Page 2 of 3 Item # 25 Attachment number 1 Page 3 of 3 Item # 25 Attachment number 2 Page 1 of 1 28 2 2269 30 29 33 51 6 50 49 2263 52 2258 40 43 41 42 MESSEN 2257 53 54 55 5657 2251 30 2265 A 3.58 MARSHALL C(C) 2245 co 2234 21 26 2239 2245 28 2236 20 50 1213 32/05 2238 LEANNE CT 19 2222 11 A 2.45 C(C) 2240 18 2220 10 23 2242 17 2218 9 2225 LS cypress hollow ln 2216 8 14161517 2202 1 2214 7 321 50 2204 2 02212 6 CREST DRIVE 2206 4 2205 3 18973 5 65 4 87 0 0 33/07 2199 33/08 PROPOSED ANNEXATION MAP Owner: Flamingo Bay of Pinellas, LLC Case: ANX2011-07003 Property Site: 3054 Leanne Court 2.001 Size (Acres): Land Use Zoning A portion of PIN: 33-28-16-00000-320-0500 From : RS R-R To: RS LDR Atlas Page: 245A C:\Documents and Settings\ellen.ayo\Local Settings\Temporary Internet Files\Content.Outlook\S29TIX6V\ANX2011-07003 Proposed Item # 25 Annexation Map.doc Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance 8277-11 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 3054 Leanne Court, upon annexation into the City of Clearwater, as Residential Suburban (RS). SUMMARY: Review Approval:1) Clerk Cover Memo Item # 26 Attachment number 1 Page 1 of 2 Item # 26 Attachment number 1 Page 2 of 2 Item # 26 Attachment number 2 Page 1 of 1 2269 2263 2258 2257 2251 2265 2245 2234 2239 2245 2236 2238 2222 RS 2240 2220 2242 2218 2225 LS 2216 2202 2214 2204 02212 2206 2205 0 0 2199 FUTURE LAND USE MAP Owner: Flamingo Bay of Pinellas, LLC Case: ANX2011-07003 Property Site: 3054 Leanne Court 2.001 Size (Acres): Land Use Zoning A portion of PIN: 33-28-16-00000-320-0500 From : RS R-R To: RS LDR Atlas Page: 245A C:\Documents and Settings\ellen.ayo\Local Settings\Temporary Internet Files\Content.Outlook\S29TIX6V\ANX2011-07003 Future Item # 26 Land Use Map.doc Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance 8278-11 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3054 Leanne Court, upon annexation into the City of Clearwater, as Low Density Residential (LDR). SUMMARY: Review Approval:1) Clerk Cover Memo Item # 27 Attachment number 1 Page 1 of 2 Item # 27 Attachment number 1 Page 2 of 2 Item # 27 Attachment number 2 Page 1 of 1 2269 2263 2258 2257 2251 2265 2245 2234 2239 2245 2236 LDR 2238 LDR 2222 2240 2220 2242 2218 2225 LS 2216 2202 2214 2204 02212 2206 2205 0 0 2199 ZONING MAP Owner: Flamingo Bay of Pinellas, LLC Case: ANX2011-07003 Property Site: 3054 Leanne Court 2.001 Size (Acres): Land Use Zoning A portion of PIN: 33-28-16-00000-320-0500 From : RS R-R To: RS LDR Atlas Page: 245A C:\Documents and Settings\ellen.ayo\Local Settings\Temporary Internet Files\Content.Outlook\S29TIX6V\ANX2011-07003 Zoning Item # 27 Map.doc Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance 8287-11 on second reading, amending the operating budget for the Fiscal Year ending September 30, 2011 to reflect increases and decreases in revenues and expenditures for the General Fund, Special Development Fund, Special Program Fund, Water and Sewer Fund, Stormwater Fund, Solid Waste Fund, Recycling Fund, Gas Fund, Marine Fund, Airpark Fund, Clearwater Harbor Marina Fund, Parking Fund, Administrative Services Fund, General Services Fund, and Garage Fund. SUMMARY: Review Approval:1) Clerk Cover Memo Item # 28 Attachment number 1 Page 1 of 1 Item # 28 Attachment number 2 Page 1 of 4 Item # 28 Attachment number 2 Page 2 of 4 Item # 28 Attachment number 2 Page 3 of 4 Item # 28 Attachment number 2 Page 4 of 4 Item # 28 10/3/2011 Meeting Date: Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance 8288-11 on second reading, amending the Capital Improvement Budget for the Fiscal Year ending September 30, 2011, to reflect a net increase of $6,965,181. SUMMARY: 1) Clerk Review Approval: Cover Memo Item # 29 Attachment number 1 Page 1 of 1 Item # 29 Attachment number 2 Page 1 of 2 Item # 29 Attachment number 2 Page 2 of 2 Item # 29 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: City Manager Verbal Reports SUMMARY: Review Approval: Cover Memo Item # 30 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Gulf Blvd. Signage SUMMARY: Review Approval: Cover Memo Item # 31 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Drop (off) Your Drawers for CTK Month Proclamation - Fran Goodwin, Clothes to Kids Development Director SUMMARY: Review Approval: Cover Memo Item # 32 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Lights On Afterschool Proclamation SUMMARY: Review Approval: Cover Memo Item # 33 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Florida Natural Gas Association (FNGA) Operating Person of the Year Award SUMMARY: Review Approval: Cover Memo Item # 34 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Fire Prevention Week Proclamation (10/9-10/15) SUMMARY: Review Approval: Cover Memo Item # 35 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: National Arts & Humanities Month Proclamation - Christopher Hubbard, MA Cultural Affairs Specialist SUMMARY: Review Approval: Cover Memo Item # 36 Meeting Date: 10/3/2011 Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Pinellas County Library System Presentation - Mary Brown SUMMARY: Review Approval: Cover Memo Item # 37