10/06/2011
City Council Agenda
Location: Council Chambers - City Hall
Date: 10/6/2011- 6:00 PM
Welcome. We are glad to have you join us. If you wish to speak, please wait to be recognized, then state your
name and address. Persons speaking before the City Council shall be limited to three (3) minutes unless
otherwise noted under Public Hearings. For other than Citizens to be heard regarding items not on the Agenda, a
spokesperson for a group may speak for three (3) minutes plus an additional minute for each person in the
audience that waives their right to speak, up to a maximum of ten (10) minutes. Prior to the item being
presented, please obtain the needed form to designate a spokesperson from the City Clerk (right-hand side of
dais). Up to thirty minutes of public comment will be allowed for an agenda item. No person shall speak more
than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly
supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours
prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are
available. Kindly refrain from using beepers, cellular telephones and other distracting devices during the
meeting.
1. Call to Order
2. Invocation
3. Pledge of Allegiance
4. Presentations
4.1Drop (off) Your Drawers for CTK Month Proclamation - Fran Goodwin, Clothes to Kids Development
Director
Attachments
4.2Lights On Afterschool Proclamation
Attachments
4.3El Gran Combo Certificate of Achievement
Attachments
4.4Florida Natural Gas Association (FNGA) Operating Person of the Year Award
Attachments
4.5Fire Prevention Week Proclamation (10/9-10/15)
Attachments
4.6National Arts & Humanities Month Proclamation - Christopher Hubbard, MA Cultural Affairs Specialist
Attachments
4.7Pinellas County Library System Presentation - Mary Brown
Attachments
5. Approval of Minutes
5.1Approve the minutes of the September 14, 2011 City Council Meeting and the minutes of the September
29, 2011 Special City Council Meeting as submitted in written summation by the City Clerk.
Attachments
6. Citizens to be Heard re Items Not on the Agenda
Public Hearings - Not before 6:00 PM
7. Quasi-judicial Public Hearings
-
Staff states and summarizes reasons for recommendation (2 minutes)
- Applicant presents case, including its testimony and exhibits. Witness
may be cross-examined (15 minutes)
- Staff presents further evidence. May be cross-examined (10 minutes)
- Public comment (3 minutes per speaker or 10 minutes maximum as
spokesperson for others that have waived their time)
- Applicant may call witnesses in rebuttal (5 minutes)
- Conclusion by applicant (3 minutes)
- Decision
7.1Approve 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
8. Second Readings - Public Hearing
8.1Adopt 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
8.2Adopt 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
8.3Adopt 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
8.4Adopt 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
8.5Adopt 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
City Manager Reports
9. Consent Agenda
9.1Award 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
9.2Declare 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
9.3Approve settlement of the liability claim of Walter Bivens for payment of $50,000.00 and authorize the
appropriate officials to execute same. (consent)
Attachments
9.4Award 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
9.5Authorize 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
9.6Approve 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
9.7Approve an agreement in the amount of $484,290.00 with the Pinellas County Sheriffs 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
9.8Accept 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
9.9Approve 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
9.10Approve 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
9.11Award 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
9.12Approve 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
9.13Ratify 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
9.14Appoint Michael J. Riordon and re-appoint Michael Boutzoukas and Donald van Weezel to the Municipal
Code Enforcement Board with terms to expire October 31, 2014. (consent)
Attachments
9.15Approve the 2012 State Legislative Package. (consent)
Attachments
9.16Approve the 2012 Council Meeting Schedule. (consent)
Attachments
10. Other Items on City Manager Reports
10.1Authorize 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.
Attachments
10.2Amend 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
10.3Approve 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.
Attachments
10.4Accept and approve grant award from the United States Environmental Protection Agency (EPA), in the
amount of $485,000, (Grant Agreement XP-95478811-0) for the Northeast Water Reclamation Facility
Clarifiers Project, and authorize the appropriate officials to execute same.
Attachments
10.5Approve an amended Contract For Purchase of Real Property between The Times Publishing Company
(Times), a Florida Corporation, St. Petersburg, Florida and the City of Clearwater (City), Clearwater,
Florida, for the City to purchase from The Times real property described as Magnolia Park Subdivision,
part of lot 3 lying East of Railroad, all of Lots 4,5,6 and 8 , plus the East 27 feet of lots 3 and 8, Block 11;
together with Lot 3 less the West 4 feet, all of Lots 5,6,7, and 8 less the West 4 feet, Block 8, according to
the plat thereof as recorded in Plat Book 1, Page 70, Public Records of Pinellas County, for the sum of $
and authorize the appropriate officials to execute same, together with all documentation required to effect
closing; approve the appropriation of $2,500,000 from Penny for Pinellas funds for subject property
acquisition, closing and site demolition expenses; and approve the terms and conditions of the amended
related temporary occupancy lease between the City and The Times and authorize the appropriate officials
to execute same.
Attachments
Miscellaneous Reports and Items
11. City Manager Verbal Reports
11.1County proposal to modify annexation requirements within enclaves
Attachments
12. Other Council Action
12.12011 Charter Review Committee Final Report
Attachments
12.2St. Pete Times Editorial - Mayor Hibbard
Attachments
12.3Gulf Blvd. Signage - Councilmember Cretekos
Attachments
12.4Armed Forces Museum - Mayor Hibbard
Attachments
12.5PSTA Report on Jolley Trolley Funding - Councilmember Jonson
Attachments
13. Closing Comments by Mayor
14. Adjourn
Meeting Date:
10/6/2011
City Council Agenda
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 # 1
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Lights On Afterschool Proclamation
SUMMARY:
Review Approval:
Cover Memo
Item # 2
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
El Gran Combo Certificate of Achievement
SUMMARY:
Review Approval:1) Office of Management and Budget 2) Clerk
Cover Memo
Item # 3
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Florida Natural Gas Association (FNGA) Operating Person of the Year Award
SUMMARY:
Review Approval:
Cover Memo
Item # 4
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Fire Prevention Week Proclamation (10/9-10/15)
SUMMARY:
Review Approval:
Cover Memo
Item # 5
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
National Arts & Humanities Month Proclamation - Christopher Hubbard, MA Cultural Affairs Specialist
SUMMARY:
Review Approval:
Cover Memo
Item # 6
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Pinellas County Library System Presentation - Mary Brown
SUMMARY:
Review Approval:
Cover Memo
Item # 7
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve the minutes of the September 14, 2011 City Council Meeting and the minutes of the September 29, 2011 Special City
Council Meeting as submitted in written summation by the City Clerk.
SUMMARY:
Review Approval:
Cover Memo
Item # 8
Attachment number 1
Page 1 of 25
Item # 8
Attachment number 1
Page 2 of 25
Item # 8
Attachment number 1
Page 3 of 25
Item # 8
Attachment number 1
Page 4 of 25
Item # 8
Attachment number 1
Page 5 of 25
Item # 8
Attachment number 1
Page 6 of 25
Item # 8
Attachment number 1
Page 7 of 25
Item # 8
Attachment number 1
Page 8 of 25
Item # 8
Attachment number 1
Page 9 of 25
Item # 8
Attachment number 1
Page 10 of 25
Item # 8
Attachment number 1
Page 11 of 25
Item # 8
Attachment number 1
Page 12 of 25
Item # 8
Attachment number 1
Page 13 of 25
Item # 8
Attachment number 1
Page 14 of 25
Item # 8
Attachment number 1
Page 15 of 25
Item # 8
Attachment number 1
Page 16 of 25
Item # 8
Attachment number 1
Page 17 of 25
Item # 8
Attachment number 1
Page 18 of 25
Item # 8
Attachment number 1
Page 19 of 25
Item # 8
Attachment number 1
Page 20 of 25
Item # 8
Attachment number 1
Page 21 of 25
Item # 8
Attachment number 1
Page 22 of 25
Item # 8
Attachment number 1
Page 23 of 25
Item # 8
Attachment number 1
Page 24 of 25
Item # 8
Attachment number 1
Page 25 of 25
Item # 8
Attachment number 2
Page 1 of 3
Item # 8
Attachment number 2
Page 2 of 3
Item # 8
Attachment number 2
Page 3 of 3
Item # 8
Attachment number 3
Page 1 of 3
Item # 8
Attachment number 3
Page 2 of 3
Item # 8
Attachment number 3
Page 3 of 3
Item # 8
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 9
Attachment number 1
Page 1 of 8
Item # 9
Attachment number 1
Page 2 of 8
Item # 9
Attachment number 1
Page 3 of 8
Item # 9
Attachment number 1
Page 4 of 8
Item # 9
Attachment number 1
Page 5 of 8
Item # 9
Attachment number 1
Page 6 of 8
Item # 9
Attachment number 1
Page 7 of 8
Item # 9
Attachment number 1
Page 8 of 8
Item # 9
Attachment number 2
Page 1 of 7
Item # 9
Attachment number 2
Page 2 of 7
Item # 9
Attachment number 2
Page 3 of 7
Item # 9
Attachment number 2
Page 4 of 7
Item # 9
Attachment number 2
Page 5 of 7
Item # 9
Attachment number 2
Page 6 of 7
Item # 9
Attachment number 2
Page 7 of 7
Item # 9
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 # 9
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 # 9
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 # 9
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 # 9
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 # 9
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 # 9
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 Citys 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 Citys 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 Citys Comprehensive Plan as amended by his ordinance.
Item # 9
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 # 9
Ordinance No. 8281-11
Attachment number 4
Page 3 of 4
Item # 9
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 # 9
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 # 9
Ordinance No. 8282-11
Attachment number 5
Page 2 of 3
Item # 9
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 # 9
Ordinance 8282-11 Exhibit B
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 10
Attachment number 1
Page 1 of 3
Item # 10
Attachment number 1
Page 2 of 3
Item # 10
Attachment number 1
Page 3 of 3
Item # 10
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 # 10
Annexation Map.doc
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 11
Attachment number 1
Page 1 of 2
Item # 11
Attachment number 1
Page 2 of 2
Item # 11
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 # 11
Land Use Map.doc
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 12
Attachment number 1
Page 1 of 2
Item # 12
Attachment number 1
Page 2 of 2
Item # 12
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 # 12
Map.doc
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 13
Attachment number 1
Page 1 of 1
Item # 13
Attachment number 2
Page 1 of 4
Item # 13
Attachment number 2
Page 2 of 4
Item # 13
Attachment number 2
Page 3 of 4
Item # 13
Attachment number 2
Page 4 of 4
Item # 13
10/6/2011
Meeting Date:
City Council Agenda
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:
Review Approval:
Cover Memo
Item # 14
Attachment number 1
Page 1 of 1
Item # 14
Attachment number 2
Page 1 of 2
Item # 14
Attachment number 2
Page 2 of 2
Item # 14
10/6/2011
Meeting Date:
City Council Agenda
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 departments 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 Citys 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
Item # 15
The proposal for fire apparatus conforms to all Federal Department of Transportation (DOT) rules and regulations in
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 departments
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
Review Approval:
Cover Memo
Item # 15
Attachment number 1
Page 1 of 1
Item # 15
Meeting Date:10/6/2011
City Council Agenda
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
0566-00000-364413-000-0000 To be Sale proceeds
Determined
Bid Required?:No Bid Number:
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 16
10/6/2011
Meeting Date:
City Council Agenda
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.
Bivens 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. Bivens claim can be settled for $50,000.00.
The Citys limit of liability as provided by Section 768.28, Florida Statutes is $100,000. The Citys Risk
Management Division and Citys 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
Review Approval:
Cover Memo
Item # 17
10/6/2011
Meeting Date:
City Council Agenda
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:
Review Approval:
Cover Memo
Item # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
Attachment number 1
Page 17 of 119
Item # 18
Attachment number 1
Page 18 of 119
Item # 18
Attachment number 1
Page 19 of 119
Item # 18
Attachment number 1
Page 20 of 119
Item # 18
Attachment number 1
Page 21 of 119
Item # 18
Attachment number 1
Page 22 of 119
Item # 18
Attachment number 1
Page 23 of 119
Item # 18
Attachment number 1
Page 24 of 119
Item # 18
Attachment number 1
Page 25 of 119
Item # 18
Attachment number 1
Page 26 of 119
Item # 18
Attachment number 1
Page 27 of 119
Item # 18
Attachment number 1
Page 28 of 119
Item # 18
Attachment number 1
Page 29 of 119
Item # 18
Attachment number 1
Page 30 of 119
Item # 18
Attachment number 1
Page 31 of 119
Item # 18
Attachment number 1
Page 32 of 119
Item # 18
Attachment number 1
Page 33 of 119
Item # 18
Attachment number 1
Page 34 of 119
Item # 18
Attachment number 1
Page 35 of 119
Item # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
Attachment number 1
Page 44 of 119
SECTION 00620
CERTIFICATE OF INSURANCE
(Attach insurance certificates here)
35
Item # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
Attachment number 1
Page 52 of 119
ordinances, rules and regulations, and without such notice to th
arising there from.
43
Item # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
Attachment number 1
Page 71 of 119
Item # 18
Attachment number 1
Page 72 of 119
SECTION 00900
ADDENDA
(Insert Addenda here)
63
Item # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
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 # 18
10/6/2011
Meeting Date:
City Council Agenda
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 Citys 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.
Review Approval:
Cover Memo
Item # 19
Meeting Date:10/6/2011
City Council Agenda
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 Licensees 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 # 20
Review Approval:
Attachment number 1
Page 1 of 4
Item # 20
Attachment number 1
Page 2 of 4
Item # 20
Attachment number 1
Page 3 of 4
Item # 20
Attachment number 1
Page 4 of 4
Item # 20
10/6/2011
Meeting Date:
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve an agreement in the amount of $484,290.00 with the Pinellas County Sheriffs 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 Sheriffs 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 Sheriffs 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 Departments 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:
Cover Memo
Appropriation CodeAmountAppropriation Comment
Item # 21
010-1155-530300-521-000 484,290.00
Review Approval:
Attachment number 1
Page 1 of 10
Item # 21
Attachment number 1
Page 2 of 10
Item # 21
Attachment number 1
Page 3 of 10
Item # 21
Attachment number 1
Page 4 of 10
Item # 21
Attachment number 1
Page 5 of 10
Item # 21
Attachment number 1
Page 6 of 10
Item # 21
Attachment number 1
Page 7 of 10
Item # 21
Attachment number 1
Page 8 of 10
Item # 21
Attachment number 1
Page 9 of 10
Item # 21
Attachment number 1
Page 10 of 10
Item # 21
10/6/2011
Meeting Date:
City Council Agenda
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:
Review Approval:
Cover Memo
Item # 22
Attachment number 1
Page 1 of 4
Item # 22
Attachment number 1
Page 2 of 4
Item # 22
Attachment number 1
Page 3 of 4
Item # 22
Attachment number 1
Page 4 of 4
Item # 22
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 # 22
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 # 22
Meeting Date:
10/6/2011
City Council Agenda
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 Approval:
Cover Memo
Item # 23
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 # 23
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)
10/6/2011
Meeting Date:
City Council Agenda
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 Countys 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.
Review Approval:
Cover Memo
Item # 24
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 # 24
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 # 24
Attachment number 2
Page 1 of 3
A
Item # 24
Attachment number 2
Page 2 of 3
A
Item # 24
Attachment number 2
Page 3 of 3
Item # 24
10/6/2011
Meeting Date:
City Council Agenda
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
0315-92270-563700-541-000-$261,967.00See summary
Item # 25
0000
Review Approval:
Attachment number 2
Page 1 of 18
Item # 25
Attachment number 2
Page 2 of 18
Item # 25
Attachment number 2
Page 3 of 18
Item # 25
Attachment number 2
Page 4 of 18
Item # 25
Attachment number 2
Page 5 of 18
Item # 25
Attachment number 2
Page 6 of 18
Item # 25
Attachment number 2
Page 7 of 18
Item # 25
Attachment number 2
Page 8 of 18
Item # 25
Attachment number 2
Page 9 of 18
Item # 25
Attachment number 2
Page 10 of 18
Item # 25
Attachment number 2
Page 11 of 18
Item # 25
Attachment number 2
Page 12 of 18
Item # 25
Attachment number 2
Page 13 of 18
Item # 25
Attachment number 2
Page 14 of 18
Item # 25
Attachment number 2
Page 15 of 18
Item # 25
Attachment number 2
Page 16 of 18
Item # 25
Attachment number 2
Page 17 of 18
Item # 25
Attachment number 2
Page 18 of 18
Item # 25
10/6/2011
Meeting Date:
City Council Agenda
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
0315-96177-561200-539-000-$107,736.20See summary
0000
No
Bid Required?:Bid Number:
None
Other Bid / Contract:Bid Exceptions:
Cover Memo
Review Approval:
Item # 26
Attachment number 1
Page 1 of 13
Item # 26
Attachment number 1
Page 2 of 13
Item # 26
Attachment number 1
Page 3 of 13
Item # 26
Attachment number 1
Page 4 of 13
Item # 26
Attachment number 1
Page 5 of 13
Item # 26
Attachment number 1
Page 6 of 13
Item # 26
Attachment number 1
Page 7 of 13
Item # 26
Attachment number 1
Page 8 of 13
Item # 26
Attachment number 1
Page 9 of 13
Item # 26
Attachment number 1
Page 10 of 13
Item # 26
Attachment number 1
Page 11 of 13
Item # 26
Attachment number 1
Page 12 of 13
Item # 26
Attachment number 1
Page 13 of 13
Item # 26
Attachment number 2
Page 1 of 7
Item # 26
Attachment number 2
Page 2 of 7
Item # 26
Attachment number 2
Page 3 of 7
Item # 26
Attachment number 2
Page 4 of 7
Item # 26
Attachment number 2
Page 5 of 7
Item # 26
Attachment number 2
Page 6 of 7
Item # 26
Attachment number 2
Page 7 of 7
Item # 26
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 # 26
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)
10/6/2011
Meeting Date:
City Council Agenda
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
0315-92146-563700-541-000-$52,844.03 See summary
0000
0315-92273-563700-541-000-$ 1,397.00 See summary
0000
0315-96124-563700-539-000-( 6,534.00)See summary
0000
Review Approval:
Cover Memo
Item # 27
Attachment number 1
Page 1 of 5
Item # 27
Attachment number 1
Page 2 of 5
Item # 27
Attachment number 1
Page 3 of 5
Item # 27
Attachment number 1
Page 4 of 5
Item # 27
Attachment number 1
Page 5 of 5
Item # 27
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Appoint Michael J. Riordon and re-appoint Michael Boutzoukas and Donald van Weezel to the Municipal Code Enforcement
Board with terms to expire October 31, 2014. (consent)
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
Cover Memo
Zip codes of current members:
Item # 28
1 at 33755; 2 at 33759; 1 at 33761 & 3 at 33767
Current Categories:
1 Attorney
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:
Cover Memo
Item # 28
Attachment number 1
Page 1 of 2
Item # 28
Attachment number 1
Page 2 of 2
Item # 28
Attachment number 2
Page 1 of 3
Item # 28
Attachment number 2
Page 2 of 3
Item # 28
Attachment number 3
Page 1 of 3
Item # 28
Attachment number 3
Page 2 of 3
Item # 28
Attachment number 4
Page 1 of 3
Item # 28
Attachment number 4
Page 2 of 3
Item # 28
Attachment number 5
Page 1 of 3
Item # 28
Attachment number 5
Page 2 of 3
Item # 28
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 29
Attachment number 1
Page 1 of 1
Item # 29
Attachment number 2
Page 1 of 1
Item # 29
Meeting Date:
10/6/2011
City Council Agenda
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:
Cover Memo
Item # 30
Attachment number 1
Page 1 of 1
Item # 30
10/6/2011
Meeting Date:
City Council Agenda
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.
SUMMARY:
The contract with the Citys current medical insurance provider, CIGNA HealthCare, expires on December 31,
2011. CIGNA presented an initial renewal offer to maintain the Citys 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 Citys
employee groups and retirees, recommended that the Citys 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 Citys 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 Citys share of medical insurance coverage.
The Citys 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 # 31
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
Review Approval:
Cover Memo
Item # 31
Meeting Date:
10/6/2011
City Council Agenda
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 Citys
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:
Cover Memo
Item # 32
Attachment number 3
Page 1 of 1
Item # 32
10/6/2011
Meeting Date:
City Council Agenda
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.
SUMMARY:
In an effort to realize efficiencies within the Police Department, a Request for Proposal (RFP 21-11) was issued seeking a bifurcated
towing 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 vendors 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 Departments 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 Departments 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
Item # 33
Other
Type:
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:
Review Approval:
Cover Memo
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Item # 33
Attachment number 2
Page 1 of 8
Item # 33
Attachment number 2
Page 2 of 8
Item # 33
Attachment number 2
Page 3 of 8
Item # 33
Attachment number 2
Page 5 of 8
Item # 33
Attachment number 2
Page 6 of 8
Item # 33
Attachment number 2
Page 7 of 8
Item # 33
10/6/2011
Meeting Date:
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Accept and approve grant award from the United States Environmental Protection Agency (EPA), in the amount of $485,000, (Grant
Agreement XP-95478811-0) for the Northeast Water Reclamation Facility Clarifiers Project, and authorize the appropriate officials to
execute same.
SUMMARY:
The City of Clearwater Public Utilities Department was recently awarded a legislative allocation for $485,000 through the United
States Environmental Protection Agency. The grant partially funds the Northeast Water Reclamation Facility (WRF) Clarifiers
Project 1 through 4 (rehabilitation of four secondary clarifiers and associated return and waste activated sludge pumping facilities).
The project scope includes rehabilitating four existing clarifiers at the Northeast WRF. The plant utilizes eight circular
clarifiers. Clarifiers 5 through 8 will be rehabilitated in a separate project advertised in 2012 due to funding availability. Clarifiers 1
through 4 were built in 1975 and are the oldest of the fourteen (14) clarifiers in the City. The clarifier internal components and
structural steel have corroded and are in need of replacement. The construction phase is anticipated to take nine months and is
scheduled for completion by July 31, 2012. The clarifiers at the Marshall Street and East WRFs will be rehabilitated over the next two
years.
The construction and inspection costs for this project are $1,537,598.18. These were awarded on July 21, 2011.
The U.S. EPA has agreed to cost-share 26.90% of all approved budget period costs not to exceed $485,000 under the Federal Special
Appropriations Projects (SPAP) Program.
A first quarter amendment will increase the budget only in Capital Improvement Program project, 0315-96654, Facilities Upgrades
and Improvements, of other Governmental Revenues (331500), for the grant from U.S. EPA in the amount of $485,000, under the
Federal SPAP Program. No cash match is involved.
The Public Utilities Department shall own and maintain the proposed improvements included in this contract.
Other
Type:
YesYes
Current Year Budget?:Budget Adjustment:
Budget Adjustment Comments:
A first quarter amendment will increase the budget only in Capital Improvement Program project, 0315-96654, Facilities Upgrades and
Improvements, of other Governmental Revenues (331500), for the grant from U.S. EPA in the amount of $485,000, under the Federal SPAP
Program. There is no appropriations code.
Current Year Cost:Annual Operating Cost:
Not to Exceed:Total Cost:
to
For Fiscal Year:
1) Office of Management and Budget 2) Legal 3) Clerk 4) City Manager 5) Clerk
Review Approval:
Cover Memo
Item # 34
Attachment number 1
Page 1 of 15
Item # 34
Attachment number 1
Page 2 of 15
Item # 34
Attachment number 1
Page 3 of 15
Item # 34
Attachment number 1
Page 4 of 15
Item # 34
Attachment number 1
Page 5 of 15
Item # 34
Attachment number 1
Page 6 of 15
Item # 34
Attachment number 1
Page 7 of 15
Item # 34
Attachment number 1
Page 8 of 15
Item # 34
Attachment number 1
Page 9 of 15
Item # 34
Attachment number 1
Page 10 of 15
Item # 34
Attachment number 1
Page 11 of 15
Item # 34
Attachment number 1
Page 12 of 15
Item # 34
Attachment number 1
Page 13 of 15
Item # 34
Attachment number 1
Page 14 of 15
Item # 34
Attachment number 1
Page 15 of 15
Item # 34
Attachment number 2
Page 1 of 1
Item # 34
10/6/2011
Meeting Date:
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve an amended Contract For Purchase of Real Property between The Times Publishing Company (Times), a Florida
Corporation, St. Petersburg, Florida and the City of Clearwater (City), Clearwater, Florida, for the City to purchase from The
Times real property described as Magnolia Park Subdivision, part of lot 3 lying East of Railroad, all of Lots 4,5,6 and 8 , plus the
East 27 feet of lots 3 and 8, Block 11; together with Lot 3 less the West 4 feet, all of Lots 5,6,7, and 8 less the West 4 feet, Block 8,
according to the plat thereof as recorded in Plat Book 1, Page 70, Public Records of Pinellas County, for the sum of $ and
authorize the appropriate officials to execute same, together with all documentation required to effect closing; approve the
appropriation of $2,500,000 from Penny for Pinellas funds for subject property acquisition, closing and site demolition expenses;
and approve the terms and conditions of the amended related temporary occupancy lease between the City and The Times and
authorize the appropriate officials to execute same.
SUMMARY:
1) Clerk
Review Approval:
Cover Memo
Item # 35
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
County proposal to modify annexation requirements within enclaves
SUMMARY:
Review Approval:
Cover Memo
Item # 36
Attachment number 1
Page 1 of 2
Item # 36
Attachment number 1
Page 2 of 2
Item # 36
Attachment number 2
Page 1 of 1
Item # 36
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
2011 Charter Review Committee Final Report
SUMMARY:
Review Approval:
Cover Memo
Item # 37
Attachment number 1
Page 1 of 2
Item # 37
Attachment number 1
Page 2 of 2
Item # 37
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
St. Pete Times Editorial - Mayor Hibbard
SUMMARY:
Review Approval:
Cover Memo
Item # 38
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Gulf Blvd. Signage - Councilmember Cretekos
SUMMARY:
Review Approval:
Cover Memo
Item # 39
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Armed Forces Museum - Mayor Hibbard
SUMMARY:
Review Approval:
Cover Memo
Item # 40
Meeting Date:
10/6/2011
City Council Agenda
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
PSTA Report on Jolley Trolley Funding - Councilmember Jonson
SUMMARY:
Review Approval:
Cover Memo
Item # 41
Attachment number 1
Page 1 of 3
Item # 41
Attachment number 1
Page 2 of 3
Item # 41
Attachment number 1
Page 3 of 3
Item # 41